Notice of Bid/Request for Proposal

EXPRESSWAY AUTHORITIES
Orlando-Orange County Expressway Authority

NOTICE TO PROFESSIONAL CONSULTANTS

The Orlando-Orange County Expressway Authority requires the services of a consultant in connection with Construction Engineering and Inspection (CEI) services for SR 408 Widening from Crystal Lake Drive to Conway Road. Shortlist consideration will be given to only those firms who are qualified pursuant to law and who have been prequalified by FDOT to perform the indicated Types of Work.

TYPES OF WORK: Group 10.1, Roadway Construction Engineering and Inspection, Group 10.2, Major Bridge Construction Engineering Inspection, and Group 10.3, Construction Materials Inspection.

DESCRIPTION: The work consists of providing CEI services related to widening of SR 408 from Crystal Lake Drive to Conway Road (Project No. 253B) for a distance of approximately one mile. Project elements will include widening from three to four lanes of limited access roadway and construction of auxiliary lanes between interchanges; widening of existing mainline bridges; construction of the new Conway Road bridge; modifications to the existing exit ramp toll plaza at Conway Road; demolition of the Conway Road entrance ramp toll plaza and construction of a new ramp toll plaza.

LETTERS OF INTEREST SUBMITTAL REQUIREMENTS: Consultants wishing to be considered shall submit six (6) sets of a Letter of Interest package. The letter shall be a maximum of ten (10) pages exclusive of attachments and resumes. The packages shall include the following:

1.     Experience – Details of specific experience for at least three (3) projects, similar to those described above that involve construction on limited access highways, completed by the consultant's Project Manager and other key project team members including the name of client contact person, telephone number, and physical address;

2.     Personnel Experience – Resumes of the consultant’s proposed Project Manager and other key personnel presently employed by the consultant who will be assigned to the project. The Project Manager shall have a minimum of five (5) years of specific experience in CEI projects;

3.     Project Team – Anticipated subconsultants shall be identified and the roles that each will play in providing the required services. (Consultants are advised that monitoring of the pile driving for the bridge widening over Lake Underhill Road will be performed by, and coordinated with, the Authority’s Geotechnical Engineer.) Resumes should be provided for subconsultants that may be involved in key roles;

4.     Prequalification Documentation – A copy of the Notice of Qualification issued by the FDOT showing current qualification in the Types of Work specified above;

5.     Office Location – The office assigned responsibility and its physical address shall be identified. It is required that the consultant have an office and key staff located within the Orlando area.

Failure to submit any of the above required information may be cause for rejection of the package as non-responsive.

SELECTION / NEGOTIATIONS: The Authority may shortlist up to five (5) firms based on its evaluation of the Letters of Interest and qualifications information received. Shortlisted firms will proceed to the next step in the process which includes preparation and submittal of a Technical Proposal (constructability review) and an oral presentation or interview. The Authority will provide the shortlisted firms with an outline of the Scope of Services and plans at the 90% completion stage for use in preparing the Technical Proposal. Each firm will be evaluated and ranked by the Authority’s Consultant Recommendation Committee based on the Technical Proposal and oral presentations/interview. As part if its evaluation process, the Committee will also consider the consultant’s willingness to meet time requirements, consultant’s projected workload, and consultant’s use of Minority/Women Owned Businesses.

CODE OF ETHICS: All consultants selected to work with the Authority are required to comply with the Authority’s Code of Ethics, a copy of which may be obtained by contacting the Authority.

EQUAL OPPORTUNITY STATEMENT: The Orlando-Orange County Expressway Authority, in accordance with the provisions of Title VI and Title VII of the Civil Rights Act of 1964, hereby notifies all firms and individuals that it will require affirmative efforts be made to ensure participation by minorities.

MINORITY/ WOMEN/ DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION: Minority/ Women/ Disadvantaged Business Enterprises will not be discriminated against on the basis of race, color, sex, or national origin in consideration for qualification or an award by the Authority.

NON-SOLICITATION PROVISION: From the first date of publication of this notice, no person may contact any Authority Board Member, Officer or Employee or any selection committee member, with respect to this notice or the services to be provided, except as related to the Submittal Requirements detailed above. Reference is made to the lobbying guidelines of the Authority for further information regarding this Non-Solicitation Provision.

LETTER OF RESPONSE DEADLINE:

October 27, 2006, 3:00 p.m., Orlando local time.

AUTHORITY CONTACT PERSON:

Ben Dreiling, P.E.

Director of Construction

LETTER OF RESPONSE ADDRESS:

Orlando-Orange County Expressway Authority

525 S. Magnolia Avenue

Orlando, FL 32801

Re: CEI Services for Project No. 253B

ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY

Michael Snyder, P.E.

Executive Director