request for quotations - lapeer county - geotech services.pdf · the purpose of this request for...
TRANSCRIPT
REQUEST FOR QUOTATIONS
Geotechnical Engineering Services
for the
Determination of Posted Load Limits on Selected Roadways within Lapeer
County
Issuing Agency:
Lapeer County Road Commission 820 Davis Lake Road
Lapeer, Michigan 48446
SECTION 1: GENERAL INFORMATION
I. Objective
The purpose of this Request for Quotations (“RFQ”) is to provide interested and qualified consultants
with specific information to prepare and submit a proposal for geotechnical engineering services for the
project described in Section 2. The LCRC shall use a qualifications-based selection (“QBS”) process as
described in Section 4. In addition, estimated hours of staff classification along with hourly rates and
grand total of cost for project with breakdown on each segment of roadway is required to be included in
proposal.
II. Issuing Office
The RFQ is issued by the Lapeer County Road Commission (“LCRC”) Engineering Department. All
correspondence, questions and submittals regarding this RFQ shall be addressed to:
Destain D. Gingell, P.E.
County Highway Engineer
Lapeer County Road Commission
820 Davis Lake Road
Lapeer, MI 48446
Phone: 810-664-6272
E-Mail: [email protected]
Verbal inquiries or requests for information shall not be made of Lapeer CRC staff. Any attempt on the
part of a consultant or any of its employees, agents or representatives to contact Lapeer CRC staff with
respect to this RFQ, other than as described above, may lead to disqualification.
III. Proposals
Two (2) copies of the proposal shall be submitted. The information included therein should be as
concise as possible. The proposal must be signed in ink by an official authorized to bind the Proposer to
its provisions. Each proposal must remain valid at least ninety (90) days from the due date of this RFQ.
All key personnel shall be listed with their experience. The principal engineer and project manager must
be specified in the Proposal. If Sub-Consultants will be utilized, qualifications for the firm and their key
personnel must be submitted. The selected firm must submit a written request to substitute key
personnel or Sub-Consultants.
Each proposal shall include a proposed timeline for completion of the work. The timeline should be
based upon the schedule outline in the project specific scope noted later in this RFQ.
IV. Changes in RFQ
Should any prospective Proposer be in doubt as to the true meaning of any portion of this RFQ, or
should the Proposer find any patent ambiguity, inconsistency or omission therein, the Proposer shall
make a written request for an official interpretation or correction. Such requests shall be submitted to
the issuing office not less than six (6) business days prior to the final date of submittal of the proposal.
The person making the request shall be held responsible for its prompt delivery.
Such interpretation or correction, as well as any additional RFQ provisions that the LCRC may decide to
include, will be made only as addenda, which will be emailed to each firm recorded as having received a
copy of the RFQ. Any addenda issued by the LCRC shall become a part of the RFQ and shall be taken into
account by each Proposer in preparing his or her proposal.
V. Proposal Receipt
Sealed proposals must arrive at the Lapeer CRC, 820 Davis Lake Road, Lapeer, Michigan on or before
9:00 a.m., Wednesday, October 26, 2016 and be clearly marked RFQ for Geotechnical Engineering
Services. Each Proposer is responsible for the timely delivery of his or her proposal. Late proposals will
not be considered. Proposals may be packaged separately or together.
VI. Disclosures
All information in a Proposer’s proposal is subject to disclosure under the provisions of Public Act No.
442 of 1976 known as the “Freedom of Information Act.” This Act also provides for the complete
disclosure of contracts and attachments thereto. All unsuccessful proposals will be retained for thirty
(30) days after acceptance of the successful proposal.
VII. Type of Contract
A standard Engineering Services Agreement will be executed between the Lapeer CRC and the
Consultant. The Lapeer CRC reserves the right to award any proposals, to reject any and all proposals in
whole or in part, and to waive any informality or technical defects if, in the Lapeer CRC’s sole judgment,
the best interests of the LCRC will be so served.
VIII. Cost Liability
The Lapeer CRC assumes no responsibility or liability for costs incurred by the Consultant prior to the
execution of an Engineering Services Agreement. The liability of the Lapeer CRC is described in the
standard Engineering Services Agreement, a copy of which is available upon request.
SECTION 2: GENERAL SCOPE OF WORK, SERVICES, AND DELIVERABLES
I. Project Specific Scope
The Lapeer CRC has identified various roadway segments that require determinations of allowable load
limits. A geotechnical investigation, including soil borings, will be conducted by the Consultant to make
recommendations to the Lapeer CRC. The roadways identified include both County Primary and Local
Township roads and consist of bituminous pavement and/or aggregate surfaces. The Consultant’s
recommendations will be considered by the Road Commission and/or the appropriate Township Board
of Trustees.
The selected consultant will provide all necessary material, equipment and labor necessary to complete
the work.
If this analysis determines that any roadways need to be posted with reduced load limits, Lapeer CRC
will place any necessary signage.
The roadway segments included in the scope of services includes those shown on Exhibit A.
II. Work will include, but is not limited to:
A. Perform (2) soil borings or as recommended within each roadway segment, as needed to
perform engineering analysis to make load limit determinations. Segments included are as
shown in the attached Exhibit A.
B. The principal engineer or project manager for the Consultant will be required to drive the
roadways identified in Exhibit A with the County Highway Engineer and/or his representative to
select the location of each soil boring.
C. Calculations necessary to determine the allowable load limit for each roadway segment
identified.
D. Utility Coordination: The Consultant is responsible for contacting Miss Dig as required prior to
performing soil borings.
E. Permits: All work is within Lapeer CRC rights-of-way. Therefore, no permits are required.
F. Maintenance of Traffic: The Consultant is responsible for providing appropriate traffic controls
while performing soil borings.
G. Lapeer CRC will provide traffic count information and projected additional traffic volumes.
III. Deliverables
A. Geotechnical Report. The geotechnical report will include an executive summary,
recommendations for posting roads with reduced load limits and any other relevant findings.
For Coldwater Road and German Road south of Stanley Road, the Consultant will also provide a
proposed flexible pavement design based on the findings of the geotechnical investigation. A
map showing the location of all soil borings, as well as all soil boring logs, will be attached as an
appendix to the geotechnical report.
B. Report shall also include recommendations to preserve pavement integrity of proposed detour
route roads with increased traffic.
SECTION 3: PROJECT ADMINISTRATION
I. Project Schedule
The Geotechnical Report will be delivered to the LCRC within 30 days after execution of the Engineering
Services Agreement.
II. Fee
Once the Consultant is selected based on qualifications, the LCRC will attempt to negotiate a fee for
engineering services that considers all work and staff required, including appropriate overhead and fixed
fee (profit). Unless the scope of the project changes, this fee will be considered a “Not to Exceed
Amount based on hourly submitted fees by personnel classification”.
Estimated hours of staff classification along with hourly rates and grand total of Engineering Cost is
required to be submitted with proposal. Failure to provide an overall estimated cost for a project may
result in rejection of proposal for that project.
III. Payment
Payment will be made to Consultant following delivery of acceptable deliverables meeting the LCRC’s
requirements outlined in Section 2.
SECTION 4: PROPOSAL RATING METHOD
I. Professional Qualifications - 5 points
A. State the full name and address of the organization and, if applicable, the branch office or other
subordinates that will perform, or assist in performing, the work hereunder. Indicate whether it
operates as an individual, partnership or corporation. If as a corporation, include the state in which it is
incorporated. If appropriate, indicate whether it is licensed to operate in the State of Michigan.
B. Include the number of executive and professional staff who will be employed in the work by skill
and qualification. Show where these personnel will be physically located during the time they are
engaged in the work. Indicate which of these individuals are considered key to the successful completion
of the project. Identify individuals who will do the work on this project by name and title. Resumes or
qualifications are required for key project personnel.
C. State the history of the firm in terms of length of experience, types of services provided and
other relevant information. Identify the technical details that make the firm uniquely qualified for this
work.
II. Past Performance with Similar Projects - 10 points
The written proposal shall include a list of specific experiences in these areas and indicate the firm’s
ability to have projects completed within the budgeted amounts as well as references. A summary of
related projects with the original deadline and cost estimate versus the actual design completion date
and final cost of the design is appropriate in this section.
III. Proposed Work Plan - 15 points
A detailed work plan is to be presented which lists all tasks determined to be necessary to accomplish
the work of this project. The work plan shall define resources needed for each task (title and person
hours) and the staff person completing the project element tasks. In addition, the work plan shall
include a time line schedule depicting the sequence and duration of tasks and showing how the work
will be organized and executed.
The work plan shall be sufficiently detailed and clear to identify the progress milestones (i.e. when
project elements, measures and deliverables are to be completed). Additional project elements
suggested by the Proposer are to be included in the work plan and identified as Proposer suggested
elements.
The Proposer shall also submit, as part of the work plan, a sheet entitled “Consultant’s Understanding of
the Project.” The Proposer shall include specific items that were omitted from the RFQ and, in
particular, any “gray areas” of the RFQ that will need to be addressed during the project. The
“Consultant’s Understanding of the Project” shall become part of the contract and a basis for
negotiating extra work. Any item sufficiently addressed in the RFQ shall supersede the “Consultant’s
Understanding of the Project.”
Include any other information believed to be pertinent but not specifically requested elsewhere.
IV. Authorized Negotiator
Include the name and contact information of the person(s) in the organization authorized to negotiate
the Engineering Services Agreement with the Lapeer CRC.
V. Interview
The LCRC will evaluate each proposal by the above-described criteria and point system (I through III) to
select the Consultant for this project. The LCRC reserves the right to reject any proposal that it
determines to be unresponsive and deficient in any of the information requested for evaluation.
The LCRC then may schedule interviews, if necessary, with the selected firms. The selected firms will be
given the opportunity to discuss in greater detail their qualifications, experience, proposed work plan
and fee proposal. The interview shall consist of a presentation of no longer than fifteen (15) minutes by
no more than two (2) representatives of the firm (including the person who will be project manager on
this project). The presentation will be followed by no more than one (1) hour of questions and answers.
Audiovisual aids may be used during the oral interviews.
The firms interviewed will be re-evaluated using the above criteria (I through V), after the interview and
a final decision made.