Notice of Bid/Request for Proposal

EXPRESSWAY AUTHORITIES
Orlando-Orange County Expressway Authority
Authority’s General Engineering Consultant (GEC)

NOTICE TO PROFESSIONAL

ENGINEERING CONSULTANTS

The Orlando-Orange County Expressway Authority requires the services of a Professional Engineering Consultant to serve as the Authority’s General Engineering Consultant (GEC). The selected consultant will be responsible for providing the services generally described below as well as other tasks and associated activities as may be required by the Authority on an as-needed basis.

Shortlist consideration will be given to only those firms who are qualified pursuant to law, and as determined by the Authority, based on information provided by the firms, and who have been pre-qualified by FDOT to perform the indicated Types of Work.

REQUIRED SERVICES: General Engineering Consultant Services (GEC)

MAJOR TYPES OF WORK: Consultants shall be pre-qualified in the following work groups: 11, Engineering Contract Administration and Management; 13, Planning; 13.3, Policy Planning; 13.4, Systems Planning; 13.5, Sub-area/Corridor Planning; 13.6, Land Planning/Engineering; and 13.7, Transportation Statistics.

ADDITIONAL TYPES OF WORK REQUIRING PRE-QUALIFICATION: Consultants may use pre-qualified subconsultants for the following work groups: 2, Project Development and Environmental (PD&E) Studies; 6.3, Intelligent Transportation Systems Analysis Design & Implementation; 8, Survey and Mapping; 8.1, Control Surveying; 8.2, Design, Right of Way & Construction Surveying; 8.4, Right of Way Mapping; 9, Soil Exploration, Material Testing and Foundations; 9.4, Foundation Studies; 14, Architecture; 15, Landscape Architecture; 21, Acquisition, Negotiation, Closing and Order of Taking: 24, Acquisition Relocation Assistance; and 25, Right of Way Clearing and Leasing.

ADDITIONAL EXPERIENCE REQUIREMENTS: Consultants must have experience in bond financing support such as preparation of Engineer’s Reports for bond sales and satisfaction of any and all bond covenants. Consultants should also have experience in electronic toll collection systems.

DESCRIPTION: The services to be provided by the selected consultant will include General Engineering Consultant services relating to the development and implementation of the Authority’s Five-Year Work Plan. These services include but are not limited to:

·      Program management includes staff support of the Five-Year Work Plan such as preparation of cost estimates and schedules in support of the Work Plan and preparation of exhibits, maps and presentations for meetings and   briefings;

·      Bond financing support services including preparation of the Annual Report to the bond holders, Annual Inspection Report and Engineer’s Report for bond sales;

·      General or long range planning including project development activities;

·      Project management including managing planning, PD&E, architectural, and design consultants; plans processing; and plans review;

·      Right-of-Way support services including managing right-of-way consultants in the areas of appraisal, review appraisals, and right-of-way acquisition;

·      Coordinating environmental permits and utility activities;

·      Providing contractual services support in the areas of negotiations, contract development and contract administration;

·      Coordination of intelligent transportation systems planning and development activities and electronic toll collection systems; and

·      Other miscellaneous services as requested by the Authority.

The selected consultant will be required to provide sufficient local staff in the Orlando area to support each activity and the associated program area for a minimum of five (5) years, with potential renewal for an additional five (5) years. During the contract term, the selected consultant will be excluded from participating as a prime or subconsultant in contracts with the Expressway Authority for PD&E, traffic and revenue, design, CEI or any other areas dealing with the subject matter of its assigned responsibilities except for existing contracts.

LETTERS OF INTEREST SUBMITTAL REQUIREMENTS: Consultants wishing to be considered shall submit eight (8) sets of a Letter of Interest package. The Letter of Interest shall be a maximum of ten (10) pages, excluding resumes and attachments identified below. The packages shall include the following:

1.     Firm Experience – Minimum of ten (10) years of specific corporate experience as a General Engineering Consultant for a toll road agency or state transportation agency similar in size and scope to the Authority in each of the service areas described above. Include the names of up to three (3) recent client references, i.e. within the last five (5) years. References shall include the following: client contact person, telephone number, and physical address.

2.     Key Personnel Experience – Identify the consultant’s proposed Program Manager and other key personnel presently employed by the consultant who will be assigned to the project. The Program Manager shall have progressively responsible experience as lead or deputy Program Manager for a program of comparable size and scope to the Authority’s for a minimum of five (5) years. Other key staff members shall have directly related experience in the service areas described above for which they are proposed for a minimum of five (5) years. Resumes for the proposed Program Manager and the key staff shall be attached to the Letter of Interest.

3.     Proposed Subconsultants – Anticipated subconsultants shall be identified and the roles that each will play in providing the required services. Subconsultants shall have a directly related experience in the service area for which the subconsultant is proposed.

4.     Prequalification Documentation – Attach a copy of the Notice of Qualification issued by the FDOT showing current qualifications in the Types of Work specified above for both the consultant and all proposed subconsultants.

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, defined as within 30 miles driving distance from the Expressway Authority office.

6.     Bond Support Experience – The consultant should have experience in the preparation of Engineer’s Reports, coordination with Traffic and Revenue Consultants, rating agencies, and financial experts for the sale of bonds to finance projects.

7.     Certifications – The consultant team shall have read, understood and agree to comply with the Authority’s Code of Ethics by certifying in the Letter of Interest.

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

SELECTION: The Authority may shortlist up to three (3) firms based on its evaluation of the Letters of Interest and qualifications information received. Shortlisted firm(s) may proceed to the next step in the process which includes preparation and submittal of a Technical Proposal. After evaluation of Technical Proposal, the Authority may require an oral presentation or interview. The Authority will provide the shortlisted firms with a Scope of Services for use in preparing the Technical Proposal. Shortlisted firms will be evaluated and ranked by the Authority’s Consultant Recommendation Committee based on the Technical Proposal and oral presentations/interview (if required).

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, as amended, prohibits discrimination on the basis of race, color, sex, national origin, age, religion and disability. The authority hereby notifies all Proposers and individuals that it requires and encourages Equal Employment Opportunity for minority and women as employees in the workforce on Authority’s contracts/projects.

MINORITY/ WOMEN/ DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION:

The Orlando-Orange County Expressway Authority hereby notifies all Proposers and individuals that it will require affirmative efforts to be made to ensure participation of local minority business, women business enterprises and disadvantaged business enterprises (MBE/WBE/DBE) on contracts awarded by the Authority.

Proposers are strongly encouraged to consider Teaming or sub-consulting with local MBE/WBE/DBE firm on this engagement with meaningful elements of work in which the Proposer will have an opportunity to teach, share experience and transfer of knowledge wit the MBE/WBE/DBE firm in performing as a General Engineering Consultant (GEC).

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:

April 5, 2007, 3:00 p.m., Orlando local time

AUTHORITY CONTACT PERSON:

Mr. Joseph A. Berenis, P.E.

Deputy Executive Director

Telephone: (407)316-3800

LETTER OF RESPONSE ADDRESS:

Orlando-Orange County Expressway Authority

525 S. Magnolia Avenue

Orlando, FL 32801

Re: General Engineering Consultant Services

ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY

Michael Snyder, P.E.

Executive Director