request for proposal notification rfp details - 1501

28
Request for Proposal Notification RFP Details - 1501 Response Due Date: 1/27/2015 10:00:00AM Indianapolis Indiana Time Advertised Date: 01/16/2015 RFP #: 1501 RFP Information Item Revisions Revision: 01/16/2015 RFP 1501, Item #02 for Subsurface Utility Engineering Services is revised to require INDOT general prequalification. Additionally, either the lead firm and/or sub-consultant to the lead firm shall be qualified to perform INDOT's 6.1 Topographic Survey Data Collection Utility prequalification worktype. 02 Summary of Item(s) Included in RFP Item Description Item # Central Office 01 Construction Inspection Services - Construction Inspection Services I-65, Added Travel Lanes Project in Clark Co. 02 On Call - Subsurface Utility Engineering Services 03 On Call - Utility Coordination Services Fort Wayne Dist 04 Bridge Project Development Services - US 30, District Bridge Project (Replacement) in Allen Co. 05 Small Structure Project Development Services - 3 Projects 06 Road Project Development Services - I-469, Interchange Modification Project in Allen Co. 07 Road Project Development Services - I-69, District Pavement Project (Interstate) in Grant Co. LaPorte District 08 Bridge Project Development Services - SR 114 in Jasper Co. 09 On Call - Right of Way Plan Development Services and Right of Way Title Research Services Seymour District 10 On Call - Project Development Services Vincennes District 11 On Call - Project Development Services RFP Instructions I. RFP Questions Interested parties shall promptly notify INDOT of any ambiguity, inconsistency or errors they may discover upon examination of this RFP. All questions, inquiries and/or request for information related to this RFP or related to items on the 12-Month RFP list to the following address: [email protected]. All questions, inquiries and/or request for information relating to this RFP must be in writing and received no later than 11:00 a.m. on Thursday, January 22, 2015. Questions and answers will be posted on INDOT's website at: http://pscsapp.indot.in.gov/ucmrfp/default.aspx?view=1 . After the deadline for submitting questions, inquiries and/or request for information passes, INDOT will review the questions, inquiries and/or request for information received, but INDOT reserves the right to determine whether to respond and post the questions and answers on INDOT's website. INDOT will not respond to telephone or other oral questions, inquiries and/or request for information. II. Supporting Documents Supporting documents may/may not be available for items advertised in this RFP. All supporting documents for this advertised RFP are available for review at: http://pscsapp.indot.in.gov/ucmrfp/default.aspx?view=1 . III. Communications Department owner offices associated with items listed in this RFP will not participate in communication with consultants (or their agents) regarding the status of the selection process, or entertain any communications related to marketing, etc., during the time period between advertisement and the announcement of final consultant selections for this RFP. This policy will not apply during special marketing events advertised and scheduled by INDOT. Communications that are always permissible include project administration activities for awarded contracts, scope and negotiation Page 1 of 28 1/16/201512:44:22PM

Upload: others

Post on 18-Dec-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Request for Proposal Notification

RFP Details - 1501

Response Due Date: 1/27/2015 10:00:00AM Indianapolis Indiana Time

Advertised Date: 01/16/2015RFP #: 1501

RFP Information

Item Revisions

Revision: 01/16/2015 RFP 1501, Item #02 for Subsurface Utility Engineering Services is revised to require INDOT

general prequalification. Additionally, either the lead firm and/or sub-consultant to the lead firm

shall be qualified to perform INDOT's 6.1 Topographic Survey Data Collection Utility

prequalification worktype.

02

Summary of Item(s) Included in RFP

Item DescriptionItem #

Central Office

01 Construction Inspection Services - Construction Inspection Services I-65, Added Travel Lanes Project in Clark Co.

02 On Call - Subsurface Utility Engineering Services

03 On Call - Utility Coordination Services

Fort Wayne Dist

04 Bridge Project Development Services - US 30, District Bridge Project (Replacement) in Allen Co.

05 Small Structure Project Development Services - 3 Projects

06 Road Project Development Services - I-469, Interchange Modification Project in Allen Co.

07 Road Project Development Services - I-69, District Pavement Project (Interstate) in Grant Co.

LaPorte District

08 Bridge Project Development Services - SR 114 in Jasper Co.

09 On Call - Right of Way Plan Development Services and Right of Way Title Research Services

Seymour District

10 On Call - Project Development Services

Vincennes District

11 On Call - Project Development Services

RFP Instructions I. RFP Questions

Interested parties shall promptly notify INDOT of any ambiguity, inconsistency or errors they may discover upon examination of this RFP. All

questions, inquiries and/or request for information related to this RFP or related to items on the 12-Month RFP list to the following address:

[email protected]. All questions, inquiries and/or request for information relating to this RFP must be in writing and received no

later than 11:00 a.m. on Thursday, January 22, 2015. Questions and answers will be posted on INDOT's website at:

http://pscsapp.indot.in.gov/ucmrfp/default.aspx?view=1 . After the deadline for submitting questions, inquiries and/or request for

information passes, INDOT will review the questions, inquiries and/or request for information received, but INDOT reserves the right to

determine whether to respond and post the questions and answers on INDOT's website. INDOT will not respond to telephone or other oral

questions, inquiries and/or request for information.

II. Supporting Documents

Supporting documents may/may not be available for items advertised in this RFP. All supporting documents for this advertised RFP are

available for review at: http://pscsapp.indot.in.gov/ucmrfp/default.aspx?view=1 .

III. Communications

Department owner offices associated with items listed in this RFP will not participate in communication with consultants (or their agents)

regarding the status of the selection process, or entertain any communications related to marketing, etc., during the time period between

advertisement and the announcement of final consultant selections for this RFP. This policy will not apply during special marketing events

advertised and scheduled by INDOT.

Communications that are always permissible include project administration activities for awarded contracts, scope and negotiation

Page 1 of 281/16/201512:44:22PM

activities for projects selected but not under contract and training or related activities.

IV. Equal Opportunity - Title VI

INDOT, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 Code of Federal

Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of

the Department of Transportation issued pursuant to such Act, hereby notifies respondents that it will affirmatively ensure that in any

contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit letters of

interest in response to this invitation and that minority businesses are afforded the opportunity to participate as sub-consultants. INDOT will

not discriminate against any respondent on the grounds of race, color, sex, or national origin in consideration for an award.

V. Letter of Interest Affirmations

Submittal of a Letter of Interest (LOI) constitutes an affirmative statement that the consultant, or any member of the consultant's team, is

ready, willing, qualified, and able to perform the scope of work within the advertised time requirements. All Letters of Interest are considered

Public Record at the time the Notice to Proceed is issued to the selected firm and will be published on the INDOT website. Submittal of an

LOI constitutes an irrevocable release to freely reproduce, distribute and publish all submitted material without limitation.

Submittal of an LOI for a project specific contract affirms the consultant's intention to develop the project within the planned construction

cost allocation.

INDOT's Standard Contract Terms and Conditions for Consultant Contracts are available for review at: http://www.in.gov/indot/2730.htm.

These terms contain both mandatory and non-mandatory clauses. Mandatory clauses are listed below and are typically non-negotiable.

Other clauses are highly desirable. It is INDOT's expectation that the final contract terms will be substantially similar to those posted in the

referenced document.

If a standard contract clause is not acceptable as worded, consultants shall note this in the Identification and Qualifications portion of the

LOI, immediately following team identification, and shall include specific suggested alternative wording. If additional contract terms are

required they shall also be documented. It is INDOT's strong desire to not deviate from the standard terms and conditions and as such

INDOT reserves the right to reject any and all suggested changes.

Submittal of an LOI constitutes an affirmative statement that the consultant is willing to accept the mandatory contract terms identified below

except as noted in the LOI. The mandatory contract terms are as follows:

·Assignment of Antitrust Claims

·Authority to Bind Consultant

·Compliance with Laws

·Drug-Free Workplace Certification

·Employment Eligibility Verification

·Funding Cancellation

·Governing Laws

·Indemnification

·No investment in Iran

·Non-Collusion

·Non-Discrimination

·Payment

·Penalties, Interest and Attorney's Fees

·Work Standards/Conflict of Interest

VI. Online LOI Submittals

Firms interested in being considered for selection shall submit their Letter of Interest (LOI) and all required PDF documents via INDOT's

online Professional Services Contract System (PSCS), through the RFP/LOI Submittal Application. A firm may submit an online LOI multiple

times for the same RFP item, as long as the "submit" button is clicked no later than the RFP's response due date and time. Only the latest

submittal will be used for selection purposes. A receipt may be printed after the submit button has been pressed.

A. RFP/LOI Application

Access to INDOT's online RFP/LOI application is available at: http://www.in.gov/indot/2730.htm, under the "ITAP (INDOT Technical

Applications Pathway)" link. If your firm already has access, please login and submit the required information.

If your firm does not have access to INDOT's online RFP/LOI Application, firms shall refer to the "Procedures for Online Access in order to

submit a Letter of Interest (LOI) for the RFP" available for review at: http://www.in.gov/indot/2730.htm for instructions on how to gain access

to INDOT's online RFP/LOI application.

B. RFP/LOI Application Instructions

The following sources provide instructions on submitting an LOI through the INDOT RFP/LOI system application:

Within the online RFP/LOI application

·The "Procedures: Online Access..." link or the "PSCS Portal User Guide" link, available at: http://www.in.gov/indot/2730.htm.

C.RFP/LOI Application issues

If you have any RFP/LOI system application issues with:

·Attempting to enroll with ITAP

·Attempting to submit an LOI

Please visit the "INDOT Technology Helpdesk Scenarios" website available at: http://www.in.gov/indot/2518.htm.

D. RFP/LOI Application Supported Browsers

The RFP/LOI application's supported browsers are:

·Microsoft Internet Explorer Version 7.0 and 8.0 (for any later version, turn on compatibility mode)

·Mozilla Firefox 3.0 version and later

It is important to make sure your web browser's popup blocker is not enabled. If the popup blocker is enabled you will not be able to

successfully log into the RFP/LOI application.

Page 2 of 281/16/201512:44:22PM

VII. Letter of Interest (LOI) Requirements

General Instructions for Preparing and Submitting a Letter of Interest include the following:

A. LOIs shall be limited to twelve (12) 8.5" x 11" pages that include Identification, Qualifications and Key Staff, and Project Approach, unless

otherwise noted in the Item Description. Hyperlinks within a LOI, to additional item specific information, are not allowed.

B. Provide the information requested in item 1 above and have it signed by an officer of the firm. Scanned signed documents or

electronically applied signatures are both acceptable.

C. LOIs shall NOT contain hourly rates, overhead rates nor other specific cost amounts, unless it is called for in the item work description.

D. Each file must be less than 20MB. If your firm does not have any contracts with INDOT, please indicate that on the APB form.

VIII. Identification, Qualifications, and Key Staff

A. Provide the firm name, address of the responsible office from which the work will be performed and the name and email address of the

contact person authorized to negotiate for the associated work.

B. List all proposed sub-consultants, including DBE/MBE/WBE status, a description of work to be performed by the sub-consultant and the

percentage of work to be performed by the prime consultant and each sub-consultant. (See Affirmative Action Certification requirements

below.)

C. Describe the proposed project team and organizational structure, including designation of the individuals who will be responsible for the

performance and delivery of each task component and deliverable. Include title, education, current responsibilities, and experience of key

staff the proposer will assign to perform under the contract.

D. Describe the capacity of Prime Consultant staff and their ability to perform the work in a timely manner relative to present workload and

the availability of the assigned staff.

IX. Project Approach

Provide a description of your approach to the advertised services. For all items address your firm's technical approach, understanding of the

project or services, cost containment practices, innovative ideas and any other relevant information concerning your firm's qualifications for

the project.

X. Active and Pending Contract Balances (APB) and Current and Completed Projects (CCP) Form Requirements

Active and Pending Contract Balances (APB) and Current and Completed Projects (CCP) forms are also required for items with design

engineering or right of way services. The list of required documents can be seen within the online submittal form for each item. These

document forms are available for review and downloading at: http://pscsapp.indot.in.gov/ucmrfp/default.aspx?view=1. Please copy these

files, complete the information, and put them in a PDF format.

IMPORTANT NOTE: Each file must be less than 20MB. If your firm does not have any contracts with INDOT, please indicate that on the APB

form.

XI. Affirmative Action Certification (AAC) Requirements

A completed Affirmative Action Certification form is required for all items that identify a DBE or MBE/WBE goal, greater than "0", in order to be

considered for selection. The consultant must identify the DBE or MBE/WBE firms (whichever applies) with which it intends to subcontract.

On the Affirmative Action Certification, include the contract participation percentage of each DBE or MBE/WBE (whichever applies), and list

what the DBE or MBE/WBE (whichever applies) will be subcontracted to perform. Copies of the DBE certifications, as issued by INDOT, or

copies of the MBE/WBE certifications, as issued by IDOA, are to be included as additional pages after the AAC Form, for each firm listed.

If the consultant does not meet the DBE or MBE/WBE goal the consultant must provide documentation in additional pages after the form

that evidences that it made good faith efforts to achieve the DBE, MBE/WBE goal. Please review the DBE program and/or the MBE/WBE

program as applicable based on any goals set for the items you submit an LOI. Be sure to complete the DBE Affirmative Action Certification

Form or the MBE/WBE Affirmative Action Certification Form, when applicable. What constitutes good faith efforts is explained in detail within

the DBE or MBE/WBE program information referred to above. The DBE/MBE/WBE Program Information is available for review at:

http://www.in.gov/indot/2730.htm.

DBE/MBE/WBE subcontracting goals apply to all prime submitting consultants, regardless of the prime's status of DBE/MBE/WBE.

XII. Conflict of Interest

Consultants submitting letters of interest in response to this RFP shall notify INDOT in writing of any conflict or potential conflict of interest,

according to the INDOT Conflict of Interest Policy. Consultants shall fully explain the conflict or potential conflict, provide suggestions or

protocol to remedy the conflict, and reference the applicable RFP number and Item number in an e-mail to: [email protected] .

Conflicts or potential conflicts of interest shall be submitted within forty-eight (48) hours after the response due date for this RFP. The policy

is available for review at: http://www.in.gov/indot/2730.htm, under the "Consultant Contract Information" section.

XIII. Selection Procedures

To be eligible for RFP items requiring prequalification, the prime consultants & sub-consultants MUST be prequalified by the Response

due date & time. Whenever an item requires prequalification & work type(s) are listed for that particular item, the prime consultant

submitting the LOI must be prequalified in at least one of the work types listed. Also, the Lead Consultant must perform the largest share of

work, regardless of the number of sub-consultants. However, a prime consultant need not be prequalified itself for EACH discipline listed in

the prequalification requirements paragraph below, provided that at least one sub-consultant be prequalified in each discipline & provided

further that the LOI and the contract procured hereunder shall only contemplate or permit an entity to perform work for which it has been

prequalified. Prequalification requirements & the list of Prequalified Consultants & their approved categories are available for review at:

http://www.in.gov/indot/2732.htm.

The Department will directly select consultants for each of the items listed above and further described herein, based on a Letter of Interest

(LOI) and other required documents. The Consultant Selection Rating Form(s) that will be used by INDOT to evaluate and score the

submittals are shown below.

XIV. Consultant Selection Rating Form

The selection rating form to be used for this RFP incorporates historical performance data, when applicable. Existing performance data will

be reviewed and subdivided by quality, responsiveness and scheduling averages and directly input into the scoring form. When there is

insufficient information available or when the information available indicates "at standard" performance a neutral rating of "0" will be

Page 3 of 281/16/201512:44:22PM

assigned.

Location ratings will be assigned based on the location of the indicated responsible consultant office relative to the center of the project or,

for non-site specific contracts, the center of the geographical area of the region for which the services are applicable.

Page 4 of 281/16/201512:44:22PM

Item #: 03, 09RFP #: 1501 ScoreSheet ID: 103

Scoresheet Description:Standard: Capacity and Location

Evaluation Criteria Rated by Scorers

Category Scoring Criteria Score Weight Weighted

Score

Capacity of Team to do Work 20Evaluation of the team's personnel and equipment to

perform on time.

1Availability of more than adequate capacity that results in

added value to INDOT.

0Adequate capacity to meet the schedule.

-3Insufficient available capacity to meet the schedule

Team's Demonstrated

Qualifications

15Technical expertise: Unique Resources & Equipment that

yield a relevant added value or efficiency to the deliverable.

2Demonstrated outstanding expertise and resources

identified for required services for value added benefit.

1Demonstrated high level of expertise and resources

identified for required services for value added benefit.

0Expertise and resources at appropriate level.

-3Insufficient expertise and/or resources.

Project Manager 10Rating or predicted ability to manage the project, based

on: experience in size, complexity, type, subs,

documentation skills.

2Demonstrated outstanding experience in similar type and

complexity.

1Demonstrated high level of experience in similar type and

complexity.

0Experience in similar type and complexity shown in

resume.

-1Experience in different type or lower experience,

-3Insufficient experience.

Approach to Project 20Understanding and Innovation that gives INDOT cost

and/or time savings.

2High level of understanding and viable innovative ideas

proposed.

1High level of understanding of the project.

0Basic understanding of the project.

-3Lack of project understanding.

Weighted Sub-Total

Evaluation Based on Previous Performance

Weighted

Score

WeightScore Scoring Criteria Category

Location of assigned staff office relative to project.Location 5

1Within 50 mi.

051 to 150 mi.

-1151 to 500 mi.

-2Greater than 500 mi.

-3For 100% state funded agreements, non-Indiana firms.

Weighted Sub-Total

The scores assigned above represent my best judgment of the consultant's abilities for the

rating categories.Weighted Total:

Signed: _________________

_________________Date:

Page 5 of 281/16/201512:44:22PM

Item #: 02RFP #: 1501 ScoreSheet ID: 123

Scoresheet Description:Subsurface Utility Engineering: No Location or Performance Type

Evaluation Criteria Rated by Scorers

Category Scoring Criteria Score Weight Weighted

Score

Technical Ability and Approach 20The ability to precisely and timely identify, locate and map

via CADD drawings the horizontal and vertical positions of

utilities to the satisfaction of INDOT.

1Demonstrated outstanding expertise and resources

identified to precisely and timely identify, locate and map

via CADD drawings the horizontal and vertical positions of

utilities to the satisfaction of INDOT.

0Demonstrated adequate expertise and resources

identified to precisely and timely identify, locate and map

via CADD drawings the horizontal and vertical positions of

utilities to the satisfaction of INDOT.

-3Insufficient expertise and resources identified to precisely

and timely identify, locate and map via CADD drawings the

horizontal and vertical positions of utilities to the

satisfaction of INDOT.

Equipment Utilization 15Utilization of most technologically advanced SUE equip. for

most accurate designating & locating utilities

w/nondestructive digging methods including but not

limited to vac. excavation trucks, ground penetrating radar

& geophysical prospecting.

1Utilization is more than adequate leading to added value

to INDOT.

0Utilization is adequate to meet requirements for the

services to be provided.

-3Insufficient utilization to meet requirements for the

services to be provided.

Equipment Availability 10Location & mobilization of most tech. advanced SUE

equip. for most accurate designating & locating utilities

w/nondestructive digging methods including but not

limited to vac. excavation trucks, ground penetrating radar

& geophysical prospecting.

1Location and mobilization is more than adequate leading

to added value to INDOT.

0Location and mobilization is adequate to meet

requirements for the services to be provided.

-3Insufficient location and mobilization to meet

requirements for the services to be provided.

Project Manager 20Stability, strength, organization and likelihood of success

of proposed management structure and team. Project

Manager's experience in delivering services accurately

and on-time.

2Very high level of confidence in the proposed

management.

1High level of confidence in the proposed management.

0Management structure appears to provide the appropriate

roles and accountability.

-3The proposed management structure is unacceptable.

Team's Demonstrated

Qualifications

15SUE Technical expertise: Unique Resources & Equipment

that yield a relevant added value or efficiency to the

services to be provided.

2Demonstrated outstanding expertise and resources

identified for required services for value added benefit.

1Demonstrated high level of expertise and resources

identified for required services for value added benefit.

Page 6 of 281/16/201512:44:22PM

0Expertise and resources at appropriate level.

-3Insufficient expertise and/or resources.

Quality Assurance and

Accountabillity

10Assurance of quality and accountability that gives added

value to INDOT.

2Exceptional quality assurance processes established.

1Acceptable quality assurance processes established.

0Some quality assurance processes established.

-3No quality assurances processes established.

Weighted Sub-Total

The scores assigned above represent my best judgment of the consultant's abilities for the

rating categories.Weighted Total:

Signed: _________________

_________________Date:

Page 7 of 281/16/201512:44:22PM

Item #: 04, 05, 06, 07, 08RFP #: 1501 ScoreSheet ID: 76

Scoresheet Description:Standard: Location and Performance w/o Capacity

Evaluation Criteria Rated by Scorers

Category Scoring Criteria Score Weight Weighted

Score

Project Manager 10Rating or predicted ability to manage the project, based

on: experience in size, complexity, type, subs,

documentation skills.

2Demonstrated outstanding experience in similar type and

complexity.

1Demonstrated high level of experience in similar type and

complexity.

0Experience in similar type and complexity shown in

resume.

-1Experience in different type or lower experience,

-3Insufficient experience.

Team's Demonstrated

Qualifications

20Technical expertise: Unique Resources & Equipment that

yield a relevant added value or efficiency to the deliverable.

2Demonstrated outstanding expertise and resources

identified for required services for value added benefit.

1Demonstrated high level of expertise and resources

identified for required services for value added benefit.

0Expertise and resources at appropriate level.

-3Insufficient expertise and/or resources.

Approach to Project 20Understanding and Innovation that gives INDOT cost

and/or time savings.

2High level of understanding and viable innovative ideas

proposed.

1High level of understanding of the project.

0Basic understanding of the project.

-3Lack of project understanding.

Weighted Sub-Total

Evaluation Based on Previous Performance

Weighted

Score

WeightScore Scoring Criteria Category

Location of assigned staff office relative to project.Location 5

1Within 50 mi.

051 to 150 mi.

-1151 to 500 mi.

-2Greater than 500 mi.

-3For 100% state funded agreements, non-Indiana firms.

Budget score average overall.Budget 10

Constructability score average overall. (No data available

at this time.)Constructability 10

Quality score averages for similar work.Quality 10

Responsiveness score average overall.Responsiveness 10

Schedule score average overall.Schedule 10

Weighted Sub-Total

The scores assigned above represent my best judgment of the consultant's abilities for the

rating categories.Weighted Total:

Signed: _________________

_________________Date:

Page 8 of 281/16/201512:44:22PM

Item #: 10, 11RFP #: 1501 ScoreSheet ID: 78

Scoresheet Description:Standard: Capacity, Location and Performance Type

Evaluation Criteria Rated by Scorers

Category Scoring Criteria Score Weight Weighted

Score

Capacity of Team to do Work 20Evaluation of the team's personnel and equipment to

perform on time.

1Availability of more than adequate capacity that results in

added value to INDOT.

0Adequate capacity to meet the schedule.

-3Insufficient available capacity to meet the schedule

Team's Demonstrated

Qualifications

15Technical expertise: Unique Resources & Equipment that

yield a relevant added value or efficiency to the deliverable.

2Demonstrated outstanding expertise and resources

identified for required services for value added benefit.

1Demonstrated high level of expertise and resources

identified for required services for value added benefit.

0Expertise and resources at appropriate level.

-3Insufficient expertise and/or resources.

Project Manager 10Rating or predicted ability to manage the project, based

on: experience in size, complexity, type, subs,

documentation skills.

2Demonstrated outstanding experience in similar type and

complexity.

1Demonstrated high level of experience in similar type and

complexity.

0Experience in similar type and complexity shown in

resume.

-1Experience in different type or lower experience,

-3Insufficient experience.

Approach to Project 20Understanding and Innovation that gives INDOT cost

and/or time savings.

2High level of understanding and viable innovative ideas

proposed.

1High level of understanding of the project.

0Basic understanding of the project.

-3Lack of project understanding.

Weighted Sub-Total

Evaluation Based on Previous Performance

Weighted

Score

WeightScore Scoring Criteria Category

Location of assigned staff office relative to project.Location 5

1Within 50 mi.

051 to 150 mi.

-1151 to 500 mi.

-2Greater than 500 mi.

-3For 100% state funded agreements, non-Indiana firms.

Budget score average overall.Budget 10

Constructability score average overall. (No data available

at this time.)Constructability 10

Quality score averages for similar work.Quality 10

Responsiveness score average overall.Responsiveness 10

Schedule score average overall.Schedule 10

Page 9 of 281/16/201512:44:22PM

Weighted Sub-Total

The scores assigned above represent my best judgment of the consultant's abilities for the

rating categories.Weighted Total:

Signed: _________________

_________________Date:

Page 10 of 281/16/201512:44:22PM

Item #: 01RFP #: 1501 ScoreSheet ID: 79

Scoresheet Description:Construction Inspection: Location

Evaluation Criteria Rated by Scorers

Category Scoring Criteria Score Weight Weighted

Score

Team's Demonstrated

Qualifications

20Inspection Staffing, Resources & Equipment that yield a

relevant added value or efficiency.

2Demonstrated outstanding staffing expertise and

resources identified for required services for value added

benefit.

1Demonstrated high level of staffing expertise and

resources identified for required services for value added

benefit.

0Staffing expertise and resources at appropriate level.

-3Insufficient demonstration of staffing expertise and/or

resources.

Project Supervisor 20Rating or predicted ability to manage the project, based

on: experience in size, complexity, type, subs,

documentation skills.

2Demonstrated outstanding experience in similar type and

complexity.

1Demonstrated high level of experience in similar type and

complexity.

0Experience in similar type and complexity shown in

resume.

-1Experience in different type or lower experience,

-3Insufficient experience.

Approach to Delivery of Services 20Understanding and approach that results in added value

to INDOT.

2High level of understanding and viable innovative ideas

proposed.

1High level of understanding of the project.

0Basic understanding of the project.

-3Lack of project understanding.

Weighted Sub-Total

Evaluation Based on Previous Performance

Weighted

Score

WeightScore Scoring Criteria Category

Location of assigned staff office relative to project.Location 5

1Within 50 mi.

051 to 150 mi.

-1151 to 500 mi.

-2Greater than 500 mi.

-3For 100% state funded agreements, non-Indiana firms.

Weighted Sub-Total

The scores assigned above represent my best judgment of the consultant's abilities for the

rating categories.Weighted Total:

Signed: _________________

_________________Date:

Page 11 of 281/16/201512:44:22PM

Compensation Method: Negotiated Labor RateCentral Office / Capital Program Mgmt. / Project Management

Item Details - 01

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2190

RFP #: 1501 Allowable Profit Rate: 8.3% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:5%

Will this Item involve 2 step scoring: No

Score Sheet ID: 79

Item Description

Construction Inspection Services - Construction Inspection Services I-65, Added Travel Lanes Project in Clark Co.

Item Work Description

Construction Inspection Services for the Added Travel Lanes project on I-65 in Clark County. INDOT anticipates needing two (2) project

engineers at times and up to eight (8) inspectors depending on the work load during the course of the contract. The selected firm shall

provide personnel local to the project site such that neither commuting nor lodging expenses are incurred. The consultant?s personnel

shall work under an INDOT Area Engineer. INDOT will control the hours and staffing of these personnel who may be required to work

during the winter season, work up to 12 hours per day, and/or work at night. The LOI must specify the names of the project engineers and

inspectors who will be supplying services under this contract. Additionally, the LOI shall include a map showing the locations of these

personnel.

The selected firm shall furnish all construction field testing equipment, necessary to sample and test materials in accordance with INDOT

procedures. If the advertised project is cancelled or rescheduled INDOT may substitute, one for one, a similar project in the same proximity

in the same District.

Please refer to the supporting documents for additional information. A field overhead rate will be used for this contract. Consultants

without audited field overhead rates may propose a field rate at the time of contract negotiation. INDOT will not select design firms to

provide construction inspection for the projects they design.

Des 1400597 Work Description

I 65 Added Travel Lanes, 1.02 mi N of SR60 to 2.8 mi S of SR160 (.75 mi N of Memphis Rd), in Clark Co. RP 8+40 to RP 16+46, Est.

Construction Amt. $61,500,000.00.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Construction Inspection13.1

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.Performance Types not Identified.

Deliverables

Deliverable Description Deliverable Due Date

Anticipated RFP Date 02/25/2015

1

Supporting Documents

Created DateDocument Description

Draft App A 06/09/2014

Final_I-65 from SR 311 to SR 160_Project Intent 06/09/2014

3

Page 12 of 281/16/201512:44:22PM

Compensation Method: Unit PriceCentral Office / Capital Program Mgmt. / Dist Project Delivery

Item Details - 02

# of Firms to Select: 2

RFP Date: 01/13/2015

Item ID: 2238

RFP #: 1501 Allowable Profit Rate: 8.50% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: General

BE Goals: DBE:7%

Approximate # of Assignments: Between 0 and 40

Max. Contract Amt.: $1,000,000.00Term of Contract:Two (2) year contract, with INDOT's option to renew

one (1) time, for both time and money.

Will this Item involve 2 step scoring: No

Score Sheet ID: 123

Item Description

On Call - Subsurface Utility Engineering Services

Item Work Description

Two consultants will be selected to perform subsurface utility engineering, including designating, locating and mapping services on an as

needed basis. Scope of work may range from multiple locations for an entire project or a single spot location for a project. Assigned work

may be on projects located all over the state of Indiana. All work shall be in accordance with ASCE 38-02 Standard Guidelines for and

Depiction of Existing Subsurface Utility Data and IDM Chapter 104. The required work may require quality levels, A, B, C, or D. Additionally,

the selected companies must be able to provide three dimensional geo-referenced coordinate locations, including elevations, for buried

and overhead facilities referenced to the project coordinate datum. Interested firms shall have Utility data files provided shall be compatible

with INDOT current CAD systems (Bentley Microstation and InRoads) and formatted as defined in current INDOT CAD Standards and

INDOTWise Manual. The selected companies will cooperate in good faith to provide the necessary services in a timely manner.

LOIs for this item may include up to twenty (20) 8.5" x 11" pages, however, the file size may not exceed 20 MB. Services for an on-call

contract are requested on an as needed basis and there is a possibility that no work may be required. Please refer to the Supporting

Documents for additional information.

Either the lead firm or sub-consultant to the lead firm shall be qualified to perform INDOT's 6.1 Topographic Survey Data Collection Utility

prequalification worktype.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, general with no specific work types required.

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.Performance Types not Identified.

Deliverables

Deliverable Description Deliverable Due Date

No deliverables Identified.

Supporting Documents

Created DateDocument Description

Scope of Work 12/12/2014

7

Page 13 of 281/16/201512:44:22PM

Compensation Method: Negotiated Labor RateCentral Office / Capital Program Mgmt. / Dist Project Delivery

Item Details - 03

# of Firms to Select: 2

RFP Date: 01/13/2015

Item ID: 2239

RFP #: 1501 Allowable Profit Rate: N/A

Is Federal Funding Involved: Yes

Prequalification Required: General

BE Goals: No BE Goals

Approximate # of Assignments: Between 0 and 40

Max. Contract Amt.: $1,000,000.00Term of Contract:Two (2) year contract, with INDOT's option to renew

one (1) time, for both time and money.

Will this Item involve 2 step scoring: No

Score Sheet ID: 103

Item Description

On Call - Utility Coordination Services

Item Work Description

Two consultants will be selected to provide utility coordination services for INDOT projects on an as-needed basis. Utility Coordination is to

be performed by an individual certified through INDOT's Utility Coordinator training and certification program. Coordination is to be

performed in accordance with the ?New Paradigm? for utility coordination, as presented during Utility Coordinator Certification Training and

in accordance with 105 IAC 13, Indiana Design Manual Chapter 104, the INDOT Utility Accommodation Policy, the Utility Coordination

Checklist, and the FHWA Program Guide: Utility Relocation and Accommodation on Federal Aid Highway Projects.

Services for an on call contract are requested on an as needed basis and there is a possibility that no work may be required. Please refer

to the Supporting Documents for additional information.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, general with no specific work types required.

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.Performance Types not Identified.

Deliverables

Deliverable Description Deliverable Due Date

No deliverables Identified.

Supporting Documents

Created DateDocument Description

Scope of Services 12/12/2014

6

Page 14 of 281/16/201512:44:22PM

Compensation Method: Lump SumFort Wayne Dist / Technical Services

Item Details - 04

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2203

RFP #: 1501 Allowable Profit Rate: 10.3% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:7%

Will this Item involve 2 step scoring: No

Score Sheet ID: 76

Item Description

Bridge Project Development Services - US 30, District Bridge Project (Replacement) in Allen Co.

Item Work Description

Selected consultant shall complete an Engineering Assessment/Engineers Report in accordance with IDM Chapter 5. If, after INDOT?s

final review and acceptance of the Engineering Assessment/Engineers Report, funds are available, and INDOT wishes to proceed with the

final design and plan development, this contract may be amended to include these services which may involve Topographic Survey,

Geotechnical Services, Utility Coordination, Roadway/Bridge Design and Plan Development, Permit documentation, Right of Way Plan

Development (including LCRS), R/W Engineering, Title Research, Land Acquisition Services, and Construction Phase services. INDOT's

Open Roads Initiative will also be incorporated into the project development process.

INDOT will provide the NEPA Document.

Des 1383457 Work Description

US 30 Bridge Replacement, Other Construction, 0.23 Miles East of US 33 (Hillegas Road Over US 30/US 33), in Allen Co. RP 127+72 to RP

127+76, Est. Construction Amt. $2,461,000.00.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Non-Complex Roadway Design8.1

Level 2 Bridge Design9.2

Right of Way Plan Development11.1

Title Research12.2

Value Analysis12.3

Appraisal12.4

Appraisal Review12.5

Negotiation12.6

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Bridge Design

Letting Documents

Project Management for Project Delivery

Roadway Design

4

Deliverables

Deliverable Description Deliverable Due Date

Approved Engineer's Assessment 10/17/2015

Submission of Final Contract Documents 07/09/2018

2

Page 15 of 281/16/201512:44:22PM

Supporting Documents

Created DateDocument Description

Scope of Work 12/08/2014

Item Id 2203 Mini Scope 12/22/2014

Report for Hilligas Road over US 30 01/16/2015

4

Page 16 of 281/16/201512:44:22PM

Compensation Method: Lump SumFort Wayne Dist / Technical Services

Item Details - 05

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2211

RFP #: 1501 Allowable Profit Rate: 9.3% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:7%

Will this Item involve 2 step scoring: No

Score Sheet ID: 76

Item Description

Small Structure Project Development Services - 3 Projects

Item Work Description

The selected firm shall provide design and plan development of the following drainage structure replacement projects in compliance with

Indiana Design Manual, Chapter 55, Geometric Design of Existing Non-Freeways (3R), Chapter 49, Roadside Safety, Chapter 31, Culverts,

and all other applicable standards. INDOT's Open Roads Initiative will also be incorporated into the project development process. Existing

roadway deficiencies in the vicinity of the structures are not intended to be improved unless an accident analysis determines that they are

necessary. The selected Consultant shall provide Design, Geotechnical Services, Permitting Information, Utility Coordination,

Topographical Survey, LCRS, Title Research, Real Estate Services, and R/W Engineering services for all projects. Utility Coordination is to

be performed by an individual certified through INDOT's Utility Coordinator training and certification program.

INDOT will provide Environmental Document and Engineer's Report for all Projects listed.

Des 1383676 Work Description

SR 124 Small Structure Replacement, Under CR 150W, 0.5 Miles East of SR 13., in Wabash Co. RP 13+66 to RP 13+76, Est. Construction

Amt. $342,500.00.

Des 1383671 Work Description

SR 18 Small Structure Replacement, Over Honey Creek, 8.83 Miles East of US 31, in Miami Co. RP 87+4 to RP 87+14, Est. Construction

Amt. $243,750.00.

Des 1383644 Work Description

US 20 Small Structure Replacement, 3.45 Miles East of SR 327, Over Pigeon Creek, in Steuben Co. RP 137+26 to RP 137+36, Est.

Construction Amt. $325,000.00.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Waterway Permits5.6

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Non-Complex Roadway Design8.1

Right of Way Plan Development11.1

Title Research12.2

Value Analysis12.3

Appraisal12.4

Appraisal Review12.5

Negotiation12.6

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Roadway Design

Project Management for Project Delivery

Letting Documents

Page 17 of 281/16/201512:44:22PM

3

Deliverables

Deliverable Description Deliverable Due Date

Final Contract Documents Submittal 05/26/2018

1

Supporting Documents

Created DateDocument Description

Scope of Work 12/08/2014

1383644 Final Scoping Report 12/08/2014

1383671 Final Scoping Report 12/08/2014

1383676 Final Scoping Report 12/08/2014

8

Page 18 of 281/16/201512:44:22PM

Compensation Method: Lump SumFort Wayne Dist / Technical Services

Item Details - 06

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2218

RFP #: 1501 Allowable Profit Rate: 9.8% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:10%

Will this Item involve 2 step scoring: No

Score Sheet ID: 76

Item Description

Road Project Development Services - I-469, Interchange Modification Project in Allen Co.

Item Work Description

The selected consultant shall complete an Engineering Assessment/Engineers Report in accordance with IDM Chapter 5. The purpose of

the project is to reduce congestion and increase safety at the interchange in accordance with the FEIS for the added travel lanes project on

US 24 from New Haven to Defiance. If, after INDOT?s final review and acceptance of the Engineering Assessment/Engineers Report,

funds are available, and INDOT wishes to proceed with the final design and plan development, this contract may be amended to include

these services which may involve Topographic Survey, Environmental Documentation, Geotechnical Services, Utility Coordination,

Roadway/Bridge Design and Plan Development, Permit documentation, Right of Way Plan Development (including LCRS), R/W

Engineering, Title Research, Land Acquisition Services, and Construction Phase services. INDOT's Open Roads Initiative will also be

incorporated into the project development process.

Des 1383675 Work Description

I-469 at the US 24 Interchange in Fort Wayne District., Est. Construction Amt. $6,876,000.00.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Complex Traffic Capacity and Operations Analysis3.2

Traffic Safety Analysis4.1

Environmental Document Preparation - EA/EIS5.1

Environmental Document Preparation - Section 4(f)5.3

Wetland Mitigation5.5

Waterway Permits5.6

Archaeological Investigations5.9

Historical/Architectural Investigations5.10

ESA Screening, Phase I and Phase II, Remedial Design5.11

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Complex Roadway Design8.2

Level 2 Bridge Design9.2

Lighting Design10.4

Right of Way Plan Development11.1

Title Research12.2

Value Analysis12.3

Appraisal12.4

Appraisal Review12.5

Negotiation12.6

Additional Qualification: No additional qualification.

Page 19 of 281/16/201512:44:22PM

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Roadway Design

Project Management for Project Delivery

Letting Documents

Bridge Design

4

Deliverables

Deliverable Description Deliverable Due Date

Approved Engineer's Assessment 10/17/2015

Submittal of Final Contract Documents 07/20/2018

2

Supporting Documents

Created DateDocument Description

1383675 Mini Scope 12/08/2014

Engineer's Report 12/08/2014

Appendix A 12/08/2014

6

Page 20 of 281/16/201512:44:22PM

Compensation Method: Lump SumFort Wayne Dist / Technical Services

Item Details - 07

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2219

RFP #: 1501 Allowable Profit Rate: 8.8% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:5%

Will this Item involve 2 step scoring: No

Score Sheet ID: 76

Item Description

Road Project Development Services - I-69, District Pavement Project (Interstate) in Grant Co.

Item Work Description

Selected consultant shall complete an Engineering Assessment/Engineers Report in accordance with IDM Chapter 5. INDOT's Open

Roads Initiative will also be incorporated into the project development process. If, after INDOT?s final review and acceptance of the

Engineering Assessment/Engineers Report, funds are available, and INDOT wishes to proceed with the final design and plan

development, this contract may be amended to include these services which may involve Topographic Survey including documentation of

existing roadway alignment, Geotechnical Services, Roadway/Bridge Design and Plan Development, Permits, Utility Coordination and

Construction Phase services.

INDOT will provide the Environmental Document for this project.

Des 1383650 Work Description

From SR 18 to 5.59 Miles North of SR 18 in Fort Wayne District., Est. Construction Amt. $8,682,000.00.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Waterway Permits5.6

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Non-Complex Roadway Design8.1

Level 1 Bridge Design9.1

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Roadway Design

Project Management for Project Delivery

Letting Documents

Bridge Rehabilitation

4

Deliverables

Deliverable Description Deliverable Due Date

Approved Engineer's Assessment 11/30/2015

Submittal of Final Contract Documents 06/19/2018

2

Supporting Documents

Created DateDocument Description

Appendix A 12/08/2014

Item Id 2219 Mini Scope 12/22/2014

Item Id 2219 12/22/2014

4

Page 21 of 281/16/201512:44:22PM

Compensation Method: Lump SumLaPorte District / Production

Item Details - 08

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2235

RFP #: 1501 Allowable Profit Rate: 9% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: No BE Goals

Will this Item involve 2 step scoring: No

Score Sheet ID: 76

Item Description

Bridge Project Development Services - SR 114 in Jasper Co.

Item Work Description

The selected firm shall complete a bridge assessment and report. After INDOT's final review and acceptance of the report, the consultant

will proceed with the final bridge design and plan development work necessary to produce the construction contract documents. The

selected firm will be required to provide additional services that include Topographic Survey, Road/Bridge Design and Plan Development,

Environment Documentation, All Permits, Geotechnical Work, Title Research, Right of Way Plan Development, Hydraulic Analysis, Utility

Coordination and also Construction Phase Services for the following project:

Utility Coordination is to be performed by an individual certified through INDOT's Utility Coordinator training and certification program.

INDOT will perform any R/W Acquisition Services that may be needed.

Des 1383712 Work Description

SR 114 Bridge Replacement, Concrete, Bridge over Sayler Ditch, 0.41 mi. E of I-65, in Jasper Co. RP 17+25 to RP 17+25, Est. Construction

Amt. $643,000.00.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Environmental Document Preparation - CE5.2

Waterway Permits5.6

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Level 1 Bridge Design9.1

Right of Way Plan Development11.1

Title Research12.2

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Bridge Design

Project Management for Project Delivery

Letting Documents

3

Deliverables

Deliverable Description Deliverable Due Date

All contract bid documentation due in to the District Project Manager for review and submittal to Central Office

Contracts.

03/25/2018

1

Supporting Documents

Created DateDocument Description

1383712 Mini-scope 09/24/2014

Scope of Services 09/30/2014

Page 22 of 281/16/201512:44:22PM

3

Page 23 of 281/16/201512:44:22PM

Compensation Method: Negotiated Labor RateLaPorte District / Production

Item Details - 09

# of Firms to Select: 2

RFP Date: 01/13/2015

Item ID: 2236

RFP #: 1501 Allowable Profit Rate: 8.30% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: No BE Goals

Approximate # of Assignments: Between 0 and 10

Max. Contract Amt.: $500,000.00Term of Contract:Four (4) year contract, with a two (2) year

assignment period.

Will this Item involve 2 step scoring: No

Score Sheet ID: 103

Item Description

On Call - Right of Way Plan Development Services and Right of Way Title Research Services

Item Work Description

The selected consultant will perform Right of Way Engineering services for individual projects on an as-needed basis. The selected firms

shall prepare Right of Way plans, title research, legal descriptions, route survey plats or RW parcel plats. This item may also include

revisions to stated services. On-Call contracts are on an as-needed basis and there is a possibility that no assignments will be made.

Please refer to the Supporting Documents for additional information.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Right of Way Plan Development11.1

Title Research12.2

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.Performance Types not Identified.

Deliverables

Deliverable Description Deliverable Due Date

No deliverables Identified.

Supporting Documents

Created DateDocument Description

Scope of Work 12/08/2014

3

Page 24 of 281/16/201512:44:22PM

Compensation Method: Negotiated Labor RateSeymour District / Planning & Production

Item Details - 10

# of Firms to Select: 1

RFP Date: 01/13/2015

Item ID: 2256

RFP #: 1501 Allowable Profit Rate: 8.80% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:7%

Approximate # of Assignments: Between 0 and 8

Max. Contract Amt.: $750,000.00Term of Contract:Four (4) year contract, with a two (2) year

assignment period.

Will this Item involve 2 step scoring: No

Score Sheet ID: 78

Item Description

On Call - Project Development Services

Item Work Description

Selected consulting firm shall perform project development services on an as-needed basis, mainly in the Seymour District. However, on

occasion, it may be necessary to provide these services for any project throughout the state. These services may include any or all of the

following services: Preliminary Engineering Assessment / Alternative Analysis, Environmental CE Document Preparation, Topographic

Survey, Geotechnical Engineering, Non-Complex Roadway Design, Level 1 Bridge Design Services, Traffic Signal Design, Right of Way

Plan Development, Title Research, Utility Coordination Services and Construction Phase Services. Utility Coordination is to be performed

by an individual certified through INDOT's Utility Coordinator training and certification program. Please refer to the Supporting Documents

for additional information.

All On-Call contract services are on an as-needed basis and there is a possibility that no assignments will be made.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Non-Complex Traffic Capacity and Operations Analysis3.1

Traffic Safety Analysis4.1

Environmental Document Preparation - CE5.2

Environmental Document Preparation - Section 4(f)5.3

Wetland Mitigation5.5

Waterway Permits5.6

Archaeological Investigations5.9

Historical/Architectural Investigations5.10

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Non-Complex Roadway Design8.1

Level 1 Bridge Design9.1

Traffic Signal Design10.1

Right of Way Plan Development11.1

Title Research12.2

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Bridge Design

Roadway Design

Letting Documents

Project Management for Project Delivery

4

Page 25 of 281/16/201512:44:22PM

Deliverables

Deliverable Description Deliverable Due Date

No deliverables Identified.

Supporting Documents

Created DateDocument Description

Scope of Work 12/12/2014

3

Page 26 of 281/16/201512:44:22PM

Compensation Method: Negotiated Labor RateVincennes District

Item Details - 11

# of Firms to Select: 2

RFP Date: 01/13/2015

Item ID: 2296

RFP #: 1501 Allowable Profit Rate: 8.80% Plus overhead factor

Is Federal Funding Involved: Yes

Prequalification Required: Yes

BE Goals: DBE:7%

Approximate # of Assignments: Between 0 and 10

Max. Contract Amt.: $800,000.00Term of Contract:Four (4) year contract, with INDOT's option to renew

one (1) time, for both time and money.

Will this Item involve 2 step scoring: No

Score Sheet ID: 78

Item Description

On Call - Project Development Services

Item Work Description

Selected consulting firm shall perform project development services on an as-needed basis, mainly in the Vincennes District. However, on

occasion, it may be necessary to provide these services for any project throughout the state. These services may include any or all of the

following services: Preliminary Engineering Assessment / Alternative Analysis, Environmental CE Document Preparation, Topographic

Survey, Geotechnical Engineering, Non-Complex Roadway Design, Level 1 Bridge Design Services, Traffic Signal Design, Right of Way

Plan Development, Title Research, Utility Coordination Services and Construction Phase Services. Utility Coordination is to be performed

by an individual certified through INDOT's Utility Coordinator training and certification program. Please refer to the Supporting Documents

for additional information.

All On-Call contract services are on an as-needed basis and there is a possibility that no assignments will be made.

Required Prequalification Categories (Combination of Prime and Sub Consultants)

Prequalification Required:Yes, with the following worktypes.

Non-Complex Traffic Capacity and Operations Analysis3.1

Traffic Safety Analysis4.1

Environmental Document Preparation - CE5.2

Environmental Document Preparation - Section 4(f)5.3

Waterway Permits5.6

Karst Studies5.12

Topographic Survey Data Collection6.1

Geotechnical Engineering Services7.1

Non-Complex Roadway Design8.1

Level 1 Bridge Design9.1

Traffic Signal Design10.1

Right of Way Plan Development11.1

Title Research12.2

Additional Qualification: No additional qualification.

Past Performance Evaluation scores for this item will be calculated by these Performance types.

Bridge Design

Roadway Design

Letting Documents

Project Management for Project Delivery

4

Deliverables

Deliverable Description Deliverable Due Date

Page 27 of 281/16/201512:44:22PM

No deliverables Identified.

Supporting Documents

Created DateDocument Description

Scope of Work 12/12/2014

3

Page 28 of 281/16/201512:44:22PM