Engineering Services

expired opportunity(Expired)
From: Terrebonne Parish(County)
RFSQ 01-19-2022

Basic Details

started - 25 Nov, 2021 (about 2 years ago)

Start Date

25 Nov, 2021 (about 2 years ago)
due - 19 Jan, 2022 (about 2 years ago)

Due Date

19 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
RFSQ 01-19-2022

Identifier

RFSQ 01-19-2022
Terrebonne Parish Consolidated Government

Customer / Agency

Terrebonne Parish Consolidated Government
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.

1 TERREBONNE PARISH CONSOLIDATED GOVERNMENT Request for Statement of Qualifications Buquet Bridge Vertical-Lift Span Replacement Hurricane IDA Engineering Services INTRODUCTION The Parish is accepting Statement of Qualifications for engineering services to design a replacement vertical-lift span and mechanical rehabilitation for a movable bridge in accordance with federal disaster relief program requirements. The type of project will include the demolition and removal of the damaged vertical-lift span, including damaged mechanical components and the construction of a new vertical-lift span for Buquet Bridge located in Terrebonne Parish. The TPCG through this RFQ will be identifying one engineering firm deemed eligible to perform work within Terrebonne Parish. The selected firm will be assigned based on the strength of the firms qualifications in designing and construction of movable bridges. TYPE OF CONTRACT/AGREEMENT Terrebonne Parish Consolidated Government is requesting
qualifications for a professional services contract. Although price is not a factor in the selection of the Engineering Firm for purposes of this RFQ, Respondent is encouraged to provide its current rate sheet for services. The selected Respondent will be required to negotiate for fair and reasonable compensation in accordance with 44 C.F.R. 13.36(d)(E)(3)(v). Negotiated rates shall be inclusive of all direct costs. The maximum amount of program design and implementation engineering fees which can be paid for implementation with federal disaster relief funds will be determined by the State and may require adjustments in the proposed contract amount. Issuance of this RFQ in no way constitutes a commitment by the Parish to award a contract. The Parish reserves the right to accept or reject, in whole or part, all proposals submitted and/or cancel this announcement if it is determined to be in the Parishs best interest. The Parish reserves the right to make a partial award and delete some services from the scope of work. PART ONE: SERVICES REQUIRED The Parish is soliciting qualification statements for engineering services to assist the Parish with preliminary engineering, permits, design engineering, and inspections of this project in compliance with federal disaster relief program requirements such as Governors Office of Homeland Security (GOSHEP), the Federal Emergency Management Agency (FEMA), and Community Development Block Grant (CDBG) standards, and Hazard Mitigation Grant Program (HMGP). 2 a. Designing a demolition plan and designing the replacement of the vertical-lift span and necessary components. b. Preparing the construction bid package in conformance with applicable federal requirements and supervising the bid advertisements, tabulation, and award process, including preparing the advertisement for bid solicitation, conducting the pre-bid meeting, bid opening and issuing the notice to proceed. c. Conducting the preconstruction conference. d. Field staking, on-site supervising of construction and preparing inspection reports. e. Provide the construction management and oversight. f. Reviewing and approving all contractor requests for payment and submitting approved requests to the OWNER. g. Providing reproducible record drawings to the OWNER upon project completion. f. Conducting final inspection and testing. g. Appendix A 44 C.F.R. PART 18 Certification regarding Lobbying should be signed, dated and submitted with this RFQ package h. Maintain insurance coverage specified on the attached schedule of insurance as otherwise may be required by TPCG (see Insurance Schedule Section 7). PART TWO: SUBMITTALS All Statement of Qualifications will include a brief history of the respondent and a resume or curricula vitae of each key person in the firm who will be assigned to the project. It must also include a complete list of all federally funded disaster relief projects which the respondent has provided engineering services, including governing body, type of project, amount and program year; this list will be used for reference purposes. All references must indicate excellent program performance. All qualification statements will be scored and ranked by the Parish, with the highest rated respondent being awarded a contract. The engineering firm must also be cleared by the State which will verify that the firm is not debarred from participating in the federal disaster relief programs. Any subcontractors who are proposed to be part of the project team must be clearly identified and the Respondent is to include a statement of the nature and the percentage of total work that is anticipated to be provided by the subcontractor. Respondent shall demonstrate that subcontractor(s) has a history of proven and measurable experience in the area of services. The Parish reserves the right to reject any and all statements. In the event of a tie, the respondent with the most experience with movable bridge construction within the past four years will be 3 selected to enter into contract negotiations. Unsuccessful respondents will be notified as soon as possible. All questions/ inquiries concerning this advertisement shall be submitted in writing via email to both: David Rome at drome@tpcg.org and Chris Infante at cinfante@tpcg.org All interested parties must submit: one (1) original (stamped original) and four (4) copies of Qualifications along with one (1) electronic copy (USB flash drive only) in Portable Document Format (pdf). The flash drive becomes the property of the Parish. Qualifications must be received by January 19, 2022 at 2:00 pm, in order to be considered responsive. Qualifications submitted after this time will not be considered. Qualifications must be submitted in a sealed envelope and clearly marked on the outside of the envelope as "QUALIFICATIONS ENCLOSED FOR BUQUET BRIDGE VERTICAL-LIFT SPAN REPLACEMENT HURRICANE IDA". Qualifications may be delivered by United Stated Postal Service registered or certified mail with a return receipt requested or hand delivered to: Attn: Terrebonne Parish Consolidated Government Purchasing Department/City of Houma Service Complex 301 Plant Road Houma, LA 70363 PART THREE: SELECTION CRITERIA All responses to the Statement of Qualifications will be evaluated according to the following criteria and corresponding point system. Qualification statements will be evaluated on the basis of written materials. Sufficient information must be included in the proposals to assure that the correct number of points is assigned. Incomplete or incorrect information may result in a lower score. AWARD CRITERIA Terrebonne Parish Consolidated Government will award based upon the following items: Maximum Criteria Score 1. Qualification of Key Personnel 35 2. Background History and experience of firm on similar projects 30 3. Familiarity with the requirements, rules and regulations of federal disaster relief programs (GOHSEP, FEMA, CDBG, HMGP). 30 4. Available resources to complete the work in a timely manner 5 mailto:drome@tpcg.org mailto:cinfante@tpcg.org 4 100 EXPENSES INCURRED IN PREPARING OFFERS: Terrebonne Parish Consolidated Government accepts no responsibility for any expense incurred by the Respondent in the preparation and presentation of an offer. Such expenses shall be borne exclusively by the Submitter. 5 All the following must be reflected on the attached "Qualification Sheet" with a Statement of Qualifications attached. TEREBONNE PARISH QUALIFICATION SHEET BUQUET BRIDGE VERTICAL-LIFT SPAN REPLACEMENT HURRICANE IDA 1. Attach this sheet to your Statement of Qualifications, which should include the following: a. Your companys past work on large independent or federal disaster relief related projects. b. Your KEY staff qualified to handle this project. c. Any current disaster relief contracts for which you are presently under contract. The above qualifications are submitted by: COMPANY NAME: REPRESENTATIVE NAME (PRINT): REPRESENTATIVE SIGNATURE: PHONE NUMBER: DATE: 6 SUBMITTAL REQUIREMENTS LIST Firms shall submit: one (1) USB, one (1) original and four (4) copies of their qualifications and include the following: Qualification Sheet, Sheet 4 in RFQ to be signed and filled out Qualification of Staff Resumes for All Key Personnel Background History and experience of firm on similar projects Familiarity with the requirements, rules and regulations of federal disaster relief programs (GOHSEP, FEMA, CDBG, HMGP) Complete list of all federal disaster relief projects which the respondent has provided engineering services, including governing body, type of project, amount, and program year Available resources to complete the work Appendix A 44 C.F.R. PART 18 Certification regarding Lobbying should be signed, dated and submitted with this RFQ package Maintain insurance coverage specified on the attached schedule of insurance as otherwise may be required by TPCG (see Insurance Schedule Section 7). 7 APPENDIX A, 44 C.F.R. PART 18 CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. ______________________________________ Signature of Contractors Authorized Official ________________________________________ Name and Title of Contractors Authorized Official ___________________ Date 8 INSURANCE SCHEDULE SECTION 7 -- GENERAL CONSIDERATION 7.1 Termination or Suspension The terms of this contract shall be binding upon the parties hereto until the work has been completed and accepted by the TPCG and all payments required to be made to the Project Manager have been made; but this contract may be terminated under any or all of the following conditions: 1. By mutual agreement and consent of the parties hereto. 2. By the TPCG as a consequence of the failure of the Project Manager to comply with the terms, progress or quality of work in a satisfactory manner, proper allowance being made for circumstances beyond the control of the Project Manager. 3. By either party upon failure of the other party to fulfill its obligations as set forth in this contract. 4. By the TPCG due to the departure for whatever reason of any principal member or members of the Project Manager's firm. 5. By satisfactory completion of all services and obligations described herein. 6. By the TPCG by giving thirty (30) days notice to the Project Manager in writing and paying fees due for completed work. Upon completion/termination the Project Manager shall deliver to the TPCG all plans and records of the work compiled to the date of termination and the TPCG shall pay in full for all work accomplished up to the date of termination, including any retained percentage earned to date. Should the TPCG desire to suspend the work, but not definitely terminate the contract, this may be done by thirty (30) days notice given by the TPCG in writing to that effect, and the work may be reinstated and resumed in full force and effective upon receipt from the TPCG of thirty (30) days notice in writing to that effect. Payment for termination shall be in accordance with Paragraph 5.3.2. 7.2 Re-use of Documents All documents including Drawings and Specifications prepared by Project Manager pursuant to this Agreement are instruments of service in respect of the Project. They are not intended or represented to be suitable for re-use by TPCG or others on extensions of the Project or on any other project. Any re-use without written verification or adaptation by Project Manager for the specific purpose intended will be at TPCG's sole risk and without liability or legal exposure to Project Manager; and TPCG shall indemnify and hold harmless Project Manager from all claims, damages, losses and expenses including attorney's fees arising out of or resulting there from. 7.3 Controlling Law It is agreed by and between all parties hereto that this agreement is to be governed, construed and interpreted by and under the laws of the State of Louisiana and it is further agreed that all litigation concerning this contract shall be brought in the Thirty-Second 9 Judicial District Court, Terrebonne Parish, Louisiana. 7.4 Successors and Assigns 7.4.1 TPCG and Project Manager each binds himself and his partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement and to the partners, successors, executors, administrators, assigns and legal representatives of such other party, in respect to all covenants, agreements and obligations of this Agreement. 7.4.2 Neither TPCG or Project Manager shall assign, sublet or transfer any rights under or interest in (including, but without limitation, monies that may become due or monies that are due) this Agreement without the written consent of the other, except as stated in Paragraph 7.4.1, and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this paragraph shall prevent Project Manager from employing such independent Project Managers, associates and subcontractors as he may deem appropriate to assist him in the performance of services hereunder, at his own expense. 7.4.3 Nothing herein shall be construed to give away any rights or benefits hereunder to anyone other than TPCG and Project Manager. 7.5 Public Liability To the fullest extent permitted by law, Project Manager shall indemnify and hold harmless TPCG, and TPCG's elected or appointed officials, officers, directors, partners, agents, Project Managers, and employees from and against any and all claims, demands, costs, expenses, losses, and damages (including but not limited to all fees and charges of Project Managers, architects, attorneys, and other professionals, and all court, arbitration, or other dispute resolution costs) arising out of or related to the Project, provided that any such claim, demand, cost, loss, expense, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or loss of or destruction of tangible property, including the loss of use resulting there from, but only to the extent caused in whole or part by any negligent acts or omissions of the Project Manager or the Project Manager's officers, directors, partners, employees, Project Managers, or anyone directly or indirectly employed or contracted by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss, expense, or demand is caused in part by a party indemnified hereunder. The Project Manager shall not be obligated to indemnify TPCG, or the TPCG's elected or appointed officials, officers, directors, partners, agents, Project Managers, and employees, from their own negligence. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Agreement. 7.6 Claim for Liens The Project Manager shall hold the TPCG harmless from any and all claims for liens of 10 labor, services or material furnished to the Project Manager in connection with the performance of its obligations under this contract. 7.7 Professional Liability Insurance The Project Manager shall maintain professional liability coverage during the term of this agreement. The minimal acceptable limits shall be $1,000,000 Per Loss; $1,000,000 aggregate. If claims-made coverage is accepted, the retroactive date, if any, must precede the commencement of the performance of the contract. Any retrospective date applicable to coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning when the Work is completed. This insurance shall provide primary coverage for claims and/or suits which may arise out of or result from the Project Managers scope of Work as described in the Contract and its amendments; and TPCG shall have the right to request a copy of loss runs associated with the current in force policy to determine if the policy limits have been impaired to an unacceptable level. This requirement shall extend to all professional subcontractors employed by the prime Project Manager or surveyor. Project Manager shall provide certification of such insurance and a copy of the policy upon request. 7.8 General Liability Insurance The Project Manager shall maintain general liability coverage during the term of this agreement. The minimum acceptable limits shall be $1,000,000 per occurrence, $2,000,000 general aggregate and $2,000,000 products/completed operations aggregate. Each policy of insurance required by this clause shall contain an Additional Insured endorsement in favor of Terrebonne Parish Consolidated Government, its elected and appointed officials, agents, directors, servants, employees and volunteers, using form CG 20 10 Form B (edition 07 04) or approved equivalent; and a Waiver of Transfer of Rights of Recovery Against Others to Us in favor of Terrebonne Parish Consolidated Government, its elected and appointed officials, agents, directors, servants, employees, and volunteers. 7.9 Workers Compensation Insurance The Project Manager shall maintain Workers Compensation coverage during the term of this agreement. The limits of the Workers Compensation coverage shall be the Louisiana statutory requirements; shall provide Other States coverage, if applicable; and include Employers Liability coverage with minimum acceptable limits of $1,000,000 Each Accident, $1,000,000 by Disease Each Employee, and $1,000,000 by Disease Policy limit. The Project Manager shall provide a Waiver of Subrogation in favor of Terrebonne Parish Consolidated Government, its elected and appointed officials, agents, directors, servants, employees, volunteers, and any other entities who may require waivers by specific contract. Project Manager shall provide certification of such insurance and a copy of the policy upon request. 7.10.1 Auto Liability Insurance The Project Manager shall maintain automobile liability coverage during the term of this agreement. The limits of this coverage shall be a minimal acceptable limit $1,000,000 11 Combined Single Limits for bodily injury and property damage. Liability coverage to be provided for Any Auto or All Owned Autos and Hired and Non-owned Autos. If Project Manager owns no vehicles, then a Hired and Non-owned Auto Liability policy is required. An Additional Insured endorsement in favor of Terrebonne Parish Consolidated Government, its elected and appointed officials, agents, directors, servants, employees, and volunteers is required; and a Waiver of Transfer of Rights of Recovery Against Others to Us in favor of Terrebonne Parish Consolidated Government, its elected and appointed officials, agents, directors, servants, employees, and volunteers is also required. Project Manager shall provide certification of such insurance and a copy of the policy upon request. 7.11 Deductibles and Self-Insured Retentions ANY DEDUCTIBLES OR SELF-INSURED RETENTIONS MUST BE DECLARED TO, AND APPROVED BY THE TPCG. Prior to entering into this agreement, and at the option of TPCG, either, The TPCG shall accept and approve the deductible or self-insured retention. The insurer shall reduce or eliminate such deductibles or self-insured retentions as respects TPCG. The Project Manager shall procure a bond guaranteeing payment for losses and related investigations, claim administration and defense expenses. 7.12 Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverage a. TPCG is to be added as additional insureds as respects liability arising out of activities performed by or on behalf of the Project Manager; products and completed operations of the Project Manager; premises owned, occupied or used by the Project Manager. The coverage shall contain no special limitations on the scope of protection afforded to TPCG. The business auto policy under Who is an insured shall provide liability coverage in favor of TPCG. Any deviation from this requirement must be pre-approved by Terrebonne Parish Consolidated Government. b. Any failure to comply with reporting provisions of the policy shall not affect liability provided to TPCG. c. The Project Managers insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurers liability. Any deviation from this requirement must be pre-approved by Terrebonne Parish Consolidated Government. 2. Workers Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against TPCG, for losses arising from work performed by the Project Managers for TPCG. 3. All Coverage Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled thirty (30) days prior written 12 notice by certified mail, return receipt requested, has been given to TPCG. 7.13 Acceptability of Insurers Insurance is to be placed with insurers with an A.M. BESTS RATING OF NO LESS THAN A:VI. This requirement will be waived for workers compensation coverage only for those Project Managers whose workers compensation coverage is placed with companies who participate in the State of Louisiana Workers Assigned Risk Pool or Louisiana Workers Compensation Corporation. 7.14 Verification of Coverage Project Manager shall furnish TPCG with certificates of insurance effecting coverage required. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. THE CERTIFICATES ARE TO BE RECEIVED AND APPROVED BY TPCG BEFORE WORK COMMENCES. TPCG reserves the right to require complete, certified copies of all required insurance policies, at any time. 7.15 Subcontractors Project Manager shall include all subcontractors as insureds under its policies or shall furnish separate certificates for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

301 Plant Road Houma, LA 70363Location

Address: 301 Plant Road Houma, LA 70363

Country : United StatesState : Louisiana

You may also like

ENGINEERING SERVICES

Due: 30 Jun, 2028 (in about 4 years)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

RFSO 24-03 Engineering Services

Due: 03 May, 2024 (in 6 days)Agency: Kinetic GPO Inc

Engineering Services

Due: 30 Apr, 2024 (in 4 days)Agency: City of Madison - Purchasing Services

Please Sign In to see more like these.

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