Notice of Bid/Request for Proposal

EXPRESSWAY AUTHORITIES
Orlando-Orange County Expressway Authority
LETTER OF INTEREST CONSTRUCTION MANAGEMENT CONSULTANT SERVICES 000700

NOTICE TO PROFESSIONAL CONSULTANTS

ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY

REQUEST FOR LETTERS OF INTEREST

CONSTRUCTION MANAGEMENT CONSULTANT SERVICES

CONTRACT NO. 000700

The Orlando-Orange County Expressway Authority (Authority) requires a Construction Management Consultant (CMC) to provide the services associated with the construction of major roadway and bridge construction projects along S.R. 408, S.R. 417, S.R. 414, S.R. 429 and S.R. 528. 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 11, Engineering Contract Administration and Management.

DESCRIPTION: The CMC will assist staff with providing oversight, management and independent assurance of the services provided by Construction Engineering and Inspection (CEI) consultant hired by the Authority for each project or group of projects. Those services and the CMC’s responsibilities related to each include, but are not necessarily limited to:

1.     Construction Contract Administration

        The CMC will review and further develop the Authority’s Construction Contract Administration Procedure, including the Construction Contract Administration Guide, for use and implementation by each CEI.

2.     Geotechnical and Materials

        The CMC will monitor the effectiveness and documentation of the CEI’s verification testing procedures and contractor’s adherence to their Quality Control Plan including suitability and conformance with the contract. The CMC will also provide referee sampling and testing.

3.     Cost and Scheduling

        The CMC will evaluate costs and maintain current specifications and scheduling information. The CMC will review estimates and invoices submitted by the CEI and make recommendations to the Authority.

4.     Utility/Environmental Coordination

        The CMC will act as liaison between environmental permitting agencies and the Authority, the GEC, the Engineer of Record, the CEI and the Construction Contractors; provide oversight and make recommendations, as necessary, to the Authority and CEI for utility relocation construction; provide support to the CEI for the investigation, handling and disposal of hazardous materials.

5.     Claims/Disputes Evaluation and Resolution

        The CMC will verify that each CEI is familiar with the Authority’s Claims/Disputes Resolution Procedure included in the Construction Contract for individual projects; participate as and when requested by the Authority in the Disputes Resolution Process and in any arbitration proceedings arising from unresolved disputes.

6.     Independent Assurance of Required Quality Control Procedures

        The CMC will provide independent assurance that the CEI’s quality assurance procedures are implemented and properly applied; verify CEI enforcement of quality control procedures when required quality is not being met by the Construction Contractor. The CMC will review contract amendments to contracts with consultants and contractors.

7.     Plans Constructability Review

        The CMC will review construction phasing, maintenance of traffic, detour sequencing, equipment clearances, appropriate dimensions and tolerances for projects requested by the Authority.

8.     Minor Project Scoping and Document Preparation

        The CMC will assist staff in the identification of minor projects required to fulfill the obligations of the Authority or when required to augment larger projects to meet the intended functionality of the completed system. Work will include preparing a detailed description of the work, preparing sketches required to depict and quantify the work, identifying the units of measure and computation of quantities that identify the work, prepare cost estimates, and hold scope meetings with perspective bidders.

LETTERS OF INTEREST SUBMITTAL REQUIREMENTS AND EVALUATION: Consultants wishing to be considered shall submit six (6) sets of a Letter of Interest package and one (1) digital copy of the entire package in “pdf” format. The letter shall be a maximum of ten (10) pages exclusive of attachments and resumes and shall be divided as follows:

Section 1. Similar Project Experience: Provide CEI and/or CMC project experience on no more than three current/completed projects within the past 5 years. Indicate project name, location, services provided and accurate reference names with phone numbers. All references may be checked.

Section 2. Project Approach: Provide a narrative describing the firm’s approach to delivering the CMC services. In addition to the narrative, provide a proposed project organization chart including subconsultant personnel; a matrix summarizing proposed personnel experience on similar projects including registrations/certifications; detailed resumes identifying relevant experience on similar projects. Resumes shall include no more than three client/owner references for all proposed personnel for the past 5 years and availability date for each individual.

Section 3. Prequalification Documentation: Provide copies of FDOT certifications in the work groups identified above and Florida Department of Professional Regulation registration for prime consultant and subconsultants.

Section 4. Current and Projected Workload: Indicate ability of staff proposed for assignment and indicate, as a percentage, the current/projected workload of current staff. Indicate the total number of firm’s professional, technical and administrative personnel by discipline, location and office responsible for administering the contract.

Section 5. Project Team – Identify anticipated subconsultants and the roles that each will play in providing the required services. Resumes should be provided for subconsultants that may be involved in key roles;

Section 6. Office Location – The office assigned responsibility and its physical address shall be identified. It is required that the consultant have or establish an office and key staff located within the Orlando area which includes Orange, Seminole, Lake and Osceola counties.

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

The Authority’s Evaluation Committee will evaluate and score the Letters of Interest and qualifications information received. Scoring of the submittals will be as follows: Similar Project Experience – 25 points; Project Approach – 30 points; Prequalification Documentation – 10 points; Project Team – 25 points; Office Location – 10 points.

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 viewed on the Authority’s web site at www.oocea.com.

CONFLICT OF INTEREST: If selected, the consultant, during the term of its agreement with the Authority, will not be eligible to pursue any advertised construction engineering and inspection projects for the Authority as either a prime or subconsultant. Additionally, consultants who are the Engineer of Record for active Authority construction projects not scheduled for completion of construction prior to August 1, 2010, or scheduled for commencement of construction prior to January 1, 2014 in the Authority’s current Five-Year Work Plan (dates exclude all S.R. 429 – Wekiva Parkway projects) will not be considered for this contract. For purposes of determining conflict, Engineer of Record is defined as either the prime consultant or a subconsultant with responsibility for the design of a project component such as a bridge structures, intelligent transportation system, maintenance of traffic, signing and pavement marking, etc.

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.

DEADLINE FOR SUBMITTAL OF LETTER OF INTEREST: May 28, 2010, 1:30 p.m., Orlando local time

AUTHORITY CONTACT PERSON:

Robert Johnson

Manager of Procurement

(407)690-5372

LETTER OF RESPONSE ADDRESS:

Orlando-Orange County Expressway Authority

4974 ORL Tower Road

Orlando, FL 32807

Re: Construction Management Consultant Services

        Contract No. 000700

ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY; Claude Miller, Director of Procurement.