La Porte County Government

expired opportunity(Expired)
From: Indiana Department of Transportation(Transportation)
# 1601868

Basic Details

started - 24 Oct, 2017 (about 6 years ago)

Start Date

24 Oct, 2017 (about 6 years ago)
due - 27 Nov, 2017 (about 6 years ago)

Due Date

27 Nov, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
# 1601868

Identifier

# 1601868
Indiana Department of Transportation

Customer / Agency

Indiana Department of Transportation
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.

Standard RFP Form Ver. 7-8-16 Posting Date: October 24, 2017 Request for Proposals Notification Title: La Porte County Government (Des # 1601868) Wayfinding R/W Services in La Porte District Response Due Date & Time: November 27, 2017 at 4:00pm This Request for Proposals (RFP) is official notification of needed professional services. This RFP is being issued to solicit a letter of Interest (LOI) and other documents from firms qualified to perform engineering work on federal aid projects. A submittal does not guarantee the firm will be contracted to perform any services but only serves notice the firm desires to be considered. Contact for Questions: Mitchell Bishop/County Planner 555 Michigan Avenue, Suite 203 La Porte, IN 46350 219.326.6808 X 2253 mbishop@laportecounty.org Submittal Requirements: 1. Letter of Interest – 3 Copies (required content and instructions follow) 2. One (1) signed Affirmative Action Certification and associated
required documents for all items if the DBE goal is greater than 0%. . Submit To: Mitchell Bishop/County Planner 555 Michigan Avenue, Suite 203 La Porte, IN 46350 219.326.6808 X 2253 mbishop@laportecounty.org 1 Standard RFP Form Ver. 7-8-16 Selection Procedures: Consultants will be selected for work further described herein, based on the evaluation of the Letter of Interest (LOI) and other required documents. The Consultant Selection Rating Form used to evaluate and score the submittals is included for your reference. Final selection ranking will be determined by: Requirements for Letters of Interest (LOI) A. General instructions for preparing and submitting a Letter of Interest (LOI). 1. Provide the information, as stated in Item B below, in the same order listed and signed by an officer of the firm. Signed and scanned documents, or electronically applied signatures are acceptable. Do not send additional forms, resumes, brochures, or other material unless otherwise noted in the item description. 2. LOI’s shall be limited to twelve (12) 8 1⁄2” x 11” pages that include Identification, Qualifications, Key Staff, and Project Approach. 3. LOI’s must be received no later than the “Response Due Date and Time”; as shown in the RFP header above. Responses received after this deadline will not be considered. Submittals must include all required attachments to be considered for selection. B. Letter of Interest Content 1. Identification, Qualifications and Key Staff a. Provide the firm name, address of the responsible office from which the work will be performed and the name and email address of the contact person authorized to negotiate for the associated work. b. List all proposed sub consultants, their DBE status, and the percentage of work to be performed by the prime consultant and each sub consultant. (See Affirmative Action Certification requirements below.) A listing of certified DBE’s eligible to be considered for selection as prime consultants or sub-consultants for this RFP can be found at the “Prequalified Consultants” link on the Indiana Department of Transportation (INDOT) Consultants Webpage. (http://www.in.gov/indot/2732.htm). 2 Standard RFP Form Ver. 7-8-16 c. List the Project Manager and other key staff members, including key sub consultant staff, and the percent of time the project manager will be committed for the contract, if selected. Include project engineers for important disciplines and staff members responsible for the work. Address the experience of the key staff members on similar projects and the staff qualifications relative to the required item qualifications. d. Describe the capacity of consultant staff and their ability to perform the work in a timely manner relative to present workload. 2. Project Approach a. Provide a description of your project approach relative to the advertised services. For project specific items confirm the firm has visited the project site. For all items address your firm’s technical understanding of the project or services, cost containment practices, innovative ideas and any other relevant information concerning your firm’s qualifications for the project. Requirements for Affirmative Action Certification A completed Affirmative Action Certification form is required for all items that identify a DBE goal greater than 0%. The consultant must identify the DBE firms with which it intends to subcontract, include the contract participation percentage of each DBE and list what the DBE will be subcontracted to perform on the Affirmative Action Certification Form. Copies of DBE certifications, as issued by INDOT, for each firm listed are to be included as additional pages after the form. If the consultant does not meet the DBE goal, they must provide evidence of a good faith effort to achieve the DBE goal; said evidence must be provided in additional documentation. Please review the DBE program based on set goals and complete the DBE Affirmative Action Certification form as applicable. What constitutes as a good faith effort is explained in detail within the DBE program information referred to above. If no goal is set, no Affirmative Action Certification form is required. Indiana Department of Transportation’s (INDOT) DBE Program Information is available at the Indiana Department of Transportation’s website. A listing of certified DBE’s eligible to be considered for selection as prime consultants or sub-consultants for this RFP can be found at the “Prequalified Consultants” link on the Indiana Department of Transportation (INDOT) Consultants Webpage. (http://www.in.gov/indot/2732.htm). DBE subcontracting goals apply to all prime submitting consultants, regardless of the prime’s status of DBE. 3 Standard RFP Form Ver. 7-8-16 Work item details: Local Public Agency: La Porte County Government Project Location: Locations along Hupp Road, Washington Township, La Porte County Indiana Project Description: R/W for (5) wayfinding and (1) monument sign within the Kingsbury Industrial Park INDOT Des #: 1601868 Phases Included: R/W Estimated Construction Amount: 100,000 Funding: 248,800 Term of Contract: Until completion DBE goal: 3% Required Prequalification Categories: 5.2 Environm enta1l 2D.o1c Pumroejentc tP Mr epaanraagtieomn -e nCtE for Aquisition Services6.1 Topograp hical1 S2.u2r Tveitlye DSeaa trac hCollection8.1 Non-Com plex1 R2.o4a Adpwparayi sDa lesign9.1 Level 1 B ridge De1s2ig.5n Appraisa l Review11.1 Right of Way1 3P.1la Cno Dnsetrvuec ltoiopnm IensnptectionAdditional Ca tegories Listed Below:Click here to enter Additional Categories 4 RFP Selection Rating for _____________________________________________Des. No. (City, County, Town) or (Local Public Agency)Services Description: Consultant Name:Evaluation Criteria to be Rated by ScorersWeighted CategoryScoring CriteriaScaleScoreWeightScorePerformance evaluation score averages from historical performance data.Past Quality score for similar work from performance database.6Schedule score from performance database.Performance3Responsiveness score from performance database.1Evaluation of the team's personnel and equipment to perform the project on time.Capacity of Availability of more than adequate capacity that results in added value.1Team to do 20Adequate capacity to meet the schedule.0WorkInsufficient available capacity to meet the schedule.-1Technical Expertise: Unique Resources that yield a relevant added value or efficiency to the deliverable.Demonstrated outstanding expertise and resources identified Team's 2for required services for value added benefit.Demonstrated 15Demonstrated high level of expertise and resources identified Qualifications1for required services for value added benefit.Expertise and resources at appropriate level.0Insufficient expertise and/or resources.-3Predicted ability to manage the project, based on: experience in size, complexity, type, subs, documentation skills.Demonstrated outstanding experience in similar type and complexity.2Project 20Demonstrated high level of experience in similar type and complexity.1ManagerExperience in similar type and complexity shown in resume.0Experience in different type or lower complexity.-1Insufficient experience.-3Project Understanding and Innovation that provides cost and/or time savings.High level of understanding and viable innovative ideas proposed.2Approach to High level of understanding of the project.151ProjectBasic understanding of the project.0Lack of project understanding.-3Weighted Sub-Total:It is the responsibility of scorers to make every effort to identify the firm most capable of producing the highest deliverables in a timely and cost effective manner without regard to personal preference.I certify that I do not have any conflicts of interest associated with this consultant as defined in 49CFR118.36.I have thoroughly reviewed the letter of interest for this consultant and certify that the above scores represent my best judgment of this firm's abilities.Standard RFP Form Ver. 7-8-16 LPA Consultant Selection Rating Sheet Signature: Print Name: __________________________________________Sample: Title: Date: ___________________________________________(Form Rev. 4-7-16)5 Standard RFP Form Ver. 7-8-16 (Rev. 03/28/2016) Des. #: 1601868 Affirmative Action Certification (AAC) for Disadvantages Business Enterprises (DBE) I hereby certify that my company intends to affirmatively seek out and consider Disadvantaged Business Enterprises (DBEs) certified in the State of Indiana to participate as part of this proposal. I acknowledge that this certification is to be made an integral part of this proposal. I understand and agree that the submission of a blank certification may cause the proposal to be rejected. I certify that I have consulted the following DBE website to confirm that the firms listed below are currently certified DBEs: http://www.in.gov/indot/2732.htm. I certify that I have contacted the certified DBEs listed below, and if my company becomes the CONSULTANT, these DBEs have tentatively agreed to perform the services as indicated. I understand that neither my company nor I will be penalized for DBE utilization that exceeds the goal. After contract award, any change to the firms listed in this Affirmative Action Certification to be applied toward the DBE goal must have prior approval by INDOT’s Economic Opportunity Division. I. DBE Subconsultants to be applied toward DBE goal for the RFP item: Estimated Percentage Certified DBE Name to DBE Service Planned to be Paid* % % % % II. DBE Subconsultants to be utilized beyond the advertised DBE goal for the RFP item: Estimated Percentage Certified DBE Name to DBE Service Planned to be Paid* % % % % Estimated Total Percentage Credited toward DBE Goal: ___________ Estimated Percentage of Voluntary DBE Work Anticipated over DBE Goal: __________ Company Name: ____________________________________________________________________ Signature: ___________________________________________ Date: ________________________  It is understood that these individual firm percentages are estimates only and that percentages paid may be greater or less as a result of negotiation of contract scope of work. My firm will use good faith efforts to meet the overall DBE goal through the use of these or other certified and approved DBE firms. 6

Indianapolis, IN 46219Location

Address: Indianapolis, IN 46219

Country : United StatesState : Indiana

You may also like

Residential Drug Treatment Services (FY 2024)

Due: 29 Apr, 2024 (in 3 days)Agency: COURT SERVICES AND OFFENDER SUPERVISION AGENCY

RRC SERVICES IN SIOUX CITY, IA FOR THE PERIOD OF PERFORMANCE: 8/1/20 - 7/31/21.

Due: 31 Jul, 2024 (in 3 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

RRC SERVICES IN EAU CLAIRE, WI FOR THE PERIOD OF PERFORMANCE: 10/1/19 - 8/31/20.

Due: 31 Aug, 2025 (in 16 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Please Sign In to see more like these.

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

Classification

334 -- Computer and Electronic Product Manufacturing/334515 -- Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals