Bridge Final Design for Two Complex Steel Bridges

Total Page:16

File Type:pdf, Size:1020Kb

Bridge Final Design for Two Complex Steel Bridges

Bridge Final Design for Two Complex Steel Bridges I-29/80 West System Interchange in Council Bluffs, Iowa

Request For Proposal

Iowa Department of Transportation

Introduction

The Iowa Department of Transportation’s Office of Bridges and Structures is interested in selecting two consultants to provide bridge final design services for two complex steel girder bridges. If your company is interested in providing the described services, please submit a proposal stating your ability and availability to complete this work. The selection process will follow Iowa DOT Procedures and Policy Manual 300.12.

Project Background

The Council Bluffs Interstate System (CBIS) project improvements are intended to upgrade the mobility through the I-29, I-80 and I-480 corridors in Council Bluffs, Iowa. Proposed improvements will bring the segments up to current engineering standards (Iowa DOT and AASHTO) and modernize the existing roadway to accommodate future traffic needs. The two bridges within the scope of this RFP are located within the I-29/80 west system interchange and are proposed to be among the upcoming project stages of the ultimate CBIS project. Assignments or selection for completion of final bridge designs related to remaining CBIS improvements on I-29 and I-80 will be addressed at a later date.

Project Scope

The major design elements include the following:

Bridge A:  New 2166’ x Variable Width continuous welded girder bridge (I-29 SB) N-E Connector I-29 to I-29 / I-80 Local over I-80 and Ramps Estimated construction cost =$18.3 Million

Bridge B:  New 1980’ x 32’ continuous welded girder bridge (Ramp H) W-N Connector I-80 to I-29 over I-80 / I-29 and Ramps Estimated construction cost = $10.4 Million

One consultant company (team) will be selected for each bridge. The selected consultants will be expected to perform post-“D5” (Office of Design plans to Office of Right of Way) project development activities, including final bridge design, along with plans and specifications development for this project. These services shall include the possibility of performing any preliminary design as needed to complete the final design. This work will also include design assistance during construction and construction engineering.

The work associated with the contract can be summarized as follows, but is not limited to:  Final structural design. Effort includes preparation of design criteria, contract plans and specifications. Aesthetic features will be included for each of the two bridges.  Application of the aesthetic guidelines. Selection of pier type from a proposed family of piers, and coordination of the aesthetic pier configuration with the Iowa DOT Bridge Office.  Design CADD work performed using MicroStation V8 (or MicroStation XM) and GEOPAK software per Iowa DOT specifications.  Project Management, including involvement with Project Management Team meetings on an as needed basis  Construction shop drawing review; construction “Requests for Information” (RFI’s) and plan clarification; construction advisement  Investigation of tasks deemed “preliminary” that require further study  Miscellaneous work associated with other Iowa DOT prequalification categories, not specifically listed here, but needed to complete the project beyond the “D5” phase

The Iowa DOT anticipates that the following will be provided:

 Available survey, GPS coordinates and aerial photography  Roadway Design information adjacent to the bridges, including project staging  Final structure type, size and location (TS&L) drawings  Traffic control  Utility coordination  Soils design

Pre-Proposal Conference

A Pre-Proposal Conference will not be conducted for this project.

Contract Information

The Iowa DOT anticipates that the selection process will be completed by April 8, 2009. Negotiation with the selected consultants will commence upon notice that the selection process is completed. The Iowa DOT anticipates utilizing a Professional Services Lump Sum Agreement for the Development of Scope of Services and Project Budget. Completion of all plan development is to be in conjunction with a July 2010 letting and three month plan review period. In accordance with the proposed letting date, the 100% unapproved plans will need to be submitted by January 2010. Construction is anticipated to occur during 2010, 2011 and 2012 construction seasons.

Contracting will involve Project Specific agreements that utilize a cost plus fixed fee payment method. It is anticipated that the Office of Bridges & Structures will be responsible for all contracting for this project.

General Requirements

The consultant and their subconsultants are required to be prequalified as defined in the Department’s Policy and Procedure Manual, Policy No. 300.04, for the duration of the contract. Work under this contract will require prequalification in work category 217 for Steel Bridge Design. Additional work categories may include but are not limited to those identified in the project scope. All subconsultants must be prequalified in Iowa for the type of work they would perform.

Failure to remain prequalified during the contract will result in cancellation of any remaining portion of the contract. Details regarding prequalification are available at the Consultant Utilization webpage, http://www.prof-tech-consultant.dot.state.ia.us/.

It is the policy of the Department that Disadvantaged Business Enterprises (DBEs) and Targeted Small Businesses (TSBs) shall have the maximum practicable opportunity to participate in the performance of DOT contracts. Funding of the work under this contract is not expected to involve federal-aid highway funds. The Iowa DOT has not established a DBE goal for this contract. When a DBE goal is not established, the department still encourages the spirit of the program to be incorporated in the proposed contracts whenever possible. A list of certified DBE companies may be found at http://www.dot.state.ia.us/contracts/contracts_eeoaa.htm. A list of TSB companies may be found at https://dia.iowa.gov/tsb/.

Selection Information

Emphasis should be placed upon providing information concerning your proposed project approach, similar projects your company has recently performed and the availability and qualifications of your key staff.

The selection committee will review and evaluate the proposals submitted based on the following criteria and the weighted value assigned to each. Include a detailed statement for each evaluation criteria.

 Bridge Design Project Team Staffing and Experience – 25% o The Selection Team will consider qualifications of the project manager and Project Team, including subconsultants. Qualifications include expertise and past experience on similar complex projects.  Project Management Approach – 5% o Discuss the Project Team’s approach to managing this project, including the Quality Control / Quality Assurance Plan.

 Past Performance / References – 20% o The Project Team should include the name, email address and telephone number for each of two professional references that have knowledge of the team’s past work performance on similar projects. The Selection Team will seek input from references relative to the type, quality and timeliness of work performed by the Project Team. o Performance evaluations need not be submitted. The score for this criterion will be based on information provided by the references.

 Responsiveness – 10% o The Selection Team will review the proposals to ascertain: . An understanding of contractual management to be followed . That there is a comprehensive understanding of the work required based on the information provided . That the Project Team has conveyed adequate understanding of how to accomplish the work. . The intent regarding communication with the Iowa DOT . That information requested in the RFP has been completely addressed

 Construction Support and Problem Resolution – 10% o The Project Team will be expected to provide timely responses to issues that arise during construction. The Selection Team will be interested in learning of construction services provided on similar complex projects and how the Project Team was able to resolve issues that arose on other projects.

 Schedule Delivery – 5% o Provide examples of the Project Team’s ability to meet concentrated timeframes for project delivery. o Include current workload (major assignments), deadlines, and commitment of key staff personnel as they pertain to the ability of the consultant to perform the services within the required time.

 LRFD Training and Experience – 10% o Provide a summary of the training completed by members of the Project Team, and examples demonstrating experience related to using LRFD design.

 Aesthetics – 5% o Provide examples of experience with aesthetic treatments on similar projects.

 Recent Iowa DOT Work Volume for the Bridge Office - 10% o Statements of work dollar amounts need not be submitted. The Bridge Office will provide the Selection Team with the dollar amount paid to a given company over the past three fiscal years and the dollar amount of unfinished work under contract. o Preference is given to companies with less recent work volume with the Bridge Office.

The selection committee does not anticipate the need for oral interviews given the routine nature of this project.

Contacting any selection team member other than the RFP contact person is inappropriate.

Proposal Requirements

Please provide the following information in the RFP response:

1. Include your company’s approach to addressing the identified tasks, your understanding of the project’s scope, key issues and relevancy to Iowa’s transportation system. Briefly discuss similar projects the members on your team have completed in the past five years. This listing should be limited to the three most applicable projects. 2. Include the name, qualifications, experience, office address and availability of the contract manager as well as the manager in charge of each major work task. This information should include the identification of similar projects managed or participated in by this individual. The selection of a contract manager and work task managers by a company will constitute a commitment by that company and NO substitute managers will be allowed without prior written approval by the Iowa DOT. 3. Include experience and qualifications for any sub-consultants to be used and work they will perform. 4. Include a detailed resume, summary of current workload and a time commitment for each professional or technical person to be assigned to the project. Identify the principal or manager who will serve as the project manager. 5. A project schedule outlining the timeline and estimated completion date of each major task identified in your scope of work. This should include a schedule with a description of all deliverable products throughout the period. A graphical representation of the proposed schedule should be included. 6. The location of the office where the majority of work will be performed. 7. A disclosure of all work for other clients that may be affected by work on the proposed contract to avoid a potential conflict of interest. 8. Include a statement that your company possesses compatible resources, equipment and automated technology as that used by the Iowa DOT.

The proposal may include additional information, as deemed appropriate, subject to the overall length restriction established in Proposal Requirements.

Cost information should not be submitted as part of the proposal.

Only electronic PDF submittals will be accepted. The PDF should be formatted to print on 8.5”x11” pages. Proposals must be limited to 20 single-sided 8.5” x 11” pages. Proposal covers, dividers, and a single-page cover letter will not be counted against the page limit. Proposals exceeding this length may not be accepted. The maximum size limit of the PDF is 7 megabytes.

On the cover page of the proposal, please include title of the RFP for which the proposal is submitted and the email address of the person who should receive the results of the selection. Inclusion of promotional literature of a general nature will not be considered in the selection process.

The electronic proposal must be submitted via email to [email protected]. An email will be sent confirming receipt of the proposal within 30 minutes or by 1:00 p.m. on the submittal deadline date, whichever is later.

For a company to be considered, their proposal must be received by 3:00 pm on March 23, 2009.

Any technical questions or questions regarding this RFP shall be submitted via email to [email protected]. Any questions about this RFP must be received by noon on March 16, 2009. Questions and answers regarding this RFP will be posted with the RFP on the Consultant Utilization website, http://www.prof-tech- consultant.dot.state.ia. us.

Public Records Law

The Iowa DOT will treat all information submitted by a consultant as open records following the conclusion of the selection process. Open records are public records that are open for public examination and copying. The Iowa DOT's release of records is governed by Iowa Code Chapter 22 and 761 IAC Chapter 4. Consultants are encouraged to familiarize themselves with these laws before submitting a proposal.

Statement of Non-Discrimination

The selection and contract are subject to the provisions of Executive Order 11246 (Affirmative Action to Insure Equal Employment Opportunity). Federal and state laws prohibit employment and/or public accommodation discrimination on the basis of age, color, creed, disability, gender identity, national origin, pregnancy, race, religion, sex, sexual orientation or veteran’s status. If you believe you have been discriminated against, please contact the Iowa Civil Rights Commission at 800-457-4416 or Iowa Department of Transportation's affirmative action officer at 515-239-1414. If you need accommodations because of a disability to access the Iowa Department of Transportation’s services, contact the agency's affirmative action officer at 800-262-0003.

References PPM 300.04 – Prequalification of Architectural, Engineering and Related Professional and Technical Firms (http://www.prof-tech-consultant.dot.state.ia.us/pdf/300_04.pdf)

PPM 300.12 – Negotiated Contracts for Architectural, Engineering, and Related Professional and Technical Services (http://www.prof-tech- consultant.dot.state.ia.us/pdf/300_12.pdf)

Iowa DOT Doing Business Website – Consultant Resources information (http://www.dot.state.ia.us/doing_business.htm)

Council Bluffs Interstate System Aesthetic Master Plan (http://www.iowadot.gov/cbinterstate/Aesthetics.asp)

Pertinent Exhibits Associated With the RFP

T,S & L’s for the SB-I-29 and Ramp H Bridges Design Plan View Sketches for the West System Interchange

Recommended publications