Michigan Department CHECKLIST TO DESIGNATE AREAS OF EVALUATION … · 2017. 9. 21. · CHECKLIST TO...
Transcript of Michigan Department CHECKLIST TO DESIGNATE AREAS OF EVALUATION … · 2017. 9. 21. · CHECKLIST TO...
Michigan Department Of Transportation
5100B (09/16) CHECKLIST TO DESIGNATE AREAS OF EVALUATION
FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2
REQUISITION NUMBER DUE DATE TIME DUE
MDOT PROJECT MANAGER JOB NUMBER (JN) CONTROL SECTION (CS)
DESCRIPTION
MDOT PROJECT MANAGER: Check all items to be included in RFP
WHITE = REQUIRED ** = OPTIONAL
Check the appropriate Tier in the box below
CONSULTANT: Provide only checked items below in proposal When applicable, Best Value scoring criteria is listed separately in the RFP.
TIER 1 ($50,000 - $150,000)
TIER II ($150,000-$1,000,000)
TIER III (>$1,000,000)
Understanding of Service **
Innovations
Organizational Chart
Qualifications of Team
Quality Assurance/Quality Control **
Location: The percentage of work performed in Michigan will be used for all selections unless the project is for on-site inspection or survey activities, then location should be scored using the distance from the consultant office to the on-site inspection or survey activity.
N/A N/A Presentation **
N/A N/A Technical Proposal (if Presentation is required)
7 pages (MDOT Forms not counted)
14 pages (MDOT forms not counted)
Total maximum pages for RFP not including key personnel resumes. Resumes limited to 2 pages per key staff personnel.
PROPOSAL AND BID SHEET E-MAIL ADDRESS – [email protected]
GENERAL INFORMATION
Any questions relative to the scope of services must be submitted by e-mail to the MDOT Project Manager. Questions must be received by the Project Manager at least five (5) working days prior to the due date and time specified above. All questions and answers will be placed on the MDOT website as soon as possible after receipt of the questions, and at least three (3) days prior to the RFP due date deadline. The names of vendors submitting questions will not be disclosed.
MDOT is an equal opportunity employer and MDOT DBE firms are encouraged to apply. The participating DBE firm, as currently certified by MDOT’s Office of Equal Opportunity, shall be listed in the Proposal.
MDOT FORMS REQUIRED AS PART OF PROPOSAL SUBMISSION
5100D – Request for Proposal Cover Sheet 5100J – Consultant Data and Signature Sheet (Required for all firms performing non-prequalified services on this project.)
(These forms are not included in the proposal maximum page count.)
3 pages (MDOT Forms not counted) Resumes will only be accepted forBest Value Selections
N/A
N/A N/A
MDOT 5100B (09/16) REQUEST FOR PROPOSAL Page 2 of 2
The Michigan Department of Transportation (MDOT) is seeking professional services for the project contained in the attached scope of services.
If your firm is interested in providing services, please indicate your interest by submitting a Proposal, Proposal/Bid Sheet or Bid Sheet as indicated below. The documents must be submitted in accordance with the latest (Consultant/Vendor Selection Guidelines for Services Contracts.”
RFP SPECIFIC INFORMATION
ENGINEERING SERVICES BUREAU OF TRANSPORTATION PLANNING OTHER THE SERVICE WAS POSTED ON THE ANTICIPATED QUARTERLY REQUESTS FOR PROPOSALS
NO YES DATED____________________ THROUGH ________________
Prequalified Services – See the attached Scope of Services for required Prequalification Classifications.
Non-Prequalified Services – If selected, the vendor must make sure that current financial information, including labor rates, overhead computations, and financial statements, is on file with MDOT’s Office of Commission AuditsThis information must be on file for the prime vendor andall sub vendors so that the contract will not be delayed.Form 5100J is required with proposal for all firmsperforming non-prequalified services on this project.
For all Qualifications Based Selections, the selection team will review the information submitted and will select the firm considered most qualified to perform the services based on the proposals. The selected firm will be asked to prepare a priced proposal. Negotiations will be conducted with the firm selected.
For a cost plus fixed fee contract, the selected vendor must have a cost accounting system to support a cost plus fixed fee contract. This type of system has a job-order cost accounting system for the recording and accumulation of costs incurred under its contracts. Each project is assigned a job number so that costs may be segregated and accumulated in the vendor’s job-order accounting system.
Qualification Based Selection / Low Bid – Use Consultant/Vendor Selection Guidelines. See Bid Sheet instructions for additional information.
For Qualification Review/Low Bid selections, the selection team will review the proposals submitted. The vendor that has met established qualification threshold and with the lowest bid will be selected.
Best Value – Use Consultant/Vendor Selection Guidelines, See Bid Sheet Instructions below for additional information. The bid amount is a component of the total proposal score, not the determining factor of the selection.
Low Bid (no qualifications review required – no proposal required.)
BID SHEET INSTRUCTIONS
Bid Sheet(s) are located at the end of the Scope of Services. Submit bid sheet(s) with the proposal, to the email address: [email protected]. Failure to comply with this procedure may result in your bid being rejected from consideration.
MDOT and ACEC created a Partnership Charter Agreement which establishes guidelines to assist MDOT and Consultants in successful partnering. Both the Consultant and MDOT Project Manager are reminded to review the ACEC-MDOT Partnership Charter Agreement and are asked to follow all communications, issues resolution and other procedures and guidance’s contained therein.
Qualification Based Selection - Use Consultant/Vendor Selection Guidelines.
PARTNERSHIP CHARTER AGREEMENT
2017 Insurance Update – MDOT 3.9.17
At a minimum, the insurance types and limits identified below, may be required from the selected consultant, prior to contract award.
.
Required Limits Additional Requirements
Commercial General Liability Insurance
Minimal Limits:
$1,000,000 Each Occurrence Limit
$1,000,000 Personal & Advertising Injury Limit
$2,000,000 General Aggregate Limit
$2,000,000 Products/Completed Operations
Consultants must have their policy endorsed
to add “the State of Michigan, its
departments, divisions, agencies, offices,
commissions, officers, employees, and
agents” as additional insureds
Automobile Liability Insurance
Minimal Limits:
$1,000,000 Per Occurrence
Workers' Compensation Insurance
Minimal Limits:
Coverage according to applicable laws
governing work activities.
Waiver of subrogation, except where waiver is
prohibited by law.
Employers Liability Insurance
Minimal Limits:
$500,000 Each Accident
$500,000 Each Employee by Disease
$500,000 Aggregate Disease
Professional Liability (Errors and Omissions) Insurance
Minimal Limits:
$1,000,000 Per Claim
The Insurer shall provide at least thirty (30) days written notice of cancellation. The Prime Consultant will be responsible to verify subconsultant(s) compliance with MDOT’s insurance requirements.
Proposals must be submitted for this project electronically. Proposal Submittal Requirements Can Be Found At the Following Link http://www.michigan.gov/documents/MDOT_Consultant-Vendor_Selection_Guidelines-0106_145222_7.pdf?20150707153457 In PART IV – INSTRUCTION FOR SUBMITTING PROPOSALS NOTIFICATION E-VERIFY REQUIREMENTS E-Verify is an Internet based system that allows an employer, using information reported on an employee’s Form I-9, Employment Eligibility Verification, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. The E-Verify system is operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration. E-Verify is available in Spanish. The State of Michigan is requiring, under Public Act 200 of 2012, Section 381, that as a condition of each contract or subcontract for construction, maintenance, or engineering services that the pre-qualified contractor or subcontractor agree to use the E-Verify system to verify that all persons hired during the contract term by the contractor or subcontractor are legally present and authorized to work in the United States. Information on registration for and use of the E-Verify program can be obtained via the Internet at the DHS Web site: http://www.dhs.gov/E-Verify. The documentation supporting the usage of the E-Verify system must be maintained by each consultant and be made available to MDOT upon request. It is the responsibility of the prime consultant to include the E-Verify requirement documented in this NOTIFICATION in all tiers of subcontracts. 9/13/12
1 Final Posted Scope: 9/25/2017
Michigan Department of Transportation
SCOPE OF SERVICE
FOR
SPECIALTY SERVICES
Structural Fabrication Inspection
CONTROL SECTION (S): Various
JOB NUMBER (S): Various
PROJECT LOCATION: Various locations nationwide
DESCRIPTION OF WORK:
The Consultant must provide, to the satisfaction of the Department, Specialty Services as generally described herein: structural fabrication inspection, highway structure inspection, nondestructive testing inspection, technical consulting, administrative assistance, and laboratory testing. The Specialty Services are as follows: fabrication inspection of bridge and highway structure materials required to be accepted by “Fabrication Inspection” per MDOT’s Materials Quality Assurance Procedures (MQAP) Manual; field inspections of highway structures; bridge construction assistance; administrative assistance; technical consulting; and testing services. These services will require traveling to in-state and out of state fabrication shops to perform inspection during progression of fabrication and testing services. Additionally, these services will require in-state traveling to project sites to perform in-state field inspections of construction procedures, maintenance inspections, and testing services. Computer generated reports with electronic submittal is required. It is essential that the Consultant perform all inspections and reporting on a timely basis.
A maximum of four (4) Consultants may be selected for these Specialty Services. PRIMARY PREQUALIFICATION CLASSIFICATION: N/A SECONDARY PREQUALIFICATION CLASSIFICATION: N/A
Final Posted Scope: 9/25/2017 2
ANTICIPATED START DATE:
January 1, 2018
ANTICIPATED COMPLETION DATE:
December 31, 2020
(with possible two-year extension)
DBE PARTICIPATION:
N/A
MDOT PROJECT MANAGER:
Matthew J. Filcek, P.E.
Bureau of Bridges and Structures
Structural Fabrication Engineer
8885 Ricks Road
P.O. Box 30049
Lansing, Michigan 48909
Office Phone: (517) 322-5709
Cell Phone: (517) 282-9137
Email: [email protected]
QUALIFICATION REQUIREMENTS:
All inspectors and assistants must be qualified to perform the work and possess the certifications
listed for each pay rate below. In addition, all inspectors must have good grammar,
organizational, and communication skills and must be proficient in typing (20 wpm minimum),
Microsoft Office (latest version), and Adobe Acrobat Standard (latest version, similar program
may be approved by MDOT Project Manager), unless otherwise noted below.
a. Administrative Assistant: Excellent grammar, organizational, and communication skills.
Must be proficient in typing (40 wpm minimum).
b. Highway Structure Field Inspector: American Welding Society (AWS) Certified Welding
Inspector (CWI).
c. Highway Structure Field Inspector – Assistant: None.
d. Material Sampling Inspector: Qualified to visually inspect and randomly sample material,
verify material matches the MDOT Material Source List, and complete MDOT Form
1923 (Sample Identification). Technician must possess a Michigan Certified Aggregate
Technician (MCAT) Aggregate Sampling Certification - Endorsement A for sampling
aggregate.
e. Nondestructive Testing Inspector: AWS CWI (structural steel and aluminum) and Level
II or III in accordance with the American Society for Nondestructive Testing (ASNT)
Recommended Practice No. SNT-TC-1A for the type of NDT performed.
f. Non-Prestressed Structural Precast Concrete Fabrication Inspector: See section 4.11
Final Posted Scope: 9/25/2017 3
(Non-Prestressed Structural Precast Concrete Fabrication) of the MDOT MQAP manual
for additional qualification requirements.
g. Prestressed Structural Precast Concrete Fabrication Inspector: See section 4.04
(Prestressed Structural Precast Concrete Fabrication) of the MDOT MQAP manual for
additional qualification requirements.
h. Structural Steel Fabrication Inspector: See section 4.05 (Structural Steel Fabrication) or
4.06 (Lighting, Signal, and Sign Support Structure Fabrication) of the MDOT MQAP
manual for the material being inspected for additional qualification requirements.
i. Technical Consultant: Excellent grammar, organizational, and communication skills.
Must be proficient in typing (40 wpm minimum) and Adobe Acrobat Professional (latest
version, similar program may be approved by MDOT Project Manager). Familiar with
American Association of State Highway and Transportation Officials (ASHTO) Standard
Specifications for Transportation Materials and Methods of Sampling and Testing,
ASTM Standards, AASHTO/National Steel Bridge Alliance (NSBA) Steel Bridge
Collaboration Guidelines, AWS D1.1, D1.3, D1.4, and D1.5 Welding Codes.
GENERAL INFORMATION:
A. The Consultant must furnish all services and labor necessary to conduct and complete the
Specialty Services described herein. The Consultant must also furnish all materials,
equipment, supplies, training, and incidentals necessary to perform the Services (other than
those designated in writing to be furnished by the Department), and check and/or test the
materials, equipment, supplies, and incidentals as necessary in carrying out this work. The
Services must be performed to the satisfaction of the Department and consistent with
applicable professional standards.
B. The Consultant’s principal contact with the Department must be through the designated
MDOT Project Manager.
C. The Services described herein are financed with public funds. The Consultant must comply
with all applicable Federal and State laws, rules, and regulations.
D. The Consultant agrees to demonstrate knowledge of and performance in compliance with the
standard accounting practices of the Department, State of Michigan, Governmental
Accounting Standards Board, and generally accepted accounting principles.
E. The Consultant will notify the MDOT Project Manager, in writing, prior to any personnel
changes from those specified in the Consultant’s original approved proposal. Any personnel
substitutions are subject to the review and approval of the MDOT Project Manager.
F. Consultant must contact the MDOT Project Manager prior to beginning any work on an
authorized work assignment.
Final Posted Scope: 9/25/2017 4
CONSULTANT RESPONSIBILITIES:
The Consultant must perform field operations in accordance with the Department’s Personal
Protective Equipment (PPE) Policy as stated in the MDOT Guidance Document #10118 (found
at http://mdotcfintra.state.mi.us/interchange/guidocs/files/10118.pdf) and in accordance with
MDOT’s Accident Prevention Plan, MIOSHA regulations and accepted safety practices.
The Consultant must have the ability to provide Portable Document Format (PDF) files for
inspection reports and invoices, use MDOT’s web based Fabrication Inspection & Construction
System (FICS) computer program for receiving work authorizations, and use MDOT’s
ProjectWise computer program for submitting all invoices in accordance with MDOT’s Contract
Services Division invoicing process. Additionally, the Consultant must have access to and be
proficient with using a File Transfer Protocol (FTP) computer program (e.g. Drop Box) for
transferring large files (greater than 10 megabytes).
The Consultant must attend each of the following annual meetings with the Department. All
costs associated with attending these events will be assumed to be part of other pay items:
Structural Fabrication Workshop;
QA Training; and
Performance Review Meetings.
The Consultant must have the ability to provide high speed internet services to their inspectors at
the geographical location the inspector is assigned. High speed internet is defined to be 50
megabytes per second download speed.
The Consultant must provide annual training to all staff anticipated to perform work on this
contract. All costs associated with this internal training will be assumed to be part of other pay
items. MDOT must be provided a minimum four-week notification prior to the training so they
may attend in person or call in. Training must be based on and adequately cover the content of
the latest version of each of the following documents:
AWS D1.1 and AASHTO/AWS D1.5;
MDOT Structural Precast Concrete QAI Manual;
MDOT Structural Steel QAI Manual;
MDOT Standard Specifications for Construction;
MDOT MQAP and MSG Manuals;
MDOT Heat Straightening Program (applicable to vendors performing field assistance);
MDOT Welder Certification Program (applicable to vendors performing field assistance);
MDOT Pile Welding Program (applicable to vendors performing field assistance);
MDOT AASHTO/AWS Field Welding Plan (applicable to vendors performing field
assistance);
MDOT Heat Straightening Program (applicable to vendors performing field assistance);
MDOT Welder Certification Program (applicable to vendors performing field assistance);
MDOT Pile Welding Program (applicable to vendors performing field assistance);
MDOT AASHTO/AWS Field Welding Plan (applicable to vendors performing field
Final Posted Scope: 9/25/2017 5
assistance);
National Precast Concrete Association (NPCA) Quality Control Manual; and
Plant certification requirements (brief overview to understand responsibility of quality
control provided by the contractor):
o American Institute of Steel Construction (AISC):
Certification Program for Bridge and Highway Metal Component
Manufacturers;
Certification Program for Steel Bridge Fabricators;
Certification Standard for Shop Application of Complex Protective
Coating Systems; and
Code of Standard Practice for Steel Buildings and Bridges.
o Precast/Prestressed Concrete Institute (PCI) MNL-116, Manual for Quality
Control for Plants and Production of Precast and Prestressed Concrete Products.
Safety training (e.g. PCI Safety Loss Prevention Manual for prestressed concrete);
Special Provisions and Supplemental Specifications
Topics (new specifications, common issues, etc.) presented by MDOT at their annual
fabrication industry workshop;
Other topics selected by the Consultant.
Specialty Services work may include one or more of the following areas (pay rates). Note that
all administrative assistant services required to successfully perform and complete pay rates B
thru I are already included in those pay rates:
A. Administrative Assistant – Administrative assistant needs will be determined by the MDOT
Project Manager. Note this pay rate is not used to fulfill administrative assistant duties
associated with other specialty services shown below in work areas B thru I;
B. Highway Structure Field Inspector – In-service field inspection of highway structures in
accordance with MDOT’s highway structure inspection procedures (found at
http://www.michigan.gov/mdot/0,4616,7-151-9623_26663_56139_56173-278981--
,00.html#struct_fab);
C. Highway Structure Field Inspector - Assistant – Provide assistance to the Highway
Structure Field Inspector;
D. Material Sampling Inspector - Material sampling in accordance with MDOT’s MQAP
manual and MDOT Material Source Guide (MSG);
E. Nondestructive Testing Inspector – Shop and field inspection in accordance with the
project contract documents, approved shop drawings, or as directed by the MDOT Project
Manager;
F. Non-Prestressed Structural Precast Concrete Fabrication Inspector – Section 4.11 (Non-
Prestressed Structural Precast Concrete): Non-prestressed concrete culverts, prefabricated
bridge element systems, mechanically stabilized earth wall panels, sound walls, etc.;
G. Prestressed Structural Precast Concrete Fabrication Inspector – Section 4.04
Final Posted Scope: 9/25/2017 6
(Prestressed Structural Precast Concrete Fabrication) of the MDOT MQAP: Prestressed
concrete bridge beams, prefabricated bridge element systems, sound walls, and spun concrete
poles;
H. Structural Steel Fabrication Inspector – Section 4.05 (Structural Steel Fabrication): Steel
moveable bridges, arches, trusses, girders, beams, modular joints, bearings, grid decks,
bridge railing, miscellaneous steel bridge components, etc. Section 4.06 (Lighting, Signal,
and Sign Support Structure Fabrication): Traffic sign support structures (cantilever, truss,
dynamic message sign, bridge sign connections, and steel column breakaway), tower lighting
units, and traffic signal mast arm pole and mast arm;
I. Technical Consultant – Technical consulting needs will be determined by the MDOT
Project Manager and are unique from the responsibilities and duties for the above stated pay
rates; however, they will generally consist of assisting MDOT with the following
assignments:
a. Reviewing, writing or interpreting specifications;
b. Providing procedure recommendations;
c. Developing training material and/or presenting training material for specific
projects or on a statewide basis;
d. Performing quality assurance review on fabrication inspection folders;
e. Moderating prefabrication meetings;
f. Reviewing shop drawings;
g. Performing phased array ultrasonic testing (PAUT);
h. Investigating welding issues; and
i. Performing fabrication plant quality management system (QMS) and shop floor
audits for conformance with project specifications.
J. Testing Services – Testing must be performed in accordance with the project contract
documents using an A2LA accredited (or similar) testing lab and may consist of the
following tests:
a. MCAT Aggregate Inspection Level I;
b. MCAT Aggregate Inspection Level II;
c. Concrete Strength Testing (must be ACI Concrete Strength Testing Technician);
d. MDOT Welder Qualification endorsement (limited and unlimited thickness) in
accordance with AWS D1.1 and AWS D1.5;
e. MDOT Welder Certification endorsement in accordance with AWS D1.1;
f. Miscellaneous AWS D1.1 and D1.5 qualification testing (e.g. fillet weld
soundness test, macro-etch, T-test plate, procedure qualification record, etc.);
g. Qualification of a Welding Procedure Specification;
h. Metallurgy Chemistry; and
i. Metal testing including:
i. Anchor bolts;
ii. Charpy V-Notch toughness;
iii. High strength bolts;
iv. Fencing (coating, dimensions, tensile);
v. Mechanical splice;
vi. Prestressed strand;
Final Posted Scope: 9/25/2017 7
vii. Reinforcing bar (coated and uncoated); and
viii. Tensile.
MDOT RESPONSIBILITIES
A. Work Assignments - The MDOT Project Manager will provide work assignments to the
Consultant through FICS to initiate the work. Such work assignments will be in writing and
will include the following:
a. Project Identification (structure number, control section, job number, and location);
b. Pay Rate;
c. Duration of Services;
d. Scope of Services; and
e. Consultant Inspector.
B. Prefabrication Meeting - MDOT will be responsible for the prefabrication meeting when
required in the Materials Quality Assurance Procedures Manual, except if the Consultant is
authorized at the Technical Consulting rate to hold the prefabrication meeting for MDOT.
C. Traffic Control - Any traffic control required for field work will be provided by the
Department and coordinated between the MDOT Project Manager and Consultant.
CONSULTANT PAYMENT – Loaded Hourly Rate and Unit Price:
Compensation for this project shall be on a loaded hourly rate basis. This basis of payment
typically includes an estimate of labor hours by classification or employee, and a “loaded” rate
which includes an hourly labor rate, applied overhead, and fixed fee by classification or employee.
In addition, other direct costs and subconsultant costs may be proposed and authorized, if
necessary.
Compensation for this project shall be on a unit price basis. This basis of payment typically
includes a maximum quantity of units and a maximum reimbursable cost per unit.
All billings for services must be directed to the Department and follow the current guidelines. The
latest copy of the "Professional Engineering Service Reimbursement Guidelines for Bureau of
Highways" is available on MDOT's website. This document contains instructions and forms that
must be followed and used for billing. Payment may be delayed or decreased if the instructions
are not followed.
Payment to the Consultant for services rendered shall not exceed the maximum amount unless an
increase is approved in accordance with the contract with the Consultant. Typically, billings must
be submitted within 60 days after the completion of services for the current billing. The final
billing must be received within 60 days of the completion of services. Refer to your contract for
your specific contract terms.
Final Posted Scope: 9/25/2017 8
Direct expenses, if applicable, will not be paid in excess of that allowed by the Department for its
own employees in accordance with the State of Michigan’s Standardized Travel Regulations.
Supporting documentation must be submitted with the billing for all eligible expenses on the
project in accordance with the Reimbursement Guidelines. The only hours that will be considered
allowable charges for this contract are those that are directly attributable to the activities of this
project.
MDOT reserves the right to request services on other projects located in the Region/TSC area
that are not listed above, under the conditions of this “as needed” scope of services.
Full time services may not be required on all projects at all times. This scope is for “as needed”
services, based on the intermittent needs of MDOT. It must be noted that this is not a guarantee
that MDOT will use the Consultant’s services.
MDOT will reimburse the Consultant for vehicle expenses and the costs of travel to and from
project sites in accordance with MDOT’s Travel and Vehicle Expense Reimbursement
Guidelines, dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Travel_Guidelines_05-01-
13_420289_7.pdf?20130509082418. MDOT’s travel and vehicle expense reimbursement
policies are intended primarily for construction engineering work. Reimbursement for travel to
and from project sites and for vehicle expenses for all other types of work will be approved on a
case by case basis.
MDOT will pay overtime in accordance with MDOT’s Overtime Reimbursement Guidelines,
dated May 1, 2013. The guidelines can be found at
http://www.michigan.gov/documents/mdot/Final_Overtime_Guidelines_05-01-
13_420286_7.pdf?20130509081848. MDOT’s overtime reimbursement policies are intended
primarily for construction engineering work. Overtime reimbursement for all other types of
work will be approved on a case by case basis.
PAYMENT SCHEDULE
A. Pay Rates - Payment for assistance, inspection, and technical consulting must be based on a
loaded hourly rate. Payment for testing services must be on a unit price basis for each type of
test. The following pay categories are required:
a. Administrative Assistant Regular Time
Overtime
b. Highway Structure Field Inspector Regular Time
Overtime
c. Highway Structure Field Inspector – Assistant Regular Time
Overtime
d. Nondestructive Testing Inspector Regular Time
Overtime
Final Posted Scope: 9/25/2017 9
e. Non-Prestressed Structural Precast Concrete Regular Time
Fabrication Inspector Overtime
f. Prestressed Structural Precast Concrete Fabrication Inspector Regular Time
Overtime
g. Structural Steel Fabrication Inspector Regular Time
Overtime
h. Technical Consultant Regular Time
Overtime
i. Testing Services* Unit Price – Regular
Unit Price – Expedited
*Provide Unit Price rates for regular and expedited turnaround time associated for each test and
provide regular and expedited turnaround time.
Regular time is defined as time worked less than or equal to eight hours per day during the week
(Monday through Friday) on non-holidays as defined below. Overtime is defined as time worked
more than eight hours per day during the week (Monday through Friday). Rates cited for
overtime, Saturdays, Sundays, and holidays (New Year’s Day, Memorial Day, Fourth of July,
Labor Day, Thanksgiving Day, and Christmas Day) may be up to 1.5 times the regular time rate
stated above.
Work authorized for consecutive inspection days will have roundtrip travel time and mileage
reimbursed once per week. Exceptions to this would be as follows:
a. If the work is placed on hold for an amount of time equal to the reimbursement for
roundtrip travel time and mileage; and
b. If reimbursement roundtrip travel time and vehicle mileage is less than
reimbursement for lodging and meals.
If the Consultant elects to commute to the work location and back to the Consultant’s OWS
daily, when consecutive days of inspection is required, then they will be reimbursed for the least
travel expense shown below:
a. Travel time and mileage commuting from work location to Consultant’s OWS; or
b. Lodging and meals.
B. Reporting Expenses - When performing services as requested by MDOT, the Consultant
must report the following information for travel expenses, mileage, regular time, and
overtime in the weekly time sheets:
a. Consultant’s OWS;
Final Posted Scope: 9/25/2017 10
b. When traveling by car or commercial airline, the Consultant must clearly show the
following information for each work day:
i. Consultant’s OWS;
ii. Start and end time of work day;
iii. Consultant’s total time on each project;
iv. Destination address;
v. Indication if Consultant has other work commitments during the same work
period (i.e. Are travel and overtime costs being split?); and
vi. Roundtrip mileage (Consultant’s OWS to work location to Consultant’s OWS).
c. When traveling by commercial airline for trips, the following must apply: Consultant
must document travel time and mileage to and from the airport as outlined above. In
addition to travel time and vehicle mileage to and from the airport, the Consultant will be
paid up to a maximum of one and one half (1½) hours before flight departure to allow for
check-in, and one (1) hour after flight arrival on the returning trip to allow for luggage
and rental car pickup. Hours of flight departure and arrival will be verified through the
travel itinerary, which must be submitted along with invoice submittal to MDOT for
expense reimbursement.
d. Consultant must submit invoices with weekly time sheets that are approved by the
Consultant’s supervisor.
e. When the Consultant performs work for MDOT and other clients on the same day and the
total number of hours worked by the Consultant for all projects is more than eight hours,
overtime must be pro-rated based on the number of hours worked for MDOT and other
clients. The Consultant must calculate overtime charged to MDOT when working for
other clients on the same day. Examples are shown below:
Example 1:
Consultant works for MDOT in the morning ..................................................... 5 Hours
Consultant works for other clients in the afternoon ........................................... 4 Hours
Consultant returns to MDOT project in the evening .......................................... 3 Hours
*Total hours worked ......................................................................................... 12 Hours
*This represents a total of 4 hours of overtime. Sixty-seven percent (8/12) of the overtime
must be charged to MDOT [(8/12) x 4 hours overtime = 2.7 hours of overtime and 5.3 hours
of regular time for a total of 8 hours must be charged to MDOT).
Example 2:
Consultant works for other clients in the morning ............................................. 7 Hours
Consultant works for MDOT in the afternoon ................................................... 6 Hours
*Total hours worked ......................................................................................... 13 Hours
Final Posted Scope: 9/25/2017 11
*This represents a total of five hours overtime (13 – 8 = 5). Forty-six percent (6/13) of the
overtime must be charged to MDOT [(6/13) x 5 hours overtime = 2.3 hours of overtime and
3.7 hours of regular time for a total of 6 hours must be charged to MDOT).
SCORING (150 points maximum)
A maximum of four (4) Consultants may be selected for these Specialty Services. MDOT will
use the following criteria and point system to evaluate Consultant proposals:
A. Understanding of Services (30 points) - State your understanding of project
requirements and familiarity with federal, state, and local standards. Describe your
technical approach to project scope in area of work to be performed by your firm.
B. Qualifications and Experience of Team (40 points) - List qualifications and experience
of the key staff inspectors and personnel who will be assigned to each component of
work to be done by your firm for this contract. State your ability to meet time demands
based on current workload with all clients. List current and expected clients that will use
the fabrication and field inspectors for this contract.
C. Past Performance and Experience with Similar Transportation Projects (20 points) -
List and briefly describe all bridge and highway structure (signs, luminaires, traffic
signals, sound walls, etc.) fabrication inspections performed by your firm in the last five
years. Also include structural precast (non-prestressed and prestressed) and structural
steel field construction assistance, technical consulting, laboratory testing, and other
assistance you have provided owners with their transportation projects. Include the name,
title, address, and telephone number of a knowledgeable person we can contact regarding
the work.
D. Price (40 points) –Completed bid sheet is required. Bid will be determined by averaging
the above stated hourly rate pay categories (all categories except Testing Services).
Points will be determined using the following CSRT approved formula:
(Low bid/bid) *Points assigned (40)
E. Quality Assurance/Quality Control Process (15 points) - Outline a plan for this
including background information of selected manager for this service, internal controls,
reports, testing, dissemination of information to PM, staff training, etc.
F. Location (5 points) - Location of office(s) from which work will be performed.
CONSULTANT BID SHEET - UNIT PRICE This bid sheet is required with the response to the Request for Proposal (RFP). All entries on this page must be
handwritten in ink or computer generated. Compensation for this project shall be on a Loaded Hourly Rate
and Unit Price basis.
Priced proposal costs will be required after selection, in accordance with MDOT’s Priced Proposal Guidelines
which can be found on the MDOT web page under Vendor/Consultant Services. Payment to the Consultant
for services rendered shall not exceed the total bid price.
Note: MDOT reserves the right to reject any or all bids.
PROJECT DESCRIPTION:
Structural Fabrication Inspection
Staff/Classification Person # Hours Fixed Hourly Rate
Administrative Assistant $____________
Administrative Assistant
(Overtime) $____________
Highway Structure Field Inspector $____________
Highway Structure Field Inspector
(Overtime) $____________
Highway Structure Field Inspector –
Assistant $____________
Highway Structure Field Inspector –
Assistant (Overtime) $____________
Material Sampling Inspector $____________
Material Sampling Inspector
(Overtime) $____________
Nondestructive Testing Inspector $____________
Nondestructive Testing Inspector
(Overtime) $____________
Non-Prestressed Structural Precast Concrete
Fabrication Inspector $____________
Non-Prestressed Structural Precast Concrete
Fabrication Inspector (Overtime) $____________
Prestressed Structural Precast Concrete
Fabrication Inspection $____________
Prestressed Structural Precast Concrete
Fabrication Inspector (Overtime) $____________
Structural Steel Fabrication Inspector $____________
Structural Steel Fabrication Inspector
(Overtime) $____________
Technical Consultant $____________
Technical Consultant
(Overtime) $____________
*Testing Services (Regular) $____________
*Testing Services (Expenses) $___________
ESTIMATED DIRECT EXPENSES: $_____________
(Listed by item at estimated actual cost)
TOTAL BID PRICE: $_________________
(All Unit Prices for Project)
* Provide complete description and Unit prices (regular and expedited turnaround) for all
available testing services.
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Legal Business Name:
Consultants Authorized
Legal Signer:
Consultant Address:
Date: