Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Michigan Department of Transportation
5100B (03/18) CHECKLIST TO DESIGNATE AREAS OF EVALUATION
FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2
REQUISITION NUMBER DUE DATE TIME DUE
MDOT PROJECT MANAGER JOB NUMBER (JN) CONTROL SECTION (CS)
DESCRIPTION
MDOT PROJECT MANAGER: Check all items to be included in RFP.
WHITE = REQUIRED ** = OPTIONAL
Check the appropriate Tier in the box below
CONSULTANT: Provide only checked items below in proposal When applicable, Best Value scoring criteria is listed separately in the RFP.
TIER 1 ($50,000 - $150,000)
TIER II ($150,000-$1,000,000)
TIER III (>$1,000,000)
Understanding of Service **
Innovations
Organizational Chart
Qualifications of Team
Quality Assurance/Quality Control **
Location: The percentage of work performed in Michigan will be used for all selections unless the project is for on-site inspection or survey activities, then location should be scored using the distance from the consultant office to the on-site inspection or survey activity.
N/A N/A Presentation **
N/A N/A Technical Proposal (if Presentation is required) 7 pages (MDOT
Forms not counted) 14 pages (MDOT forms not counted)
Total maximum pages for RFP not including key personnel resumes. Resumes limited to 2 pages per key staff personnel.
PROPOSAL AND BID SHEET E-MAIL ADDRESS – [email protected]
GENERAL INFORMATION
Any questions relative to the scope of services must be submitted by e-mail to the MDOT Project Manager. Questions must be received by the Project Manager at least five (5) working days prior to the due date and time specified above. All questions and answers will be placed on the MDOT website as soon as possible after receipt of the questions, and at least three (3) days prior to the RFP due date deadline. The names of vendors submitting questions will not be disclosed.
MDOT is an equal opportunity employer and MDOT DBE firms are encouraged to apply. The participating DBE firm, as currently certified by MDOT’s Office of Equal Opportunity, shall be listed in the Proposal.
MDOT FORMS REQUIRED AS PART OF PROPOSAL SUBMISSION
5100D – Request for Proposal Cover Sheet 5100J – Consultant Data and Signature Sheet (Required for all firms performing non-prequalified services on this project.)
(These forms are not included in the proposal maximum page count.)
N/A
N/A N/A
3 pages (MDOT Forms not counted) Resumes will only
be accepted for Best Value Selections.
The Consultants will receive an e-mail reply/notification from MDOT when the proposal is received. Please retain a copy of this e-mail as proof that the proposal was received on time. Consultants are responsible for ensuring that MDOT receives the proposal on time.* Contact Contract Services Division immediately at 517-373-4680 if you do not get an auto response.
MDOT 5100B (03/18) Page 2 of 2
The Michigan Department of Transportation (MDOT) is seeking professional services for the project contained in the attached scope of services.
If your firm is interested in providing services, please indicate your interest by submitting a Proposal, Proposal/Bid Sheet or Bid Sheet as indicated below. The documents must be submitted in accordance with the latest (Consultant/Vendor Selection Guidelines for Services Contracts.”
RFP SPECIFIC INFORMATION
ENGINEERING SERVICES BUREAU OF TRANSPORTATION PLANNING OTHER
THE SERVICE WAS POSTED ON THE ANTICIPATED QUARTERLY REQUESTS FOR PROPOSALS NO YES DATED ____________________ THROUGH __________________
Prequalified Services – See the attached Scope of Services for required Prequalification Classifications.
Non-Prequalified Services – If selected, the vendor must make sure that current financial information, including labor rates, overhead computations, and financial statements, is on file with MDOT’s Office of Commission AuditsThis information must be on file for the prime vendor andall sub vendors so that the contract will not be delayed. Form 5100J is required with proposal for all firms performing non-prequalified services on this project.
For all Qualifications Based Selections, the selection team will review the information submitted and will select the firm considered most qualified to perform the services based on the proposals. The selected firm will be asked to prepare a priced proposal. Negotiations will be conducted with the firm selected.
For a cost plus fixed fee contract, the selected vendor must have a cost accounting system to support a cost plus fixed fee contract. This type of system has a job-order cost accounting system for the recording and accumulation of costs incurred under its contracts. Each project is assigned a job number so that costs may be segregated and accumulated in the vendor’s job-order accounting system.
Qualification Based Selection / Low Bid – Use Consultant/Vendor Selection Guidelines. See Bid Sheet instructions for additional information.
For Qualification Review/Low Bid selections, the selection team will review the proposals submitted. The vendor that has met established qualification threshold and with the lowest bid will be selected.
Best Value – Use Consultant/Vendor Selection Guidelines, See Bid Sheet Instructions below for additional information. The bid amount is a component of the total proposal score, not the determining factor of the selection.
Low Bid (no qualifications review required – no proposal required.)
BID SHEET INSTRUCTIONS
Bid Sheet(s) are located at the end of the Scope of Services. Submit bid sheet(s) with the proposal, to the email address: [email protected]. Failure to comply with this procedure may result in your bid being rejected from consideration.
MDOT and ACEC created a Partnership Charter Agreement which establishes guidelines to assist MDOT and Consultants in successful partnering. Both the Consultant and MDOT Project Manager are reminded to review the ACEC-MDOTPartnership Charter Agreement and are asked to follow all communications, issues resolution and other procedures and guidance’s contained therein.
Qualification Based Selection - Use Consultant/Vendor Selection Guidelines.
PARTNERSHIP CHARTER AGREEMENT
PROPOSAL REQUIREMENTS
Proposals must be submitted for this project electronically. Proposal submittal requirements are
listed in PART IV – INSTRUCTION FOR SUBMITTING PROPOSALS
at the following link Selection Guidelines for Service Contracts
FINANCIAL REQUIREMENTS FOR NON-PREQUALIFIED VENDORS
Financial Requirements for Non‐Prequalified Consultants/Vendors
E-VERIFY REQUIREMENTS
E-Verify is an Internet based system that allows an employer, using information reported on an
employee’s Form I-9, Employment Eligibility Verification, to determine the eligibility of that
employee to work in the United States. There is no charge to employers to use E-Verify. The E-
Verify system is operated by the Department of Homeland Security (DHS) in partnership with the
Social Security Administration. E-Verify is available in Spanish.
The State of Michigan is requiring, under Public Act 200 of 2012, Section 381, that as a condition
of each contract or subcontract for construction, maintenance, or engineering services that the pre-
qualified contractor or subcontractor agree to use the E-Verify system to verify that all persons
hired during the contract term by the contractor or subcontractor are legally present and authorized
to work in the United States.
Information on registration for and use of the E-Verify program can be obtained via the Internet at
the DHS Web site: http://www.dhs.gov/E-Verify.
The documentation supporting the usage of the E-Verify system must be maintained by each
consultant and be made available to MDOT upon request.
It is the responsibility of the prime consultant to include the E-Verify requirement documented in
this NOTIFICATION in all tiers of subcontracts.
DIGITAL SIGNATURE OF CONTRACTS
On January 4, 2018, Contract Services Division implemented the use of CoSign as the exclusive
software for digitally signing all consultant contracts and consultant contract related documents.
All other digital signing methods are no longer accepted.
Prior to using CoSign, all external partners must apply for a free digital signature user account by
submitting a MDOT Digital Signature Certificate Request Form.
2017 Insurance Update – MDOT 3.9.17
At a minimum, the insurance types and limits identified below, may be required from the selected consultant, prior to contract award.
.
Required Limits Additional Requirements
Commercial General Liability Insurance
Minimal Limits:
$1,000,000 Each Occurrence Limit
$1,000,000 Personal & Advertising Injury Limit
$2,000,000 General Aggregate Limit
$2,000,000 Products/Completed Operations
Consultants must have their policy endorsed
to add “the State of Michigan, its
departments, divisions, agencies, offices,
commissions, officers, employees, and
agents” as additional insureds
Automobile Liability Insurance
Minimal Limits:
$1,000,000 Per Occurrence
Workers' Compensation Insurance
Minimal Limits:
Coverage according to applicable laws
governing work activities.
Waiver of subrogation, except where waiver is
prohibited by law.
Employers Liability Insurance
Minimal Limits:
$500,000 Each Accident
$500,000 Each Employee by Disease
$500,000 Aggregate Disease
Professional Liability (Errors and Omissions) Insurance
Minimal Limits:
$1,000,000 Per Claim
The Insurer shall provide at least thirty (30) days written notice of cancellation. The Prime Consultant will be responsible to verify subconsultant(s) compliance with MDOT’s insurance requirements.
Final Posted Scope: 7/2/2018 Page 1 of 9
Michigan Department of Transportation
SCOPE OF SERVICE
FOR
SPECIALTY SERVICES
MUSSEL SURVEY AND RELOCATION
CONTROL SECTION: 58151
JOB NUMBER: 128863
LOCATION
City of Monroe, River Raisin at I-75, Monroe County, Michigan
DESCRIPTION OF WORK
Implementation of the Michigan Freshwater Mussel Survey Protocols and Relocation
Procedures (February 2018) for a Group 2 stream, including a mussel survey and relocation,
follow-up monitoring, and reporting. This segment of the River Raisin has been re-classified
to Group 2 (rather than Group 3a) for this project through preliminary discussions with the
U.S. Fish and Wildlife Service and Michigan Department of Natural Resources (MDNR). The
new Michigan mussel procedures can be found here:
https://www.fws.gov/midwest/EastLansing/te/pdf/MIFreshwaterMusselSurveyProtocolsRelo
cationProceduresFeb2018.pdf
ANTICIPATED START DATE
August 1, 2018
ANTICIPATED COMPLETION DATE
October 15, 2018
PRIMARY PREQUALIFICATION CLASSIFICATION: None
SECONDARY PREQUALIFICATION CLASSIFICATION: None
MDOT PROJECT MANAGER
Jeff Grabarkiewicz, Ecologist
425 W. Ottawa
P.O. Box 30050
Lansing, Michigan 48933
Phone: (517) 335-2633 Fax: (517) 373-9255
The Consultant shall contact the Project Manager prior to beginning any work on this project.
Final Posted Scope: 7/2/2018 Page 2 of 9
GENERAL INFORMATION
Recent survey work has documented the presence of state listed species just upstream of the
project location at the Winchester Street bridge – including state endangered threehorn
wartyback (Obliquaria reflexa). Potential work on the existing I-75 bridge and streambed
requires a mussel survey and relocation to mitigate impacts to freshwater mussels. The
depths at the I-75 bridge will likely require diving. All live mussels will require relocation to
a suitable area upstream of the bridge work – potentially to the Winchester Street bridge
which supports a documented community. The survey and relocation zone is outlined below
in red – the approximate area is 6,747 m2. This area is approved by MDNR and represents
both the area of direct impact and buffers.
Final Posted Scope: 7/2/2018 Page 3 of 9
SCOPE OF WORK
With two exceptions, all work shall be conducted in accordance with conditions stated in the 2018
Michigan Freshwater Mussel Survey Protocols and Relocation Procedures (Protocols). The
two exceptions include just a single monitoring event (2019) and the survey area is limited to the area
presented on the previous page.
PHASE I (2018)
1. Prepare a brief sampling plan that describes the method to be used as required in the
Protocols. This plan must be submitted within one week of the contract award to the MDOT
Ecologist for approval prior to sampling. MDOT will coordinate the approval of the plan
with the Michigan Department of Natural Resources.
2. Sampling and relocation of mussels in accordance with the plan submitted. All sampling and
relocation activities must be completed by October 15th, 2018.
3. A report of the survey and relocation that includes all the elements listed in the Protocols.
PHASE II (2019)
4. If state listed species are relocated, one monitoring event in 2019 as described by the
Protocols.
5. A report of the 2019 monitoring, including methods, results, and a discussion.
Proposals should include responses to the following statements:
• Describe your understanding of this request for proposal.
• Describe your work plan to implement the scope of work and associated
documentation, including plans for dive work.
• Name key staff and describe the qualifications of key staff who will work on this
project.
• Provide references and examples of similar work performed for other agencies.
• Estimated date of completion of field survey and summary report.
The Consultant shall furnish all services and labor necessary to conduct and complete the
Services described herein. The Consultant shall also furnish all materials, equipment, supplies,
and incidentals necessary to perform the Services (other than those designated in writing to be
furnished by MDOT (the Department). The Services shall be performed to the satisfaction of
the Department consistent with applicable professional standards.
The Consultant’s principal contact with the Department shall be through the designated Project
Manager.
Final Posted Scope: 7/2/2018 Page 4 of 9
The Services described herein are financed with public funds. The Consultant shall comply
with all applicable Federal and State laws, rules, and regulations.
The Consultant agrees to demonstrate knowledge of, and performance in compliance with, the
standard accounting practices of the Department, the State, Generally Accepted Accounting
Principles and the Governmental Accounting Standards Board.
The Consultant will notify the MDOT Project Manager, in writing, prior to any personnel
changes from those specified in the Consultant’s original approved proposal. Any personnel
substitutions are subject to the review and approval of the MDOT Project Manager.
GENERAL QUALIFICATION REQUIREMENT
The qualified consultant must have relevant training and experience in the identification of
freshwater mussels found within the state, experience with safe handling and transport, and
implementation of survey protocols. Report writing and mapping using GPS or GIS based
mapping tools is required. The consultant shall also have the required state threatened and
endangered species permits for survey and handling as well as a scientific mollusk collectors
permit through DNR Fisheries. Education institutions and private consultant firms must apply
for, and receive, the necessary project level T/E permits prior to start of the project.
The qualified consultant must also have diving capabilities, or the capacity to subcontract
diving work. Either the consultant or subconsultant must hold relevant certifications (PADI,
NAUI) and follow relevant industry standards in regards to diving health and safety.
CONSULTANT RESPONSIBILITIES
Meetings: Arrange and conduct conferences and meetings as required to carry out the services,
or as may be required by the Project Manager.
Progress: Notify the Project Manager of any anticipated requests for extensions of time.
Staff Reductions: Withdraw any personnel or halt any services no longer required, at the
request of the Department, or within a reasonable time after the lack of need becomes apparent
to the Consultant or the Project Manager. The names of all team members must be supplied
with the RFP.
Final Posted Scope: 7/2/2018 Page 5 of 9
This selection will be scored as a best value using the following criteria and points:
SCORING (130 Points)
Proposed Selection Criteria and Total Possible Points
Understanding of Service – 30 Points
Describe your understanding of the service to be provided.
Qualifications of Team – 40 Points
Describe your team and the roles of key personnel. Provide resumes for key personnel.
Past Performance – 20 Points
Provide references and examples of similar work performed for other agencies.
Price – 35 Points
CSRT approved formula: Low Bid/Bid * points assigned
Completed bid sheet required.
(Price must be at least 25% of overall points assigned)
Location – 5 Points
Indicate the percentage of work that will be performed in Michigan.
TYPE OF CONTRACT
The contract will be on a milestone basis with two (2) payments identified in the following
milestone schedule upon MDOT’s approval of the deliverables for the field surveys and report
preparation as detailed in the scope of work. The contract is anticipated to begin around August
1st, 2018, with Phase I being completed by October 15th, 2018. Phase II of the project will be
completed prior to September 30th, 2019. If a contract is entered into as a result of this RFP,
it will include all necessary services as required in the Scope of Work and will include a
delivery schedule.
Final Posted Scope: 7/2/2018 Page 6 of 9
CONSULTANT PAYMENT - Milestone Compensation for this project shall be based upon successful completion of the sampling plan,
field survey and relocation, survey and relocation report, field monitoring, and monitoring
report. The first payment shall be made upon completion of Phase I, which includes sampling
plan preparation, field survey and relocation, and report. The second payment will be made
upon completion of Phase II, which includes the 2019 monitoring and monitoring report.
Compensation for this project shall be on a milestone basis. Compensation shall be divided
into payments for the completion of a portion of the services (deliverables). An example would
be:
Design Survey 20%
Base Plans 25%
Preliminary Plans 25%
Final Plans 20%
Final Deliverable Package 10%
Total Service 100%
The MDOT Project Manager may authorize payment if a milestone is delayed due to
circumstances beyond the Consultant’s control.
All billings for services must be directed to the Department and follow the current guidelines.
The latest copy of the "Professional Engineering Service Reimbursement Guidelines for
Bureau of Highways" is available on MDOT's website. This document contains instructions
and forms that must be followed and used for billing. Payment may be delayed or decreased
if the instructions are not followed.
Payment to the Consultant for Services rendered shall not exceed the maximum amount unless
an increase is approved in accordance with the contract with the Consultant. Typically, billings
must be submitted within 60 days after the completion of services for the current billing. The
final billing must be received within 60 days of the completion of services. Refer to your
contract for your specific contract terms.
Final Posted Scope: 7/2/2018 Page 7 of 9
BID SHEET- milestone
Mussel Survey and Relocation, I-75 at the River Raisin, Monroe, Monroe County,
Michigan
PAY ITEMS
All entries on this page must be handwritten in ink or computer generated.
PHASE I - Sampling Plan preparation, Mussel Survey and Relocation
STAFF/CLASSIFICATION # HOURS FIXED HOURLY RATE
Direct Expenses:
Phase I Subtotal Bid: _________________________
___________________________________________________________________________
PHASE I - Project Report
STAFF/CLASSIFICATION # HOURS FIXED HOURLY RATE
Direct Expenses:
Phase I Subtotal Bid: _________________________
___________________________________________________________________________
Final Posted Scope: 7/2/2018 Page 8 of 9
BID SHEET
Mussel Survey and Relocation, I-75 at the River Raisin, Monroe, Monroe County,
Michigan
PAY ITEMS
All entries on this page must be handwritten in ink or computer generated.
PHASE II – 2019 Field Monitoring
STAFF/CLASSIFICATION # HOURS FIXED HOURLY RATE
Direct Expenses:
Phase II Subtotal Bid: _________________________
___________________________________________________________________________
PHASE II - Monitoring Report
STAFF/CLASSIFICATION # HOURS FIXED HOURLY RATE
Direct Expenses:
Phase II Subtotal Bid: _________________________
___________________________________________________________________________
Final Posted Scope: 7/2/2018 Page 9 of 9
Phase II Total Bid: ________________________________
Total Bid Phase I & Phase II: __________________________________________
Consultant Name:
Consultant Address:
Date:
Authorized Signature
The Michigan Department of Transportation reserves the right to reject any or all bids.