Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Similar documents
Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS

Board of Commissioners of the Port of New Orleans

REQUEST FOR PROPOSALS

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

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

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

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS

REQUEST FOR PROPOSALS. Janitorial Services

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

PROJECT DESCRIPTION SCOPE OF SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

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

SAN DIEGO CONVENTION CENTER CORPORATION

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

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

REQUEST FOR PROPOSALS

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Alabama State Port Authority

REQUEST FOR PROPOSALS

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

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

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

OFFICE OF THE SUMMIT COUNTY SHERIFF

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Request for Qualifications

ADVERTISEMENT FOR BID

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

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

Proposal No:

Request for Proposal

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

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

REQUISITION & PROPOSAL

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Request for Qualifications (RFQ)

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

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

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

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

Request for Proposal # Executive Recruitment Services

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

PHASE 1 STAFF FACILITIES LOCKER ROOM

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

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

Town of Manchester, Connecticut General Services Department

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

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

NAPA SANITATION DISTRICT Napa, California

WEST VALLEY SANITATION DISTRICT

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

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

Proposal Response Date: March 18, 2019, at 1:00p.m.

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Request for Proposals

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

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

West Ridge Park Ballfield Light Pole Structural Assessment

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Transcription:

Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later than September 22, 2016 by 11:00 AM Central Time New Orleans, Louisiana Page 1 of 11 Addendum No. 2

TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I. SUMMARY 3 NOTICE OF REQUEST FOR QUALIFICATIONS 3 PART II. GENERAL INFORMATION 4 INTRODUCTION 4 SCOPE OF WORK 4 INSURANCE 5 SELECTION PROCESS AND CRITERIA 7 COMPENSATION 7 MINIMUM PERSONNEL REQUIREMENTS 7 AUDIT REQUIREMENTS 7 TRANSPORTATION IDENTIFICATION WORKER CREDENTIALS 8 AFFIDAVITS 8 PART III. REQUIREMENTS TO RESPOND TO THIS RFQ 8 SUBMITTAL REQUIREMENTS 8 EVALUATION CRITERIA OF THE RFQ 9 PART IV. REQUIREMENTS TO RESPOND TO AN RFP IF INVITED 10 INVITATION TO RESPOND TO RFP 10 REQUEST FOR PROPOSALS 10 EVALUATION CRITERIA OF THE RFP 10 Page 2 of 11 Addendum No. 2

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 issuing a Request for Qualifications (RFQ) from firms licensed to do business in Louisiana that are interested in being considered for award of a professional services contract for a new parking garage to be located on the Thalia St. Wharf. The Board currently operates two cruise terminals at Julia and Erato St. Wharves. The Erato St. Cruise Terminal also serves as a parking garage for that terminal, with Julia St. Terminal using leased space in a nearby privately-owned parking lot. While the cruise industry is seeing unprecedented growth, the Board s ability to offer convenient, secure parking to the cruise-going public is limited. Professional engineering services are being sought to expand the Board s parking infrastructure by designing a new parking structure on the Thalia St. Wharf. 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 web address: http://portno.com/request-for-proposals. The RFQ contains information and instructions on submitting qualifications. In addition, the same website has form PONO SF 24-102 that can be downloaded and used for submitting qualifications. The evaluation of qualifications, issuance of Request for Proposals (RFP), evaluation of proposals, and award of contract will be scheduled as set forth in the RFQ. All interested qualified firms are invited to submit their qualifications and that of any sub-consultants proposed to perform the services outlined in the RFQ. The RFQ describes the evaluation factors that will be used in recommending firms to receive an RFP. Failure to submit all the information required on form PONO SF 24-102 will constitute a non-response. Qualification statements are to be submitted only on the Board s Standard Form PONO SF 24-102 (Appendix B) for this solicitation. A response submittal to this RFQ shall consist of five spiral bound copies and one original of forms PONO SF 24-102 furnished in a sealed envelope or box titled Request for Qualifications for Thalia St. Wharf - New Parking Garage. An electronic set of documents is also required and shall be provided on a flash drive in PDF format. Submittals shall be mailed or delivered (no facsimile nor email) to the Board of Commissioners of the Port of New Orleans, Attn: Antonia Taylor 1350 Port of New Orleans Place, New Orleans, Louisiana 70130 not later than eleven AM, local time, on September 22, 2016. Deliveries prior to the due date are only accepted Monday thru Friday, excluding holidays, from 8 a.m. to 4 p.m. The Port of New Orleans encourages participation of DBE/SBE firms as stated in the RFQ. Technical inquiries regarding this RFQ shall be directed to Mr. Darren Austin by email only at austind@portno.com. Page 3 of 11 Addendum No. 2

PART II. GENERAL INFORMATION INTRODUCTION The Port of New Orleans Port Development Division is requesting statements of qualifications from consulting firms for professional services required for the design and construction of a new parking garage on the Thalia St. Wharf. SCOPE OF WORK Professional services under this contract will involve: design (civil, electrical, mechanical, geotechnical, traffic), consultation, surveying, inspection, and preparing necessary permit information for the Board s submittal to outside agencies, for the purpose of developing a bid package(s) for obtaining construction bids in order to construct a new parking garage on the Thalia St. Wharf. The design team will be expected to furnish all labor and materials necessary to perform the following tasks: I. Preliminary Engineering a. Site Investigation b. Design Concept c. Permitting Package Creation II. Design a. Schedule creation and maintenance for Design and Construction b. Review documents and sessions during plan and specification development c. Final Plans and Specifications for bidding III. Bidding Assistance a. Attend pre-bid meeting and produce presentation materials as required b. Assist in answering technical questions from bidders and produce bid addenda as required IV. c. Review post-bid tabulation as required Construction Assistance and Administration a. Review submittals b. Review and respond to RFI, RFC as required c. Attend periodic progress meeting d. Attend site visits for specific concerns related to design or construction e. Act as owner representative as directed f. Review pay applications and recommend actions V. Resident Inspection a. Attend periodic progress meeting b. Attend site visits for specific concerns related to design or construction c. Act as owner representative as directed d. Provide daily (weekly, monthly) field reports as required e. Notify Board personnel immediately of any emergency situations arising during construction VI. Project Close-out a. Create final as-built documents based on contractor mark-ups b. Review all final submittals including O&M manuals, warranties Page 4 of 11 Addendum No. 2

Site Description: The proposed site for the new parking garage is the portion of Thalia St. Wharf, on the Mississippi River at approximately mile 95.6 AHP East Bank. The site is currently occupied by the Board s administration building employee parking lot. The site is bounded by the Erato St. Cruise Terminal to the north (down-river), the Board s administration building to the south (up-river, also on Thalia St. Wharf), the Mississippi River to the east, and the Port of New Orleans Place roadway to the west. Site Challenges: Qualified firms will be selected (in accordance with the scoring criteria found elsewhere in this RFQ) that both demonstrate the applicable experience in the type of structure the Board is proposing to construct and are also best suited to tackle the various site constraints that exist including, but not limited to: Limited access to the site periodic cruise terminal traffic, normal business traffic access through floodwall gates, periodic railroad blockage to access Constraint of site on all sides limited lay-down and construction areas The proximity to the river and adjacent floodwall bank stability is one known issue in this area Permitting challenges with USACE due to proximity to floodwall and Mississippi River Ultimate height of the structure limited by the Crescent City Connection and proximity of construction to same Age and condition of existing Thalia Street Wharf Board s desire to have at least 610 parking spaces Board s desire to have first level serve employee parking with all other levels accessed and via connection(s) back to the Erato St. Cruise Terminal parking structure Board s desire to maintain the truck service access to the front apron of the Erato St. and Julia St. wharves via the entrance on the up-river of the Erato St. Wharf 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: A. General Insurance Requirements a. Insurance Companies: 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) or mutual insurance pools or associations approved in advance by the Board. Self-insurance programs authorized by the Commissioner of Insurance of the State of Louisiana for workers compensation insurance are acceptable if Consultant provides Board with a certified copy of Consultant s authority to self-insure. b. Primary Insurance: All insurance required in this Section shall be primary to any similar insurance that may be carried by the Board for its own protection. Page 5 of 11 Addendum No. 2

c. Insurance Certificates: Before this Agreement becomes effective, Consultant shall furnish to the Board s risk manager signed certificates evidencing that it has procured the insurance herein required. Thereafter, Consultant shall furnish such certificates prior to expiration throughout the term of this Agreement. d. Named Insured: Except for workers compensation insurance and professional liability insurance, Board shall be named as an additional insured on all policies required herein. The insurance certificates of the primary consultant and all sub consultants and any subcontractors working under this Agreement shall state on the insurance certificate the following wording exactly as written herein: B. The Port of New Orleans is an additional insured under the general liability and automobile liability coverages as required by written contract. A waiver of subrogation in favor of the Port of New Orleans is granted for general liability, auto liability and worker s compensation coverages as required by written contract. Insurance herein is primary to any other insurance. a. Waiver of Subrogation: All insurance policies required herein shall provide that the insurers waive any rights of subrogation they may have against the Board. b. Notice of Cancellation: All policies required herein shall provide for thirty (30) days written notice of cancellation or material change to be sent to the Board at P.O. Box 60046, New Orleans, LA 70160, Attention: Risk Manager. c. No Representation or Warranty: Board makes no representation or warranty that the insurance set forth in this Section will be sufficient to protect Consultant s interests. d. Deductibles: Consultant shall be liable to Board for any deductible amounts it maintains under the policies required in this Section. e. Combination of Coverages: A combination of primary and excess insurance may be used to satisfy the requirements of this Section. C. Comprehensive General Liability Insurance During the term of this Contract, Consultant shall procure and maintain at Consultant's 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 limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Coverage under such insurance shall also include damage hazards. This insurance shall include the "broad form contractual endorsement". D. Comprehensive Motor Vehicle Liability Insurance - Consultant shall procure and maintain at Consultant's 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. Page 6 of 11 Addendum No. 2

E. Workers' Compensation Insurance - Consultant shall procure and maintain (either as an authorized self-insured or through an authorized insurance carrier) at Consultant's sole cost and expense workers' compensation insurance to protect Consultant from claims under the Louisiana Workers' Compensation Act as well as under the Federal Longshoremen's and Harbor Workers' Compensation Act, and Jones Act, if applicable. The limit of liability under the employer's liability section of the workers' compensation insurance policy shall be not less than one million dollars ($1,000,000). F. Professional Liability Insurance - 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. Consultant intends to maintain this coverage in full force and effect for a period of three years after termination of this Agreement, and shall make a good faith effort to do so. Consultant shall notify the Board in the event of expected cancellation of coverage. SELECTION PROCESS AND CRITERIA The Board will follow Division Directive No. 9, Professional Contract Services for evaluation of the firms. This is a two part process. A short list of the three to five top-ranked prime firms will be developed based on the evaluation of the qualifications submitted for this RFQ. Those Prime Consultants who receive notification of being short-listed will be sent a Request for Proposal (RFP) as described in Part III herein and will be ranked using criteria as described for final recommendation. 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. Total contract value will be the final not-toexceed fee negotiated by PONO staff, after evaluation of the RFPs. MINIMUM PERSONNEL REQUIREMENTS 1. The Prime Consultant firm must be registered to do business in the State of Louisiana at the time of submittal of the RFQ in accordance with Louisiana state law with respect to those services. 2. The Prime Consultant must employ, on a full time basis, at least one appropriately licensed and/or certified professional with at least eight years of engineering experience to serve as lead project manager. 3. The Prime Consultant must also employ, on a full time basis, or through the use of a subconsultant(s) sufficient Louisiana registered professionals to perform any work that requires licensure in the State of Louisiana. 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 Page 7 of 11 Addendum No. 2

State of Louisiana and/or the Port 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. If a firm does not have a State of Louisiana audited rate, then the firm needs to indicate Not Applicable where a rate is called for. TRANSPORTATION IDENTIFICATION WORKER CREDENTIALS Project sites within port terminals will 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, entry may be denied on Port owned property. Port personnel will not be responsible for providing escorting services to any consultants and delays caused by lack of TWIC are not acceptable and could cause termination of contract. The Board does not compensate consultants for obtaining TWIC for its employees and sub-consultants. Refer to www.twicprogram.tsa.dhs.gov regarding applications for TWIC. 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. PART III. REQUIREMENTS TO RESPOND TO THIS RFQ SUBMITTAL REQUIREMENTS Statements of Qualifications and Written Project Proposal: Five spiral bound sets plus one original. Loose pages will not be accepted. An electronic set of documents is also required and shall be provided on a flash drive in PDF format. Refer to the document INSTRUCTIONS FOR THE LA DOTD STANDARD FORM 24-102 As modified for the Port of New Orleans (SF 24-102) for this project (herein referred to as PONO SF 24-102.) (Appendix A) Any Prime Consultant/Team failing to submit any of the information required on PONO SF 24-102 will be considered non-responsive. Facsimiles and email submittals of PONO SF 24-102 will not be accepted. Name(s) of the Prime Consultant and sub-consultant firms listed on PONO SF 24-102 must precisely match the name(s) filed with the Louisiana Secretary of State, Corporation Division. Page 8 of 11 Addendum No. 2

Any sub-consultant(s) to be used in performance of this contract must also submit a PONO SF 24-102, completely filled out and containing information pertinent to the work to be performed. The sub-consultant s PONO SF 24-102 must be bound with the Prime Consultant s PONO SF 24-102. Board s DBE/SBE Participation Policy The Board adheres to the 1974 Louisiana state constitution, and Louisiana State law including its bid laws and procurement regulations. In that spirit, the Board strongly encourages maximum participation in all bids by certified and qualified Disadvantaged Business Enterprises (DBEs) and Small Business Enterprises (SBEs) as engineering and/or other professional services providers, as long as these certification programs are race and gender neutral. While the Board does not endorse or approve the technical or commercial qualifications of DBE and SBE engineering and/or other professional services providers, the Board encourages such service providers who are certified DBE or SBE to respond to the Board s RFQ/RFP solicitations. After award of the contract the service provider may be requested to submit to the Board either it s own valid DBE or SBE certification or if using DBE or SBE subcontractors, their certifications. To the extent not inconsistent with applicable state and federal laws, the Board will accept the certification of such status by any public body having jurisdiction to do so, e.g., the federal or state government, including the SBA or some similar authorizing agency. Furthermore, such service providers may be requested to submit written monthly reports on utilization of such firms. In order to receive points for participation, firms included in the proposal that have any such status must submit with the bound proposals evidence of a current certification from at least one of the following entities that issues such certifications: 1) the SLDBE program run by the City of New Orleans, 2) the State of Louisiana Unified Certification 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 proposals will be taken to mean that firms have no such current certification. No later submissions of this information will be allowed after submittal of the proposals. EVALUATION CRITERIA OF THE RFQ The general criteria to be used by the Consultant Evaluation Committee in evaluating responses for the selection of three to five Consultants/Teams to receive an RFP for the contract are: 1. Experience in the type of work (See Part II, Scope of Work), weighted factor of 5 2. Staffing and support personnel, weighted factor of 5 3. Professional reputation and business stability, weighted factor of 5 4. Local representation, weighted factor of 2 5. DBE/ SBE participation, weighted factor of 2 6. Prior contract history, weighted factor of 2 7. New Opportunities, weighted factor of 3. Weight will be allocated based on amount of previous experience working with the Board both as a prime and a sub-consultant. Page 9 of 11 Addendum No. 2

8. Knowledge of local conditions, including experience in maritime/industrial facilities located on or near navigable waterways, weighted factor of 3. 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 a short-list of three to five of the highest rated Prime Consultants/Teams to the Port President/CEO. These short-listed firms will receive a Request for Proposal (RFP). PART IV. REQUIREMENTS TO RESPOND TO AN RFP IF INVITED INVITATION TO RESPOND TO RFP Only those firms short-listed by the Consultant Evaluation Committee will receive an invitation to respond to a Request for Proposal (RFP) for each contract. REQUEST FOR PROPOSALS All RFP respondent Prime Consultants will be required to submit their response as stipulated in the RFP. There are two components that will be required to respond to the RFP: 1) Statements of Qualifications and Written Proposal; and 2) Fee Proposal in a separate, sealed envelope. The Consultant s written proposal and any and all forms required in the RFP, as well as the sealed envelope containing the Fee Schedule Proposal shall be submitted as stated herein. Any Consultant/Team failing to submit any of the required information will be considered nonresponsive. Facsimiles and email submittals of the Project Proposal or Fee Proposal will not be accepted. The following information is required to respond to the RFP, if invited: 1) Statements of Qualifications and Written Project Proposal: Five Bound sets plus one original. Loose pages will not be accepted. The Consultant/Team may not revise nor resubmit the PONO SF 24-102 forms and information submitted in response to the RFQ that was used to evaluate the firms unless an additional firm s qualifications have been added since submission of the PONO SF 24-102. The information should correspond to the criteria upon which the evaluations will be scored and indicated herein. 2) Sealed Rate Schedule of Fees: In a separate sealed envelope, the Prime Consultant shall propose an all-inclusive hourly rate schedule for services provided under each contract. The envelope will be unsealed only after all evaluations are made, ranked, and submitted. Fee schedules shall use the schedule form issued in the RFP. EVALUATION CRITERIA OF THE RFP Listed below, in order of their relative importance, are the criteria that the Consultant Evaluation Committee will use to evaluate the RFPs considering all firms included on the Consultant/Team: Page 10 of 11 Addendum No. 2

1. Experience, both of the Prime Consultant/Team and key individuals in type of work (See Part II, Scope of Work), weighted factor of 5. 2. Past performance of Prime Consultant/Team and key individuals on similar work, weighted factor of 5. 3. Local representation including the location of intended project manager and how readily the Prime Consultant/Team will be able to respond to the Port's needs, weighted factor of 3. 4. Conceptual plan of action includes how the Prime Consultant/Team will approach the assignments, weighted factor of 3. 5. Staffing and support to be assigned to the contract, weighted factor of 3. 6. Knowledge of local conditions, including experience in maritime/industrial facilities located on or near navigable waterways, weighted factor of 3. 7. Ability to meet PONO schedule for deliverables as described in the RFP, weighted factor of 2.5. 8. New Opportunities, weighted factor of 3. Weight will be allocated based on amount of previous experience working with the Board both as a prime and a sub-consultant. 9. DBE/ SBE participation, weighted factor of 2.5 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 ranking of the Consultants/Teams to the Port President/CEO. Announcement of the Prime Consultant/Team recommended for award will be made at a public meeting of the Board of Commissioners. Written notification of a contract award will be issued by Mr. Tharp after the Board meeting. No information regarding the award will be given prior to the Board s action. Page 11 of 11 Addendum No. 2