REQUEST FOR QUALIFICATIONS

Similar documents
REQUEST FOR PROPOSALS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS. Janitorial Services

REQUEST FOR PROPOSALS FOR AS-NEEDED EMERGENCY DAMAGE ASSESSMENT AND ENGINEERING SERVICES FOR FISCAL YEARS 2016 THRU 2018

Board of Commissioners of the Port of New Orleans. April 25, 2018

Board of Commissioners of the Port of New Orleans

REQUEST FOR PROPOSALS FOR AS-NEEDED CONTAINER CRANE ENGINEERING SERVICES FOR FISCAL YEARS 2016 & 2017

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

ADVERTISEMENT FOR BID

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Warner Robins Housing Authority

REQUEST FOR PROPOSALS

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Proposal No:

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

REQUEST FOR QUALIFICATIONS STATEMENTS

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

PROJECT DESCRIPTION SCOPE OF SERVICES

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Charlotte-Mecklenburg Schools. Request for Qualifications

Warner Robins Housing Authority

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

Requests For Proposals

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Warner Robins Housing Authority

Request for Qualifications

WEST VALLEY SANITATION DISTRICT

LEGAL SERVICES RFP # AUGUST 13, 2018

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Alabama State Port Authority

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Request for Bid/Proposal

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

PHASE 1 STAFF FACILITIES LOCKER ROOM

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

Request For Qualifications Construction Management at Risk

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Real Estate Services For Neighborhood Stabilization Program 3

Request for Qualifications (RFQ)

West Ridge Park Ballfield Light Pole Structural Assessment

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

City of Beverly Hills Beverly Hills, CA

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

MIDDLESEX COUNTY UTILITIES AUTHORITY

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

REQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing

Request For Proposal (RFP) for

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

Cheyenne Wyoming RFP-17229

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

Real Estate Acquisition Services For Neighborhood Stabilization Program

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE March 22, 2010 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Request for Proposal For Scrap Metal Removal

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

Lisa Alderson, Contracts and Procurement Supervisor

REQUISITION & PROPOSAL

Request for Proposal. For Financial and Accounting Services

Request for Proposals. Consultant for Board Governance Framework Design - Arts and Culture Centre

STORM DRAIN ENGINEERING DESIGN SERVICES

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

Transcription:

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Civil Engineering August 9, 2017 Deadline for Statement of Qualifications is no later than Tuesday, August 29 th by 11 a.m. Central Time NEW ORLEANS, LOUISIANA Page 1 of 8

Table of Contents Table of Contents... 2 PART I. SUMMARY... 3 NOTICE OF REQUEST FOR QUALIFICATIONS... 3 PART II. GENERAL INFORMATION... 4 INTRODUCTION... 4 INSURANCE... 5 DBE/SBE PARTICIPATION... 6 COMPENSATION... 7 AUDIT REQUIREMENTS... 7 TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS... 7 PART III. REQUIREMENTS TO RESPOND TO THIS RFQ... 8 SUBMITTAL REQUIREMENTS... 8 EVALUATION CRITERIA OF THE RFQ... 8 Page 2 of 8

PART I. SUMMARY NOTICE OF REQUEST FOR QUALIFICATIONS Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) is requesting of statement of qualifications submittals from firms licensed to do business in Louisiana (Prime Consultants) who have demonstrated commensurate experience and expertise for providing As-Needed Civil Engineering Services. The agreements will be between the Prime Consultant and the Board. The agreements will be administered by Board staff. Up to two (2) Consultants/Teams consisting of a Prime Consultant and its sub-consultants, if any, will be selected for this contract. The Consultant/Team shall follow the instructions given in this Request for Qualifications (RFQ) in order to respond with a valid statement of qualifications for evaluation by the Board s Consultant Evaluation Committee. In a sealed box, a complete statement of qualifications addressed to Mr. Louis Jackson, Director of Engineering, a second sealed envelope containing the Flash Drive and a bound original statement of qualifications and four bound copies thereof. The contents shall have the contract s exact title (see above) and the name of the Prime Consultant clearly shown on the outside of each box and envelope and be received via mail or delivery (no facsimile nor email) to the Board of Commissioners Port of New Orleans, Ms. Antonia Taylor, Procurement Manager, Room 240, Services Department, 1350 Port of New Orleans Place, New Orleans, Louisiana 70130 not later than 11:00 AM, local time, on Tuesday, August 29, 2017 to be considered for the contract for which the Consultant/Team requested to respond. Deliveries are only accepted prior to deadline, Monday thru Friday, excluding holidays, from 8 a.m. to 4 p.m. Failure to submit required information by the deadline will cause disqualification and removal from further consideration on this project. No information may be changed or submitted after the deadline. Appendices A thru E for this RFQ are shown in the RFQ Table of Contents and are available to download through the Port of New Orleans website at http://www.portno.com/request-for- Proposals. Interested firms may obtain the RFQ via the Port of New Orleans website at www.portno.com under the PROCUREMENT page under HOME, then under REQUEST FOR PROPOSALS, or directly at this website address: http://www.portno.com/request-for-proposals. The RFQ contains information and instructions on submitting qualifications. Inquiries regarding this RFQ shall be directed to Mr. Louis Jackson by email only at jacksonl@portno.com Page 3 of 8

PART II. GENERAL INFORMATION INTRODUCTION The BOARD, is soliciting statement of qualifications for As-Needed Civil Engineering Services from qualified candidates that are eligible to fulfill the Board s services. Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) is requesting the submittal of statement of qualifications from firms licensed to do business in Louisiana (Prime Consultants/Teams) who have demonstrated commensurate experience and expertise for providing AS-NEEDED CIVIL ENGINEERING FOR FISCAL YEARS 2018-2020 not-to-exceed value of $500,000 per contract. The contract described below is considered as-needed professional services. Actual services requested will be issued by task orders, with costs negotiated by the Director of Engineering. The scope of work is intended to indicate the needs of the Board and the types of experience and qualifications to be considered, and is not limited to these activities. Award of the contract is not a guarantee of work or fees. All services will be engaged by task order on as-needed basis. To be considered in the review process, statements of qualification must be received by 11:00 am Tuesday, August, 29, 2017, in the Port of New Orleans, Services Department, 1350 Port of New Orleans Place, Room 240, New Orleans, LA 70130. Envelopes containing statement of qualifications are to be sealed and prominently marked: As-Needed Civil Engineering Services. Interested parties must submit one bound original document and four bound copies. SCOPE OF WORK Services will include any or all as directed by the Engineering Services Team: 1. Provide Project management services for each task assigned, including but not limited to, developing a resource loaded Work Breakdown Structure for each task assigned, risk based estimating of construction costs, construction schedule development within e-builder software, implementation of a defined Quality Control Plan and scheduling sufficient resources to complete the task as agreed 2. Inspection/Investigation/survey- collect current information on civil/marine infrastructure and make recommendations for upgrades, repairs, code deficiencies, etc. 3. Design and Drafting - provide engineering design drawings under the direct supervision of a Louisiana licensed professional engineer 4. Procurement - writing technical specifications, prepare contract documents in Board format in accordance with Louisiana public bid law for civil and marine infrastructure 5. Provide Construction Engineering support including development of final Plan of Record, responses to Requests for Information (RFI), submittal and shop drawing review, and being available for periodic site visits during construction or as directed for any civil/marine work provided by contractors of Board Facilities Team. Page 4 of 8

All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. In the event of an accident or civil/marine failure, the consultant will be required to provide an engineer at the site within a 12-hour notice to assess the situation and make recommendations. Work order numbers shall be assigned for tracking each Port project which shall be used on employee time sheets, billing direct costs, etc. The Board may provide construction administration and testing laboratory services under separate contract to other firms. INSURANCE Before a professional services contract can be executed and become effective, the Consultant and each Sub-Consultant shall furnish to the Board's risk manager certificates evidencing that it has procured the insurance herein required. Current insurance certificates must be provided for the coverages required herein during the entire term of this contract. For a period of three years after termination of this contract, the Prime Consultant and each Sub-Consultant providing professional services, and any other firm as applicable, must carry professional liability insurance as outlined below. All insurance shall be written with insurance companies authorized and licensed to do business in the State of Louisiana and acceptable to the Board (Best's rating A-, VI, or better). Selfinsurance programs authorized by the Commissioner of Insurance of the State of Louisiana for workers' compensation insurance are acceptable with the submission of a certified copy of the Consultant s authority to self-insure. All insurance required herein shall be primary to any similar insurance that may be carried by the Board for its own protection. Except for the workers' compensation insurance and the professional liability insurance, the Board shall be named as an additional insured on all policies required herein. All insurance policies required herein, as well as any other insurance carried by the Consultant for its protection or the protection of its property on the contract shall provide that the insurers waive in favor of the Board any rights of subrogation the said insurers may be entitled to. Page 5 of 8

All policies required herein shall provide for thirty (30) calendar days written notice of cancellation or material change to be sent to the Board at P.O. Box 60046, New Orleans, Louisiana 70160 Attention: Risk Manager. For additional information contact the Board s risk manager at (504) 528-3273. All insurance policies herein required shall remain in full force and effect for the duration of this contract. If any insurance required herein is canceled or materially changed and not immediately replaced during the term of this contract, the Board reserves the right to purchase insurance at the expense of the Consultant to protect the Board's interest. The furnishing of insurance shall not relieve the Consultant of the responsibility for losses not covered by insurance. The Board makes no representation or warranty that the insurance the Board requires will be sufficient to protect the Consultant s interests. The Consultant shall be responsible for the full amount of any deductible associated with any of the insurance policies required herein. A combination of primary and excess insurance may be used to satisfy the insurance requirements. The insurance requirements are as follows: Comprehensive General Liability Insurance Consultant shall procure and maintain at its sole cost and expense comprehensive general liability insurance (on an occurrence basis) with limit of liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting to any one person or from any one occurrence. The aggregate limit for products and completed operations shall be not less than one million dollars ($1,000,000). The limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Comprehensive Motor Vehicle Liability Insurance Consultant shall procure and maintain at its sole cost and expense comprehensive motor vehicle liability insurance which shall include hired car and non-ownership coverage with limit of liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting to any one person or from any one occurrence. The limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Workers' Compensation Insurance Consultant shall procure and maintain at its sole cost and expense workers compensation insurance which will protect it from claims under the Louisiana Workers Compensation Act (LSA 23:1021, et. seq.). The limits of liability under the employer s liability section of the workers compensation policy, as well as both compensation schemes, shall be not less than one million dollars ($1,000,000). Professional Liability Insurance The Consultant shall procure and maintain errors and omissions / professional liability insurance in the amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) annual aggregate. The insurance shall be in full force and effect for a period of three years after substantial completion of the construction phase of the project. Such insurance shall be issued subject to a deductible not to exceed ten thousand dollars ($10,000.00) that will be for the account of the Consultant. DBE/SBE PARTICIPATION The Board encourages the participation of DBE/SBE (Disadvantaged/Small Business Enterprise) firms on the consultant/team. In order to receive points for participation, firms included in the Page 6 of 8

statement of qualifications that have any such status must submit evidence of a current certification from at least one of the following certifying entities: 1) the SLDBE Program administered by the City of New Orleans, 2) the State of Louisiana s Department of Economic Development s SBE Hudson Initiative program or 3) the Federal Small Business Enterprise Program. The Board does not have a certification program, but accepts certifications issued only by these public entities. Failure to include such information with the statement of qualifications will be taken to mean that firms have no such current certification and will not be accepted after the due date. COMPENSATION Compensation for services will be based on all-inclusive hourly rates for various classifications of personnel working on a project. Direct costs and sub-consultant costs will be compensated based on actual invoiced costs with no multipliers. AUDIT REQUIREMENTS The selected Prime Consultant, and any of its sub-consultants, shall maintain accounting records, as a condition to the award of this public contract, for the Legislative Auditor of the State of Louisiana and/or the Board s auditors to inspect, examine and/or conduct an audit of all books, accounts and records of firms pertaining to the performance of contractual obligations and the compensation due to be received under this contract. TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS Work within the Board s terminals and at most other properties, such as the Harbor Police building, require Transportation Safety Administration Transportation Worker Identification Credentials (TWIC). Federal regulations require that persons seeking entry to restricted areas of United States ports must present a valid TWIC card and must maintain possession of the TWIC at all times in secure port areas. Without a TWIC or an approved Port of New Orleans authorized TWIC escort, no entry will be allowed into restricted areas. Port personnel will not be responsible for providing escorting services to any Consultants. The Board does not compensate Consultants for obtaining TWIC for its employees and sub-consultants. Processing for a TWIC can take several weeks, and Consultants should ensure that key personnel on the team have applied for TWIC on Notice of Award of a contract. Entry into the Board s administrative headquarters does not require a TWIC card. AFFIDAVITS As required by Louisiana State law, affidavits will be needed to be executed by the person or firm doing business with the Board at the time of entering a contract. Refer to the Port of New Orleans website at www.portno.com under PROCUREMENT under INFORMATIONAL DOCUMENTS under AFFIDAVITS. Sub-consultants do not need to provide affidavits to the Board, only the Prime Consultant. The affidavits submitted by the Prime Consultant to the Board are due at the time of submitting the final contract for execution. Consultants should read the affidavits and be aware that they are a requirement in order to enter into a contract with the Board. Page 7 of 8

PART III. REQUIREMENTS TO RESPOND TO THIS RFQ SUBMITTAL REQUIREMENTS Any Prime Consultant/Team failing to submit any of the information required will be considered non-responsive. Facsimiles and email submittals will not be accepted. Name(s) of the Prime Consultant and sub-consultant firms listed must precisely match the name(s) filed with the Louisiana Secretary of State, Corporation Division. EVALUATION CRITERIA OF THE RFQ The general criteria to be used by the Consultant Evaluation Committee in evaluating responses for the selection of two Consultants/Teams are: 1. The described approach to contract management and task order development to be used by the respondent 2. The corporate background, experience, and financial stability 3. Staffing and support personnel qualifications 4. Disadvantaged/Small Business Enterprise (DBE/SBE) participation The evaluation will be by means of a point-based rating system of the Prime Consultant/Team as a whole. The Consultant Evaluation Committee will be responsible for performing the above described evaluation, and presenting the ratings to the Board s Chief Executive Officer. Page 8 of 8