REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019



Similar documents
REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Sidewalk Rehabilitation Program

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

Board of Commissioners of the Port of New Orleans. Request for Proposals for Standby Contract for Emergency Debris and Waste Removal APRIL 7, 2016

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposal PLUMBING INSPECTOR SERVICES

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS

St. Andrews Public Service District

COC-Insurance Requirements Page 1 of 9

Request for Proposal Hewlett Packard Network Switches and Peripherals

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

PREQUALIFICATION APPLICATION REQUIREMENTS

NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

REQUEST FOR PROPOSALS

Request for Statements of Qualifications # for Electric Motor Repair

ARTICLE 11. INSURANCE AND BONDS

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

Request for Proposals ARCHITECTURAL/ENGINEERING SERVICES FOR. New Fire Station Facility

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

Attachment 4. Contractor Insurance Requirements

TABLE OF CONTENTS. Prefacej... 1

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

SAMPLE SERVICES CONTRACT

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

This request for qualifications seeks the following type of service providers:

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Capital Projects Construction Manager At-Risk (CMR) Guaranteed Maximum Price (GMP) Best Value Selection Procedure Manual

Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts

TOWN OF SCITUATE MASSACHUSETTS

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Request for Proposals

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

Town of Montreat Buncombe County, North Carolina

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

Warner Robins Housing Authority

GENERAL TERMS & CONDITIONS OF QUOTE

Exhibit 1 to Part 3 Project-Specific Terms

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

May 29, 2012 Solicitation of quotations

ADDENDUM A1. Subcontractor Insurance Requirements

Requirements for Qualifications Package Submittals

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

INDEPENDENT CONTRACTORS AGREEMENT

Transcription:

Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019 April 20, 2016 Deadlines for qualifications are by 12 p.m. Central Time on the dates outlined in the RFQ NEW ORLEANS, LOUISIANA

Board of Commissioners Port of New Orleans Request for Qualifications (RFQ) for: Various As-Needed Engineering and Professional Services for Fiscal Years 2016 thru 2018 Table of Contents PART I. SUMMARY... 3 NOTICE OF REQUEST FOR QUALIFICATIONS... 3 PART II. GENERAL INFORMATION... 4 INTRODUCTION... 4 INSURANCE... 11 SELECTION PROCESS AND CRITERIA... 13 COMPENSATION... 13 MINIMUM PERSONNEL REQUIREMENTS... 13 AUDIT REQUIREMENTS... 13 TRANSPORTATION IDENTIFICATION WORKER CREDENTIALS... 14 AFFIDAVITS... 14 PART III. REQUIREMENTS TO RESPOND TO THIS RFQ...14 SUBMITTAL REQUIREMENTS... 14 BOARD S DBE/ SBE POLICY... 15 EVALUATION CRITERIA OF THE RFQ... 16 PART IV. REQUIREMENTS TO RESPOND TO AN RFP IF INVITED...16 INVITATION TO RESPOND TO RFP... 16 REQUEST FOR PROPOSALS... 16 EVALUATION CRITERIA OF THE RFP... 17 ATTACHMENTS: ATTACHMENT A INSTRUCTIONS FOR PONO FORM SF21-102 ATTACHMENT B FORM PONO SF 24-102 Page 2 of 17

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 three-year professional services contract for various as-needed engineering and professional services. Professional services are to be provided under contracts in various categories as described in the RFQ:, Port wide Facilities, Construction, and Other. Disciplines in these categories may include civil, structural, electrical, mechanical, traffic, and refrigeration engineering design, architectural design, moveable bridge design, environmental, planning, construction administration/management, construction inspection, surveying, materials testing, and program management. Depending upon each categories scope of work, additional required services may include surveying, geotechnical engineering, and construction inspection and materials testing services. Some categories contain specific projects that entail design and preparation of drawings and technical specifications for publicly bidding public works contracts Other categories contain asneeded services with indefinite scope and deliverables, to be awarded when the need arises. 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 (Attachment B) for this solicitation. A response submittal to this RFQ shall consist of six bound copies and one original of forms PONO SF 24-102 furnished in a sealed envelope or box titled Request for Qualifications for As- Needed Engineering and Professional Services for Fiscal Years 2016 thru 2018 and the category name as listed in the RFQ. Submittals shall be mailed or delivered (no facsimile nor email) to the Board of Commissioners of the Port of New Orleans, Ms. Catherine C. Dunn, Director of Port Development, 1350 Port of New Orleans Place, New Orleans, Louisiana 70130 not later than twelve noon, local time, on the date listed under the Submittal Requirements paragraph of the RFQ. Deliveries 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. Inquiries regarding this RFQ shall be directed to Mr. Fred Tharp by email only at Tharpf@portno.com. Page 3 of 17

PART II. GENERAL INFORMATION INTRODUCTION Refer to the following list for the categories for which PONO SF24-102 (the qualifications submittal forms) are to be used for evaluations. The projects shown under each category are the sub-categories to be considered for issuing Requests for Proposal (RFP) to short-listed firms under each category. Please indicate on PONO SF 24-102 which sub-category of work the firm is interested in (may indicate one or more sub-categories for a category) A Port wide Facilities Engineering (Seven contracts) 1a Mechanical & Electrical Engineering (one contract) $300,000 ea. 2a Civil Engineering Roadways, Drainage, Pavement, Rail, Buildings, Wharves & Substructure (three contracts) $500.000 ea. 3a Geotechnical Engineering (one contract) $300,000 ea. 4a Project Management (two contracts) $300,000 ea B Construction (Five contracts) 1b Construction Management (three contracts) $500,000 ea. 2b Materials Testing Laboratory (1 contract) $100,000 ea. 3b Surveying (1 contract) $100,000 ea. C Other (two contracts) 1c Traffic Operations/Analysis (one contract) $300,000 ea. 2c Feasibility Studies (one contract) $300,000 ea. Qualification statements are to be submitted only on the PONO form created specifically for this solicitation and available from the website referenced above. Refer to Instructions for the LA DOTD Standard Form 24-102 As Modified for the Port of New Orleans (PONO SF24-102), also available from the website referenced above. SCOPE OF WORK 1A Mechanical and Electrical Engineering Professional Services: Services will include any or all as directed by the Engineering Services Team: Provide Project management services for each task assigned, including but not limited to, developing a resource loaded Work Breakdown Structure for each task assigned, risk based estimating of construction costs, construction schedule development within e-builder software, implementation of a defined Quality Control Plan and scheduling sufficient resources to complete the task as agreed Inspection/Investigation/survey Inspect electrical and/or mechanical components of Board facilities, including collection of survey information and make recommendations for upgrades, repairs, code deficiencies, etc. When required for a particular task, provide supplementary Civil Engineering Professional Services. Procurement writing technical specifications, prepare contract documents in Board format in accordance with Louisiana public bid law for repairs to damages, major maintenance or infrastructure improvement work for electrical and/or mechanical systems. Design and Drafting provide engineering design drawings under the direct Page 4 of 17

supervision of a Louisiana licensed professional engineer. Provide Construction Engineering support including development of final Plan of Record, responses to Requests for Information (RFI), submittal and shop drawing review, and being available for periodic site visits during construction or as directed for any electrical/mechanical work provided by contractors or Board Facilities Team. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. In the event of an accident or electrical/mechanical failure, the consultant will be required to provide an engineer at the site within a 12-hour notice to assess the situation and make recommendations. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide construction administration and testing laboratory services under separate contract to other firms. 2A Civil Engineering Professional Services: Services will include any or all as directed by the Engineering Services Team: Provide Project management services for each task assigned, including but not limited to, developing a resource loaded Work Breakdown Structure for each task assigned, risk based estimating of construction costs, construction schedule development within e-builder software, implementation of a defined Quality Control Plan and scheduling sufficient resources to complete the task as agreed Inspection/Investigation/survey collect current information on civil/marine infrastructure and make recommendations for upgrades, repairs, code deficiencies, etc. Design and Drafting provide engineering design drawings under the direct supervision of a Louisiana licensed professional engineer Procurement writing technical specifications, prepare contract documents in Board format in accordance with Louisiana public bid law for civil and marine infrastructure Provide Construction Engineering support including development of final Plan of Record, responses to Requests for Information (RFI), submittal and shop drawing review, and being available for periodic site visits during construction Page 5 of 17

or as directed for any civil/marine work provided by contractors or Board Facilities Team. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide construction administration and testing laboratory services under separate contract to other firms. 3A Geotechnical Engineering Professional Services: Services will include any or all: Provide Project management services for each task assigned, including but not limited to, developing a resource loaded Work Breakdown Structure for each task assigned, risk based estimating of construction costs, construction schedule development within e-builder software, implementation of a defined Quality Control Plan and scheduling sufficient resources to complete the task as agreed Inspection/Investigation/survey collect geotechnical data, perform stability modeling and foundation design for civil/marine infrastructure projects Procurement writing technical specifications, prepare contract documents in Board format in accordance with Louisiana public bid law. Design and Drafting provide engineering design drawings under the direct supervision of Louisiana professional engineer. Provide Construction Engineering support including responses to Requests for Information (RFI), submittal and shop drawing review, and being available for periodic site visits during construction or as directed for any electrical/mechanical work provided by contractors or Board Facilities Team. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard-copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. Page 6 of 17

The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide surveying data, construction administration, services under separate contract to other firms. 4A. Project Management Provide the following professional services under the direction of Board s Director of Port Development on assigned projects. A) Provide resident project manager on behalf of the Board to coordinate the development of contact plans, specifications and estimates utilizing consultants from conception through construction acceptance as assigned. B) In general, the Project Manager shall utilize e-builder software and on behalf of the Board be responsible for following services: Develop work plan that includes a resource loaded Work Break down Structure, develop and manage project risk register. Develop scope of work for consultants and assist in the procurement of consultant design services. Track, disseminate and respond to design documentation including, general correspondence, Request for Change, Request for Information, Geotechnical Reports, etc. Receive and review consultant requests for progress payments. Check for accuracy and thoroughness and provide recommendation to Board Staff for payment. Coordinate and schedule all project meetings including preliminary design review meetings and final bid document progress meetings. Review all proposed contract changes and provide summary for justification of change. Provide recommendation for Substantial Completion and project Acceptance. Represent/defend the Board in any disputes and/or lawsuits that may be filed against the Board. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. Page 7 of 17

A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide construction administration and testing laboratory services under separate contract to other firms. 1B. Construction Managements: Provide the following professional services under the direction of Board s Director of Port Development on assigned projects. A) Provide resident project representative on behalf of the Board to observe and document contract compliance daily, review and update project schedule in e-bulider on a weekly basis and act as an agent for the Board in general communications with the general contractor and its agents. B) Provide contract administration on behalf of the Board to provide the following services. (a) Track, disseminate and respond to contract documentation including, general correspondence, Request for Change, Request for Information, Material Testing Reports, etc. (b) Receive and review contractor requests for progress payments. Check for accuracy and thoroughness and provide recommendation to Board Staff for payment. C) Attend and participate in all project meetings including preconstruction meetings and progress meetings. D) Attend all inspections including substantial completion inspections and any other special inspections that may be scheduled. E) Represent/defend the Board in any disputes and/or lawsuits that may be filed against the Board. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Page 8 of 17

Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide construction engineering and testing laboratory services under separate contract to other firms. 2B Material Testing Laboratory Professional Services: SCOPE OF WORK MAY INCLUDE ANY OR ALL OF THE FOLLOWING: (Specific assignments when notified and as authorized by the Board) a. INSPECTION AND TEST OF SOIL, FILLS, PAVING SUBGRADES, AND SOIL OR BASE COURSE MATERIAL b. ASPHALT PAVEMENT INSPECTION c. CAST IN-PLACE CONCRETE INSPECTION d. INSPECTIONS RELATED TO PILE DRIVING OPERATIONS e. PRECAST AND PRESTRESSED CONCRETE PLANT INSPECTION (INCLUDING PILES) f. INSPECTION OF STRUCTURAL STEEL AND REINFORCING STEEL g. SPECIAL SERVICES A lead project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, manhours, scope of work, or fees. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide design engineering, construction administration and Project Management services under separate contract to other firms. 3B. Surveying Professional Services: SCOPE OF WORK MAY INCLUDE ANY OR ALL OF THE FOLLOWING: (Specific assignments when notified and as authorized by the Board) a. Provide survey personnel on an eighteen hour notice b. Perform land surveys, or property surveys c. Provide field notes and/or drawings based on the above surveys d. Provide researched, stamped property survey drawings e. Perform all necessary property/title research when directed to provide stamped property plats f. Perform hydrographic surveys (Note: F. is optional if firm provides this service) All surveyors provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional land surveyor. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead surveyor/project manager shall be provided to represent the firm in all communications. Page 9 of 17

The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide design engineering, construction administration and testing laboratory services under separate contract to other firms. 1C Traffic Operations/Analysis Professional Services Services will include any or all: Project Management planning, scheduling, cost control. Feasibility Study preliminary design analysis, conceptual study, preliminary cost estimating, evaluating alternatives. Design and Drafting provide engineering design drawings under the direct supervision of a Louisiana licensed professional engineer. Submittal and shop drawing review and periodic site visits during construction as directed. Construction administration and inspection services during construction for project not designed by this consultant as directed. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on The Board will provide design engineering, geotechnical engineering, surveying data, construction administration, and testing laboratory services under separate contract b other firms. 2C Feasibility Studies Services will include any or all: Page 10 of 17

Project Management planning, scheduling, cost control. Feasibility Study preliminary design analysis, conceptual study, preliminary cost estimating, evaluating alternatives. Environmental as directly related to project for compliance with local, State and Federal requirements. All engineers provided as part of this contract shall hold a professional registration license in the State of Louisiana or be a para-professional working under the direct supervision of a Louisiana professional engineer. All final deliverables shall be provided in an electronic format as well as hard copies stamped and signed by the engineer of record. A lead engineer/project manager shall be provided to represent the firm in all communications. The project manager shall work with the Port to develop a defined scope of work for each project, define the project schedule, and set a not-to-exceed fee for a particular project or assignment. In addition, the project manager shall advise of any changes to agreed upon schedules, man-hours, scope of work, etc. Other responsibilities include written monthly status reports for all projects in progress including percent competed, amount invoiced, projects schedule, personnel assigned, etc. Project numbers shall be assigned for tracking each Port project which shall be used on Since construction work will impact access to port terminals, the project schedule and sequence will require careful coordination and scheduling which must be specifically planned by the design consultant and included in the contract bid documents by the design consultant as part of the design services. The Board will provide geotechnical and surveying data, construction administration, and testing laboratory services under separate contract to other firms. 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. Page 11 of 17

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. 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 Page 12 of 17

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. 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 A. 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. B. 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 experience to serve as lead project manager. C. The Prime Consultant must also employ, on a full time basis, or through the use of a sub-consultant(s) sufficient Louisiana registered professionals to perform any work that requires licensure in the State of Louisiana. AUDIT REQUIREMENTS Page 13 of 17

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 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 WORKER IDENTIFICATION 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, no entry will be allowed into cargo terminals located along Clarence Henry Truckway. Port personnel will not be responsible for providing escorting services to any consultants. 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: Six Bound sets plus one original. Loose pages will not be accepted. An electronic set up documents in original format is also required and may be provided on a flash drive. 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.) 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 14 of 17

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. RFQs for the As-Needed Mechanical & Electrical and Professional Services contract are due on June 09, 2016. RFQs for the As-Needed Civil Engineering and Professional Services contract are due on June 09, 2016. RFQs for the As-Needed Geotechnical Engineering and Professional Services contract are due on June 02, 2016. RFQs for the As-Needed Project Management and Professional Services contract are due on June 02, 2016. RFQs for the As-Needed Construction Management and Professional Services contract are due on June 02, 2016. RFQs for the As-Needed Material Testing and Professional Services contract are due on May 19, 2016. RFQs for the As-Needed Surveying and Professional Services contract are due on May 19, 2016. RFQs for the As-Needed Traffic Operations/Analysis and Professional Services contract are due on May 26, 2016. RFQs for the As-Needed Feasibility Studies and Professional Services contract are due on May 26, 2016. Board s DBE/SBE Participation Policy The Board encourages the participation of SBE (Small Business Enterprise) firms on the consultant/team. 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 s Department of Economic Development s SBE Hudson Initiative 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. Page 15 of 17

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. 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 for each of the four contracts: 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. An electronic set up documents in original format is also required and may be provided on a flash drive. Page 16 of 17

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: Six 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: 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. MBE/DBE/WBE/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 Ms. Dunn after the Board meeting. No information regarding the award will be given prior to the Board s action. Page 17 of 17