38
MULTNOMAH COUNTY Department of Community Services Bridge Division REQUEST FOR COMPETITIVE PROPOSAL QUOTES (CPQ) FOR BURNSIDE BRIDGE REHABILITATION PLAN April 24, 2012 PROPOSALS DUE: May 31, 2012 at 3:30 p.m. Submit Proposals to the Attention of: Refer Questions in Writing to: Attention: Elizabeth Buchanan Multnomah County Bridge Shop 1403 S.E. Water Ave Portland, OR 97214 Desk (503) 988-3757 x229 Fax (503) 988-3812 [email protected] Elizabeth Buchanan Multnomah County Bridge Shop 1403 S.E. Water Ave Portland, OR 97214 Desk (503) 988-3757 x229 Fax (503) 988-3812 [email protected]

multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

  • Upload
    lecong

  • View
    213

  • Download
    1

Embed Size (px)

Citation preview

Page 1: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

MULTNOMAH COUNTYDepartment of Community Services

Bridge Division

REQUEST FOR COMPETITIVE PROPOSAL QUOTES (CPQ)FOR

BURNSIDE BRIDGE REHABILITATION PLAN

April 24, 2012

PROPOSALS DUE: May 31, 2012 at 3:30 p.m.

Submit Proposals to the Attention of: Refer Questions in Writing to:Attention: Elizabeth BuchananMultnomah County Bridge Shop

1403 S.E. Water AvePortland, OR 97214

Desk (503) 988-3757 x229Fax (503) 988-3812

[email protected]

Elizabeth Buchanan Multnomah County Bridge Shop

1403 S.E. Water AvePortland, OR 97214

Desk (503) 988-3757 x229Fax (503) 988-3812

[email protected]

The last day for questions regarding this solicitation is five days before the Proposal due date.     No pre-proposal conference will be held.

Page 2: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

OFFEROR REPRESENTATIONS AND CERTIFICATIONS

FAILURE OF THE OFFEROR TO COMPLETE AND SIGN THIS FORM MAY RESULT IN REJECTION OF THE SUBMITTED OFFER

The undersigned, having full knowledge of the specifications for the goods or services specified herein, offers and agrees that this offer shall be irrevocable for at least 30 calendar days after the date offers are due, and if accepted, to furnish any and/or all goods or services as described herein at the prices offered and within the time specified.

OFFEROR NAME

ADDRESS:

TELEPHONE NUMBER: FAX NUMBER: WEB SITE:

DATE/STATE OF INCORPORATION:

BUSINESS DESIGNATION: Corporation Sole Proprietor Partnership S Corporation Non-Profit Government Other

MWESB CERTIFICATION: Number Minority-Owned Woman-Owned Emerging, Small N/A

ASSURANCES - The Offeror attests that: 1. The person signing this offer has the authority to submit an offer and to represent Offeror in all phases of this procurement process; 2. The information provided herein is true and accurate;3. The Offeror is a resident proposer, as described in ORS 279A.120, of the State of ______________, (insert State) and has not

discriminated against any minority, women, or emerging small business enterprises in obtaining any required subcontracts, in accordance with ORS 279A.110."Resident bidder" means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state and has stated in the bid whether the bidder is a "resident bidder". ORS 279A.120 (1) (b)

4. Any false statement may disqualify this offer from further consideration or be cause of contract termination;5. The Offeror will notify the Department Contracts Officer within 30 days of any change in the information provided on this form.

CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS - The Offeror certifies to the best of its knowledge and belief that neither it nor any of its principals:

1. Are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from submitting bids or proposals by any federal, state or local entity, department or agency;

2. Have within a five-year period preceding the date of this certification been convicted of fraud or any other criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) contract, embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

3. Are presently indicted for or otherwise criminally charged with commission of any of the offenses enumerated in paragraph 2. of this certification;

4. Have, within a five-year period preceding the date of this certification had a judgment entered against the Offeror or its principals arising out of the performance of a public or private contract;

5. Have pending in any state or federal court any litigation in which there is a claim against the Offeror or any of its principals arising out of the performance of a public or private contract; and

6. Have within a five-year period preceding the date of this certification had one or more public contracts (federal, state, or local) terminated for any reason related to contract performance.

Where Offeror is unable to certify to any of the statements in this certification, Offeror shall attach an explanation to their offer. The inability to certify to all of the statements shall not necessarily preclude Offeror from award of a contract under this procurement.

SIGNATURE OF AUTHORIZED PERSON

Signature Date

Print Name & Title

Contact Person for this procurement:

Phone Email

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 2

Page 3: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Department: Department of Community ServicesDivision: Bridge DivisionTitle: BURNSIDE BRIDGE REHABILITATION PLAN

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 3

Page 4: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

I. INTRODUCTION The Bridge Division of Multnomah County is hereby requesting Competitive Proposal Quotes (CPQs) for services relating to the Burnside Bridge Rehabilitation Plan. The Bridge Division is a part of the Department of Community Services of the County. The purpose of this request for CPQs is to select a lead consulting firm to accomplish a rehabilitation plan for the Burnside Bridge.

A. Definitions. For the purposes of this document, the key listed terms, with the first letter capitalized, are defined as follows:

1. Bridge — Burnside Bridge, including the Main Span, East Approach, and West Approach2. Barrier System — the balustrade and steel pedestrian railing along the sides of the Bridge3. Contract – the contract between Multnomah County (the County) and the Contractor that will

ensue from this CPQ and that includes Contractor’s production of the Burnside Bridge Structural and Mechanical Improvements Plan (Report).

4. County Project Manager — the person designated by the County to manage the Contract with the Contractor on the County’s behalf or representative designated by that person.

5. Project — the Burnside Bridge Rehabilitation Project that will be constructed based on the recommendations in the Report and is anticipated to be conducted in phases. .

6. Report — the Burnside Bridge Structural and Mechanical Improvements Plan final report to be prepared by Contractor as a result of this CPQ.

B. Abbreviations and Acronyms. For the purposes of this document, the following listed abbreviations and acronyms shall mean:

1. AASHTO—American Association of State Highway and Transportation Officials2. BBSL — Burnside Bridge Street Lighting appendix to the Burnside/Couch Transportation and

Urban Design Plan Technical Refinements, 2005 by the Portland Office of Transportation.3. CPQ — Competitive Proposal Quote(s)4. FHWA — Federal Highway Administration5. ODOT — Oregon Department of Transportation6. SHPO — State Historic Preservation Office (of Oregon)

C. Overview of the Scope of Work:

1. Perform inspections of specific structural and mechanical components of the Bridge.2. Thoroughly review all existing documentation regarding the Bridge provided by the County or

available from other sources, including but not limited to engineering reports and seismic studies.

3. Prepare a draft and final Report that: a. Details Contractor’s findings, noting deficiencies and assessing the condition of the Bridge’s

components.b. Evaluates the seismic retrofit solutions and recommendations provided in existing written

seismic studies and provides direction as to whether such solutions/recommendations are still the best approach and, if not, provides comprehensive new solutions and recommendations for any seismic retrofit of the Bridge.

c. Provides and evaluates various conceptual alternatives for the rehabilitation or replacement of the specific components inspected and found deficient.

d. Weighs the alternatives and recommends the most appropriate improvement for each need based on cost, constructability, and how well it corrects the problem.

e. Develops an overall plan for the complete rehabilitation of the Burnside Bridge with various repairs gathered into logical groups that can be completed in a phased construction scheme over several years time.

f. For the complete rehabilitation Project and for each individual phase, provides

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 4

Page 5: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

i A scope of workii A budgetary cost estimate for tasksiii An estimated duration for each phase

g. Will be the basis for the design of the Project, which is expected to begin after 2016.

II. BACKGROUND

A. Bridge Details and Use

The Burnside Bridge is one of eleven bridges that span the Willamette River in Portland, Oregon. Completed in 1926 and located in the heart of downtown, this bridge connects the east side of the city to the west and is a designated lifeline route. Daily, it carries about forty-four thousand vehicles, including heavy trucks, and about a thousand pedestrians and bicyclists.

The Bridge was designed by Joseph Strauss as three structures; the East Approach, the Main Span river crossing, and the West Approach. The Main Span consists of a 252-foot long, double-leaf bascule span flanked by two, 268-foot long steel deck truss spans and the four in-water piers supporting these spans. The center width of 86 feet is utilized by five vehicle lanes as well as sidewalks and bike lanes on each side of the roadway. The West Approach is approximately 604 feet long and consists of 19 reinforced concrete spans ranging in length from 22 feet to 62 feet. The East Approach is approximately 849 feet long and consists of 15 spans with lengths ranging from 22 feet out to 106 feet. Eight of the East Approach spans are steel girders encased in concrete. The other seven are conventional reinforced concrete.

The Bridge carries Burnside Street, which varies from a major city traffic street to a local city street depending on the location. The street is continuous from downtown Portland to the city of Beaverton in the west and to the city of Gresham in the east. Burnside Street also divides the city into north and south.

Under the East Bridge Approach are seven lanes of Interstate-5, two lanes of Interstate-84, the East Bank Esplanade floating walkway, three Union Pacific Railroad tracks, two streets, a skateboard park, and parking for a fruit business. The West Bridge Approach spans over Governor Tom McCall Waterfront Park, Naito Parkway, two MAX tracks, and a large parking lot.

The total number of Bridge openings in a single rain year (July 1 through June 30) has varied from a high of 838 in 1996-7 to a low of 221 in 1994-5. Based on all the data taken since 1993, the average number of openings by month is tabulated below.July Aug Sept Oct Nov Dec Jan Feb Mar Apr May June46 40 37 38 32 38 26 27 29 42 58 75

The Bridge has various abandoned-in-place submarine cables that travel from one bascule pit, along the river bottom, to the other bascule pit. Each bascule of the Bridge has a separate power source and separate control system. Interlock communications are done via fiber-optic cables.

B. Background Documents. Bridge background documents include:

1. Drawings, including copies of the known available plans for the 1920’s era initial construction and those for more recent projects.

2. Inspection reports.3. Load ratings for the Bridge Main Span and East Approach Ramp4. 2005-8 Main Span Rehabilitation documentation5. County compiled information on maintenance practices6. County Study reports, including:

a. A 1986 report on a structural, mechanical, and electrical field inspection of the Bridgeb. A 1988 structural investigation of the two approach structures. c. A 1995 seismic evaluation

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 5

Page 6: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

d. A 2006 Conceptual Phase 1 Seismic Retrofit Technical Memorandum, including recommendations

e. A 2006 Painting preliminary specification and cost estimate Technical Memorandum

III. CONSTRAINTS AFFECTING CONTRACT WORK AND PROJECT

A. All constraints are not included in this Section. Major constraints on future project work indentified during the prosecution of this investigation include but are not limited to:

1. Replacement of the entire Bridge is not an option under consideration; all recommendations shall assume a perpetual life for the Bridge.

2. The Oregon Department of Transportation (ODOT) has designated the Burnside Bridge a “Priority 1 Lifeline” structure. As a Priority 1 Lifeline structure, the Bridge must be open to emergency vehicles within 72 hours of the design seismic event.

3. The Project will be subject to Federal Highway Administration and State of Oregon funding obligations and the laws, regulations and rules applicable thereto, including but not limited to safety requirements, historical obligations (e.g. SHPO) and environmental protection obligations.

4. Contractor must negotiate any access for inspection with respect to the Bridge with non-County entities in any areas where the County does not have a recorded property interest.

5. The process is underway for listing the Bridge on the National Register of Historic Places. Due to the Bridge’s eligibility, any type of change to the Bridge that is accomplished in any part by federal funding shall require approval by the State Historic Preservation Office (SHPO) of Oregon.

6. As a bascule bridge, each lift span is balanced by a counterweight; this balance shall be maintained at all times.

7. Certain areas of the Bridge’s painted surfaces have been tested and the existing paint is confirmed to contain lead and other heavy metals.

B. Additional information on other issues and constraints regarding the Bridge will be found in the Background Documents and discussed in connection with Tasks.

IV. SCOPE OF WORK

Task 1 – Project Meetings and Background Document Review

A. Contractor shall:

1. Attend a Project Initiation Meeting and two Progress Meetings with County representatives. Contractor shall be represented at all meetings by person with the comprehensive knowledge and authority to bind and act on behalf of Contractor. The location of the meetings will be at the Multnomah County Bridge Section, 1403 SE Water Avenue, Portland, OR, 97214.

2. Be prepared to exchange information regarding the general procedures for communication, review the schedule, discuss emergency procedures and communication, and discuss any open questions that remain.

3. Be prepared at the first Progress Meeting to explain and answer questions regarding the data collected during Contractor’s inspection work.

4. Be prepared at the second Progress Meeting to explain and answer questions regarding the Draft report.

5. Take comprehensive notes at each of the three meetings described above. Prepare and provide written minutes of each meeting to the County Project Manager within one week of the meeting.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 6

Page 7: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

B. Contractor shall thoroughly review all relevant Background Documents as part of any Task set forth herein.

Task 2 – Roadway Barrier System and Lighting System

The Federal Highway Administration (FHWA) has directed the County to provide a new crash-worthy vehicle barrier along the Bridge. The Project will provide this crash-worthiness via a new Barrier System. The current historic rails are insufficient for this purpose. A steel rail serves as the current barrier on the bascule span; a concrete balustrade, typically with pear-shaped balusters, serves elsewhere on the Bridge. County anticipates that SHPO may require any replacement rail style to appear to be contemporary with the era of the Bridge’s construction.

A. Contractor shall:

1. Thoroughly inspect the Barrier System and document the inspection results using digital photography and inspection sheets and prepare a written summary of the Barrier’s condition.

2. Consult with SHPO as needed to determine any SHPO requirements for any new lighting system or Barrier System on the Bridge and provide documentation of said requirements confirmed in writing by SHPO.

3. Provide a recommendation for a conceptual design that removes the existing roadway lighting system and Barrier System and replaces them with a new roadway lighting system and Barrier System that includes energy-efficient lights and lamp posts mounted on balustrade posts. Any proposed lighting and Barrier System shall be consistent with SHPO guidelines as provided in (2) above and be in compliance with all applicable laws, ordinances, codes, regulations or industry standards for safety and structural integrity of such an installation or construction.

4. If feasible, such lighting and Barrier System shall be in compliance with the recommendations of the BBSL, and be, in appearance, reminiscent of those originally on the Bridge. If it is not feasible to meet minimum standards for roadway lighting levels using only lamp posts on the balustrade as described in the BBSL, then Contractor shall supplement the lamp post-on-balustrade model to the extent needed to meet all applicable regulatory requirements. If feasible, any light pole mounted on the balustrade shall be powered by electrical wiring in conduit that is hidden and encased in the balustrade.

5. Document all findings and recommendations in a written Technical Memorandum to be included in Contractor’s Report.

6. Provide a budgetary cost estimate for all improvements that are recommended as a result of this task.

7. Include in the Report the phase(s) of the Project when Contractor recommends the crash barrier and lighting work be performed.

8. For each phase of the Project, estimate the duration for completion of the respective improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Digital photographs from inspection and inspection sheets in both electronic form and hard copy.

b. Documentation of SHPO requirements for this task confirmed in writing by SHPO.c. Copy of draft roadway lighting system and Barrier System recommendation for SHPO with

background information and detail necessary to meet the requirements of SHPO.d. Technical Memorandum for Report documenting task work and results.e. In the Phase Delineation (See Task 12), include:

i. For each phase of the Project, an estimate of the total duration of the construction of all improvements that are recommended under this task:

ii. For each phase of the Project, a budgetary cost estimate for the construction of all such improvements that are assigned to the respective phase.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 7

Page 8: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Task 3 – Sidewalk AssessmentDelamination or spalling is visible in many locations of the sidewalks. County is interested in replacing a portion of sidewalk that was constructed by encasing a steel grid in concrete. The steel of this sidewalk is exposed and provides a low friction and less-than-optimum surface.

A. Contractor shall:

1. Inspect sidewalks on the East Bridge Approach and on the West Bridge Approach.2. Provide a written remediation plan for the inspected sidewalks. Said plan may include repair,

replacement, or some combination of these. 3. Provide a budgetary cost estimate for all improvements that are recommended as a result of

this task.4. For each phase of the project, estimate the duration for completion of the respective

improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Digital photographs from inspection and inspection sheets in both electronic form and hard copy.

a. Technical Memorandum for Report documenting task work and results.b. In the Phase Delineation (See Task 12), include:

i. For each phase of the Project, an estimate of the total duration of the construction of all improvements that are recommended under this task:

ii. For each phase of the Project, a budgetary cost estimate for the construction of all such improvements that are assigned to the respective phase.

Task 4 – Structural Assessment

Task 4.1 Assessment of Concrete-Encased Steel and Conventional Concrete of the Bridge Approaches

A. Contractor shall perform the work items listed below for representative structural members of the East Bridge Approach and the West Bridge Approach that consist of concrete-encased steel or conventional reinforced concrete with two exceptions; the exceptions being that work under this task is not required for portions of structure which are below ground nor for portions of in-water piers that are below ordinary high water (OHW). Contractor shall select areas to perform in-depth inspection based on visual evaluation and engineering judgment. For the areas included in this task, Contractor shall:

1. Perform a structural inspection and document said inspection using digital photography and inspection sheets to the extent necessary to locate all areas of concrete deterioration, problems with steel encased in concrete, and other structural issues. Photograph all problem areas and document these with a description and location of the deterioration in the Report. Contractor shall assure that information collected in the field is sufficient to determine quantities and locations of improvements for completion of this task.

2. Perform sounding, core sampling, bond testing, and other tests as determined by Contractor and to the extent Contractor deems necessary to predict the depth and severity of the concrete and steel problems and meet the requirements of this task. Sampling and testing of every structural member is not required.

3. Assess the condition of the structural members and provide an overall condition assessment of the Bridge.

4. Determine the probable cause for any displacement of Bent 23, Bent 24, and the superstructure between them, including sagging of the span. Perform this determination in addition to the other subtasks listed for each structural issue.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 8

Page 9: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

5. For each area of the structure, note and evaluate the seriousness of each structural issue, determine whether it is in the best interests of the County to remediate each specific issue, determine the type of remediation needed whether it be repair, replacement, corrosion-protection, or otherwise, and prioritize the need for remediation of each issue. Said structural issues shall include those noted in all parts under the heading of this task as well as others to be found by the Contractor. Note locations where concrete should be removed and steel should be protected by new material.

6. Investigate and present options for methods for removing concrete where recommended. Evaluate the concrete removal options by comparing/contrasting the options with respect to feasibility, cost, implementation, environmental issues, and any other criteria Contractor deems appropriate. Determine if it is in the best interests of the County to use one or multiple removal methods, dependent on location on the structure or phase of the Project. Recommend the most appropriate method of concrete removal for each area of the structures. Show the locations where Contractor recommends that each option be used. In areas where missing concrete has left steel exposed and in areas where Contractor determines are appropriate for concrete removal, determine and present options for covering and protecting exposed steel and, as needed, for restoring structural design strength depleted from the loss of concrete.

7. Evaluate the options for covering and protecting exposed steel as noted in the subtask above by comparing/contrasting the options with respect to feasibility, cost, implementation, priority, environmental issues, and other criteria that Contractor may deem to be appropriate based on sound engineering judgment. Determine if it is in the best interests of the County to use one or multiple options, dependent on location on the structure or phase of the Project. Determine the most appropriate remediation for each area of the structures. Show on drawings where Contractor recommends each option be used.

8. Consult with SHPO as needed throughout the process of this task to receive their findings on Contractor’s recommendations for improvements and assure that any recommended repairs and methods meet SHPO requirements. If Contractor’s recommendations do not receive SHPO approval, begin process of recommending improvements again based on SHPO requirements.

9. Determine whether it is in the best interests of the County to perform portions of improvements ensuing from this task over a single phase or multiple phases of the Project. Note the phase of construction in which each type of structural improvement should be included.

10. Provide a budgetary cost estimate for all improvements that are recommended as a result of this task.

11. For each phase of the Project, estimate the duration for completion of the respective improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Digital photographs from inspection and inspection sheets in both electronic form and hard copy.

b. Technical Memorandum to be included in the Report documenting and explaining each of the numbered items in Task 4.1 above.

c. In the Phase Delineation (See Task 12), include:i. For each phase of the Project, an estimate of the total duration of the construction of all

improvements that are recommended under this task.ii. For each phase of the Project, a budgetary cost estimate for the construction of all such

improvements that are assigned to the respective phase.

Task 4.2 Assessment of Structural Steel of the Bascule Piers

A. For structural steel within the bascule piers of the Bridge, including but not limited to machinery towers, tower base connections and access supports, Contractor shall:

1. Perform a structural inspection and document said inspection using digital photography and inspection sheets to the extent necessary to locate all problems with structural steel. Visually

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 9

Page 10: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

inspect select steel members. Clean dirt, debris, and rust scale as needed to perform inspection. Note areas of severe rust or section loss.

2. Provide a conceptual design to divert storm water from critical machinery and structural elements and into the Bridge storm water treatment system.

3. Provide a budgetary cost estimate for construction of all improvements that are recommended as a result of this task.

4. For each phase of the Project, estimate the duration for completion of the respective improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Digital photographs from inspection and inspection sheets in both electronic form and hard copy.

b. Technical Memorandum for Report documenting each of the numbered items above and results.

c. In the Phase Delineation (See Task 12), include: i. For each phase of the Project, an estimate of the total duration of the construction of all

improvements that are recommended under this task:ii. For each phase of the Project, a budgetary cost estimate for the construction of all such

improvements that are assigned to the respective phase.

Task 5 – Seismic Review and Recommendations

A. Contractor shall:

1. Review the 1995 Seismic Evaluation Report of the Bridge by Sverdrup Civil, Inc. (Sverdrup) and the 2004 Conceptual Phase 1 Seismic Retrofit Technical Memorandum for the Bridge by OBEC Consulting Engineers (OBEC).

2. Review the seismic upgrades that have been accomplished on the Bridge by visual inspection or review of plans and specifications, as needed.

3. Evaluate improvements to the Bridge that were recommended in the 1995 Sverdrup report, those recommended in the 2004 OBEC report, and other ideas based on Contractor’s engineering judgment that provide solutions to the Bridge’s seismic vulnerabilities.

4. Provide updated recommendations for improvements to the Bridge that are the most appropriate course of action for the County to address seismic deficiencies and which, if instigated, would provide sufficient retrofitting to meet standards for an ODOT Phase 1 and Phase 2 seismic upgrade and meet seismic standards appropriate for a Priority 1 Lifeline structure.

5. Prioritize the recommendations and note in which phase of the Project each retrofit should be performed.

6. Provide a budgetary cost estimate for all improvements that are recommended as a result of this task.

7. For each phase of the Project, estimate the duration for completion of the respective improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Technical Memorandum for Report documenting task work and results.b. In the Phase Delineation (See Task 12), include:

i. For each phase of the Project, an estimate of the total duration of the construction of all improvements that are recommended under this task:

ii. For each phase of the Project, a budgetary cost estimate for the construction of all such improvements that are assigned to the respective phase.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 10

Page 11: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Task 6 – Estimate Painting of the Structural Steel

A. Contractor shall:

1. Visually inspect the paint on select structural steel of the Bridge to the extent necessary to perform all work under this task.

2. Categorize painted areas of the Bridge based on priority need for painting based on accepted industry standards. Document the reasoning for specific prioritization.

3. For each area of the Bridge that has lead paint, assume all existing paint will be removed prior to repainting.

4. Determine whether it is in the best interests of the County to include all the steel painting work in one phase of the Project or to divide up this work into multiple phases of the Project dependent on the area to be painted. Determine and show in the Report in which phase of the Project that each area of painting is best accomplished.

5. Provide a three to six (3-6) page technical memo on protective coating systems (e.g. paint) appropriate for each area of the Bridge that requires painting; include a comparison of environmental impacts and longevity for each alternative.

6. Provide a budgetary cost estimate for all improvements that are recommended under this task.7. For each phase of the Project, estimate the duration for completion of the respective

improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Technical Memorandum for Report documenting task work including the diagrams produced for the numbered items above.

b. In the Phase Delineation (See Task 12), include: i. For each phase of the Project, an estimate of the total duration of the construction of all

improvements that are recommended under this task:ii. For each phase of the Project, a budgetary cost estimate for the construction of all such

improvements that are assigned to the respective phase.

Task 7 – Evaluate Beam Bearings

A. Contractor shall:

1. Visually inspect all of the bearings of girders and other beams of the Bridge structures, including the Main Span and both the East and West approaches. Note any bearing that is frozen or otherwise damaged and not functioning as designed. Provide recommendations for repairs of any bearing found to be functionally deficient.

2. Provide a budgetary cost estimate for all improvements that are recommended under this task.3. For each phase of the Project, estimate the duration for completion of the respective

improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Technical Memorandum for Report documenting task work and results.b. In the Phase Delineation (See Task 12), include:

i. For each phase of the Project, an estimate of the total duration of the construction of all improvements that are recommended under this task:

ii. For each phase of the Project, a budgetary cost estimate for the construction of all such improvements that are assigned to the respective phase.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 11

Page 12: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Task 8 – Machinery

A. Contractor shall:

1. On both the east and the west bascule of the Bridge, perform an inspection of the following machinery:a. Main Trunnion Assemblyb. Span Drive Machineryc. Center Lock Machinery

2. Review portions of inspection reports deemed by Contractor to be efficacious in performing the duties of this task.

3. Review existing estimate of the remaining service life of each of the four main trunnions. Provide an updated estimate of the remaining service life.

4. Evaluate access to the main trunnion bearings for inspection and propose improvement to provide for regular inspection of trunnion radii.

5. Provide a conceptual process design for the replacement of the main trunnion.6. Evaluate existing center lock rehabilitation plan; make recommendations for improvements if

required.7. Provide a budgetary cost estimate for all improvements that are recommended under this task.8. For each phase of the Project, estimate the duration for completion of the respective

improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Technical Memorandum for Report documenting task work and results.b. In the Phase Delineation (See Task 12), include:

i. For each phase of the Project, an estimate of the total duration of the construction of all improvements that are recommended under this task:

ii. For each phase of the Project, a budgetary cost estimate for the construction of all such improvements that are assigned to the respective phase.

Task 9 – Back-up Generator

A. Contractor shall:

1. Evaluate existing design and recommend improvements (if necessary) for a back-up generator located in each of the two Gateman’s Rooms of the Bridge.

2. Provide an updated engineers estimate of the cost for all improvements that are recommended under this task.

3. For each phase of the Project, estimate the duration for completion of the respective improvements that are recommended under this task.

B. Deliverables & Schedule:

a. Technical Memorandum for Report documenting task work and results.b. In the Phase Delineation (See Task 12), include:

i. For each phase of the Project, an estimate of the total duration of the construction of all improvements that are recommended under this task:

ii. For each phase of the Project, a budgetary cost estimate for the construction of all such improvements that are assigned to the respective phase.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 12

Page 13: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Task 10 – Traffic Control

A. Contractor’s work involving inspection of the Bridge shall be subject to the following conditions:

1. Continuous Bridge service for river traffic use and Bridge deck use shall be maintained as follows:a. The Bridge shall be raised to accommodate river traffic as needed per United States Coast

guard requirements.b. A minimum of two lanes of traffic eastbound and two lanes of traffic westbound shall remain

open at all times. c. No westbound lane closures before 9:00 a.m. on weekdays and no eastbound lane closures

after 3:30 p.m. on weekdays.d. Traffic lanes shall have a minimum width of 11 feet. e. Bike lanes in both directions shall be provided at all times. f. At least one sidewalk shall remain open.

2. Upon request, the County may provide for the one-time closure of the Bridge to vehicle and pedestrian use for a bridge lift for up to eight (8) hours on a Sunday; the date and timing of such closure will be solely at the County’s discretion.

3. In addition to the vehicle and pedestrian closure in (2) and subject to the County’s sole discretion, as requested by Contractor, the County may authorize additional short-term vehicle and pedestrian closures for the Contractor to inspect and observe Bridge components that cannot otherwise be inspected or observed.

4. No closure of any portion of the Bridge during legal holidays, during the Rose Festival; or during the Holiday Season, that period beginning at midnight on the Sunday preceding the fourth Thursday in November to midnight on January 1 of the following year.

Task 11 – Railroad Flagging & Permits

If it is necessary to work over an active railroad for Contract work, the Contractor shall be responsible for obtaining the necessary permits and railroad flaggers. Costs for these permits and flagging will be considered an expense paid by the County and must be detailed in the Proposal and on any invoice.

Task 12 – Phase Delineation

A. Contractor shall:

1. Organize the improvements recommended by Contractor so that they are grouped together into several phases of one large Project. In grouping together the improvements in phases, Contractor shall do so in a manner:a. That is in the best interests of the County, andb. Addresses the following criteria:

i. Prioritizing and performing in the earliest tasks work that has a need to be performed in a timely manner or work that is most imminently needed.

ii. Minimizing total construction costs.iii. Maximizing the quantity of work that can be performed in a given duration of time.iv. Facilitating constructability and eliminating re-work. v. Minimizing closures of traffic lanes, bicycle lanes, and sidewalks.vi. Maximizing the number of days that the Bridge is in service to provide openings for river

traffic. 2. Produce a Technical Memorandum that shows Project work delineated by Phase.

B. Deliverables & Schedule:

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 13

Page 14: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

a. Technical Memorandum for Report documenting task work and showing the phase delineation results.

Task 13 – Draft and Final Report

A. Contractor shall:

1. Prepare a Draft Report including all Technical Memorandums from each task and the Phase Delineation of the Project for County review as directed by the County.

2. Present the Draft Report to the County at a date and time to be determined. 3. At the presentation, be prepared to address each question from the County regarding the Draft

Report with the County Project Manager, County Engineer, or other County staff, providing answers as feasible or revising the draft report as appropriate.

4. Address each County-proposed revision and comment as follows: a. By accepting the revision or incorporating the comment into the Final Report as appropriate

or; b. By discussing the revision or comment with the County Project Manager to arrive at a

consensus with the County as to how to address the revision or comment. c. After consensus is reached, document that consensus by revising the report according to

the consensus obtained. 5. Prepare and provide the revised Draft Report that incorporates all revisions directed by the

County as provided under this Task. 6. Prepare and Provide to the County a Final Report.

B. Deliverables & Schedule:

a. Draft reportb. Revised Draft report, if necessary. c. Final Report.

V. SOFTWARE AND TECHNICAL REQUIREMENTS

A. Software requirements

The Contractor is required to own and use Microsoft Office, Version 2003 or later and to use said version of Microsoft Excel for all spreadsheets and Microsoft Word for all word processing. All Drawings shall be done in the 2012 version of AutoCAD. Contractor shall submit an electronic version of the final report in these applications.

B. References and Guidelines:

Below is a list of reference documents that the Contractor is expected to be familiar with and use to complete the inspection and report:

1. AASHTO, Standard Specifications for Highway Bridges and for Movable Highway Bridges2. AASHTO Manual for Condition Evaluation of Bridges3. AASHTO Manual for Maintenance Inspection of Bridges4. AASHTO Movable Bridge Inspection, Evaluation, and Maintenance Manual5. Federal Highway Administration Publications:

a. Inspection of Fracture Critical Bridge Membersb. Bridge Inspectors Reference Manual

6. Manual on Uniform Traffic Control Devices for Streets and Highways7. National Bridge Inspection Standards

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 14

Page 15: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

VI. METHOD OF AWARD Through this CPQ process, the County will seek to negotiate a contract for services with the responsive, responsible offeror(s) with the highest Final Score, as determined by the evaluation process described in the section of this CPQ titled, “Evaluation Process.”

VII. ESTIMATED PURCHASES

The Department of Community Services has budgeted a maximum of $150,000.00 for this Contract. County reserves the right to initiate a contract for less than the total amount budgeted.

VIII. METHOD OF CONTRACTING

A Multnomah County Services Contract will be the method of contracting. A sample of this contract is included as Attachment 1. Please review the sample contract prior to submitting a response to this CPQ.

IX. TERM OF CONTRACT

The contract term is estimated to be 8 months.

X. MINIMUM PROPOSAL SUBMITTAL REQUIREMENTS

A. Pages. The maximum number of pages in a Proposal shall be 40. Excluded from this page count are: the cover letter (see description of same below), table of contents, divider tabs/pages, Appendix A (resumes), and Appendix B (sample Project Status Report). Each side of a page will be counted if that side contains information. Proposer shall number all pages that have any information and that are not excluded from the page count. Additional pages above the maximum will not disqualify a Proposer; however, any pages that are not excluded from the page count that follow Page 40 shall be removed and discarded by the County and will not be evaluated.

B. Format. Formatting that does not conform to this section will not disqualify a Proposal; however, a one-point penalty may be assessed by each Evaluator for each sheet of a Proposal having an applicable violation of the margin or font size requirements listed below for a maximum 8-point penalty per Proposal. Evaluators may use their sole discretion as to whether each violation is a serious disregard of the format standards and should be assessed a penalty or a minor, inconsequential mistake that need not be counted. Each Evaluator’s decision is final with respect to this judgment for that Evaluator’s evaluation of a given proposal. No more than one penalty point will be counted against any sheet of the proposal. A new sheet with the same violation may be counted as a new violation.1. Paper. Standard size, 8½ x 11 paper is preferred. Where needed, up to 11x17 paper may be

used; however, every page larger than 8½ x 11 will be counted as two pages when determining page count. The County encourages the use of materials containing recycled content and discourages the use of expensive paper and bindings.

2. Margins. Use one inch (1") Margins. Exceptions for this rule are that Contractor Name/Logo and Page Headers/Footers may be within the margin area.

3. Minimum 10-point font. The font size minimum includes graphics, unless the graphics are a duplication from another source and the source is referenced. If printing associated with graphics is smaller than the minimum font, each Evaluator will have the option, at his/her sole discretion, of disregarding any information provided in the less-than-minimum font size.

4. Charts, Graphs, and Pictures are optional and included in the page count.5. Table of Contents, section divider tabs/pages, and indexes are optional and do not count

towards the maximum page count.6. Double-sided pages are encouraged.

C. Provide six (6) hard copies of the Proposal and one electronic file of Proposal in MS Word or pdf format.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 15

Page 16: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

XI. MINIMUM QUALIFICATIONS

The Contractor shall provide personnel with qualifications that meet or exceed the requirements in this section of the CPQ solicitation. Where an Engineer is designated by Proposer, that position shall be staffed by an engineer licensed to practice in the state of Oregon in a discipline of engineering appropriate for the work.

The Contractor shall provide personnel sufficient to complete the Statement of Work in the allotted time. The personnel noted below shall be included in the Contractor’s staff or as a subcontractor and shall perform the tasks generally expected of the position title described herein. One of the Contractor’s team may perform more than one of the roles described below; however, that team member must have the qualifications required of both the roles to do so.

The Project Manager shall be licensed to practice engineering in the state of Oregon at the initiation of the Contract. He or she shall have a minimum of five (5) years of recent documented experience in managing similar type and size projects and ten (10) years of overall experience in the field of structural, mechanical, or bridge engineering, or a combination of these engineering disciplines, or an engineering discipline that would provide equivalent experience to these disciplines. The onus is on the Proposer to adequately show in the Proposal that the engineering discipline outside of structural, mechanical, or bridge engineering is equivalent to these disciplines. Project manager shall have three (3) years of experience working on public works projects.

Proposer shall have on staff or as a sub-contractor a Project Engineer licensed to practice structural or civil engineering in the state of Oregon at the time the Contract is initiated. Said structural or civil Project Engineer shall have a minimum of five (5) years of documented direct bridge engineering experience, including moveable bridge engineering experience.

Proposer shall have on staff or as a sub-contractor a Project Engineer licensed to practice mechanical engineering in the state of Oregon at the time the Contract is initiated. Said mechanical Project Engineer shall have a minimum of five (5) years of moveable bridge engineering experience, including a minimum of three (3) years of bascule bridge engineering experience.

Proposer shall have on staff or as a sub-contractor a Lead Structural Inspector with a minimum of five (5) years of documented experience working on moveable bridge structures in the areas of inspection, design, construction, repair, or a combination of these areas.

Proposer shall have on staff or as a sub-contractor a Lead Mechanical Inspector with five (5) years of documented experience working on the machinery of moveable bridges in the areas of inspection, design, construction, repair, or a combination of these areas.

Proposer shall have working on the Contract a person with documented experience consulting with a state agency with authority similar to that of the Oregon State Historic Preservation Office, although not necessarily for the state of Oregon, and with consulting with said state agency regarding construction on a structure listed on the National Register of Historic Places.

XII. JOINT PROPOSALS

The County will consider joint proposals from new and existing providers. Joint proposals may take the form of partnerships, general contractor/subcontractor arrangements or entities formed by new and existing providers. If any such arrangement is proposed, a written memorandum of understanding between the parties must be submitted with the Proposal setting forth the business and service delivery agreements between the parties.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 16

Page 17: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

XIII. INSURANCE REQUIREMENTS

Insurance requirements are shown in Attachment 2 as part of the sample Multnomah County Services Contract.

XIV. PRE-PROPOSAL CONFERENCE

No Pre-proposal Conference will be held.

XV. EVALUATION PROCESS

Each proposal will be reviewed by an Evaluation Committee comprised of at least three individuals (Evaluators) appointed by the County Bridge Division. Each Evaluator will determine whether a Proposal meets the minimum qualifications stated in this CPQ solicitation. If the minimum qualifications are not met, then the Proposal will be rejected and not scored. If the minimum qualifications are met, then that qualifying Proposal will be scored by each Evaluator by the following process.

Each Evaluator will independently rate each qualifying proposal against each Evaluation Criterion shown in the “Proposal Questions & Scoring” section of this CPQ solicitation.

The rating process of any given Proposal for the first five (5) criteria is as follows. Each Evaluator will rate the proposal against each of these criteria on a scale from one (1) to ten (10), with ten (10) being the best possible rating. The rating of a given Evaluation Criterion is then multiplied by a factor that results in that criterion being given the percentage weight assigned to it under the “Proposal Questions and Scoring” section of this document. The result of this multiplication is a weighted score for that Evaluation Criterion.

For each of the Criteria 6A, 6B, 6C, and 6D, each Evaluator will check Proposer’s responses to the questions provided under the “Proposal Questions and Scoring” section of this document. Evaluators will assign rating points as described in that section; no further weighting of these criteria will be performed.

A one-point penalty may be assessed by each Evaluator for each sheet of a Proposal having an applicable violation of the margin and font size requirements as described in the “Minimum Proposal Submittal Requirements” section of this document for a maximum 8-point penalty per Proposal.

The score of a given proposal from a given Evaluator will be obtained by adding the weighted scores from the Evaluation Criteria one (1) through (5) to the rating points assigned for Criteria 6A, 6B, 6C, and 6D, then subtracting any penalties assessed by that Evaluator.

The average score of all Evaluators for a given proposal will be the total score for that Proposal. The highest possible total score for a Proposal is 100 points.

At any point in the described process, the County may determine that clarification or further information is needed to properly evaluate a particular proposal. If so, the County may request in writing the clarification or further information from a given Proposer. That Proposer shall provide a response in writing to the request. All requests for clarification and Proposer responses shall be provided to each Evaluator.

It is anticipated that County will seek to negotiate a contract with the highest-scoring Proposer based on the proposals alone; however, the County may choose to conduct oral evaluations if it is deemed to be in the County’s best interest to do so. If the County chooses not to conduct Oral Evaluations, then the total score for a given proposal will be the Final Score for the respective Proposer.

In the event that Oral Evaluations are needed, then the process will be as follows. First, a “short-list” of Proposers will be established and invited to an Oral Evaluation by the County. Clarification questions will be

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 17

Page 18: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

provided to each Proposer before the Oral Evaluation. No additions, deletions, or substitutions may be made to proposals during the Oral Evaluations that cannot be viewed as clarification. The purpose of the Oral Evaluation will be to expand on the information provided in the Proposal, not to repeat information already provided. In evaluating the oral presentation of a given Proposer, the Evaluators will use the same criteria used to evaluate the proposals. The rating scale, weighting, and scoring will be by the same methods used on the Proposals. The average score of all Evaluators for a given Proposer’s Oral Evaluation will be the total score for that Proposer’s Oral Evaluation. The highest possible total score for an Oral Evaluation is 100 points.

For a given Proposer, the Oral Evaluation total score will be added to the Proposal total score and the resulting sum will be the Final Score for that Proposer. If Oral Evaluations occur, the highest possible Final Score would be 200 points.

XVI. CONTRACT NEGOTIATIONS

The County will seek to negotiate a contract for services with the responsive, responsible offeror(s) with the highest Final Score, as determined by the evaluation process described in the previous section.

At the time of negotiations, that Proposer will be asked to provide a not-to-exceed cost and a cost schedule in a tabular format broken down as follows:

1. For each proposed work task, estimate personnel hours, billing rates (unit price), expenses, and any other costs. Provide a subtotal of all fees for the work task.

2. For key personnel identified, list hours and billing rates by each person’s name for each task. 3. Provide subtotals for each Contractor/subcontractor and note the MWESBs.

Said selected Proposer will also be asked to provide the following revised documents: a schedule that is tied to Notice to Proceed, a more detailed statement of work, and a list of deliverables. These documents will be inter-coordinated such that project milestones will be noted in all three documents. County anticipates that the project will span approximately a half-year. Once the County and Contractor have reached an agreement on the details of these documents, the County will prepare a contract. The County reserves the right to negotiate all elements of the submittals, proposals, terms and conditions, and/or statement of work as part of the contract negotiation process prior to any formal authorization of the Contract by the County.

If the County is unsuccessful in negotiating a contract with the Proposer with the highest Final Score, then the County may elect to seek to negotiate a Contract with the Proposer with the next highest Final Score or conduct Oral Evaluations if it is deemed to be in the County’s best interest. The process described above would begin again at this point. The County may repeat the process as needed with the highest scoring remaining Proposer until a contract is awarded or, if it is deemed to be in the County’s best interest, the County may terminate the selection process.

The County shall not be bound, or in any way obligated, until the County and a Proposer have executed a Contract. No party may incur any chargeable costs prior to the execution of the final Contract.

XVII. NOTIFICATION OF AWARD

All Proposers will be notified of their standing after Contract negotiations are complete.

Requests for debriefings or to review Proposals submitted, shall be made in writing to the County. All information submitted by Proposers and related Evaluation Committee evaluations shall be considered confidential until after contract award. XVIII. PROPOSAL QUESTIONS & SCORING

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 18

Page 19: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Proposals shall include and will be scored based on information described in this section. County encourages Proposers to organize their Proposals similarly to the outline below. Any information within the Proposal may be used to evaluate the Proposer on a given criterion, regardless of where that information appears in the Proposal. Proposer is encouraged to provide a specific reference to another area of the Proposal rather than to duplicate the information to satisfy a criterion.

QUESTION 1: PROJECT APPROACH, UNDERSTANDING, AND INNOVATION35% of Total Score

A. Describe your project approach and methodology in accomplishing the tasks of the Statement of Work. This description should show a keen ability to prepare for and assess issues, concerns, and problems inherent in the type of work and to plan for mitigation. This information is to be based on the statement of work.

B. Provide a proposed delivery schedule with major task milestones and the percent completion of the project at each of those milestones. Include expected starting dates and completion dates referenced to Notice to Proceed. State assumptions for time requirements. Include tasks by County staff and other agencies such as information gathering, product review, and approvals (sign-offs) for significant milestones.

C. As applicable, include any revision to the statement of work that you believe to be in the best interests of the County. This may be an item added, deleted, or altered. For example, a task may be performed using a more cost-effective or efficient method. You may choose to provide a schedule showing how you plan to complete the work on time and this schedule may be graphic.

QUESTION 2: PROJECT MANAGEMENT10% of Total Score

A. Present a proposed project status reporting system, including a system for determining monthly invoice charges. Include as Appendix B a sample Project Status Report similar to that which the County would receive.

B. Describe management approach. C. Provide project review and quality control program.D. Describe Proposer’s experience with dispute resolution. E. Describe policies, procedures, or systems for cost control and schedule control. F. Provide a communication plan of how the Contractor team will communicate information

and resolve issues.

QUESTION 3: QUALIFICATIONS OF TEAM30% of Total Score

The qualifications of Proposer’s team will be one score based on the following information: A. Structure of the Project Team (Personnel and Roles)

1. Describe the structure of the project team including the roles and responsibilities of all key personnel and name those personnel. Assure that a member of Proposer’s team is named for each role described in the “Minimum Qualifications” section of this CPQ solicitation. A team member may have more than one title or role. Indicate whether each team member is employed by the Proposer or a sub-contractor. For each sub-contractor, describe the role in service and include what percent of the named role that the sub-contractor is expected to provide.

2. As a percentage, roughly estimate the portion of time that each named team member would be assigned to the project relative to their full-time work schedule, assuming an average week of 40 hours or more. Specify whether the percentage shown is the average throughout the duration of the entire Contract or throughout

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 19

Page 20: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

the duration of one or more specific task(s). For example, if 20 hours of a named project member’s 40-hour week is expected to be spent during the Roadway Barrier System and Lighting System task but no other work on the project, then it should be stated that 50% of full time work will be assigned to the Contract throughout that task alone.

3. Note if a key project team member will not be fully available for Contract work due to current or projected assignments or workload. Specify any foreseeable conflicts that would interfere with the key members’ ability to respond to this project.

4. The Contractor is contractually obligated to supply the key personnel named in their Proposal for the duration of the Contract. This includes maintaining them at the capacity level proposed. If circumstances require a proposed change in key personnel or their capacity level, Proposer shall indicate to County in a timely manner the need for the change. Proposer shall then submit to County appropriate information to show that the qualifications of the substituted key personnel are equal to or better than the qualifications of the key personnel originally proposed. At County’s sole discretion, County may choose to authorize the change in personnel or, because of the change, to eliminate Proposer from further consideration.

B. Staff Service Experience In Appendix A, provide resumes for each of the key personnel of the Proposer and sub-contractors that will be working on the project, such as County contacts, managers, and other personnel responsible for critical portions of work. Include in Appendix A the resume of any team member that will be fulfilling a role described under the Qualifications section of this CPQ solicitation. For each of these team members, assure that their resume clearly describes how the team member meets or exceeds the qualifications required in that section. As appropriate, the resumes should include names, relevant professional licenses, certifications, education, training, other credentials, and a brief history of the staff member’s experience performing work similar to the work that they would perform under the Contract. Each resume is limited to two (2) pages per key staff member, with the exception of the Project Manager and Project Engineers, whose resumes are limited to three (3) pages. The following type of information, as applicable, regarding past projects or other work performed would be helpful in County’s evaluation of service experience by a given staff member: 1. General description of the service provided 2. Type of project or work where the service was provided.3. Role of the staff member on the project or in the work. 4. Approximate project budget, as applicable. 5. Year project was completed. 6. Name of client (agency or company). 7. Role of Proposer in the service, if any. (It is not required that the submitting Proposer

have a role.) 8. Name and phone number of contact person and their title role on the project

C. Organizational ChartProvide an organizational chart of your service team including sub-contractor(s). This chart must include the names of the key personnel selected for this service, their roles on the Contract, the name of their employer, and lines of communication. Also, indicate the people who will be points of contact with the County Project Manager. This chart shall include the Project Manager and Project Engineers.

D. Integrity

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 20

Page 21: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

Proposer shall indicate whether Proposer, subcontractor, or any person associated therewith in the capacity of owner, partner, director, officer, or any position involving the administration of Federal or State funds:1. Is currently under suspension, debarment, voluntary exclusion or determination of

ineligibility by any federal agency.2. Has been suspended, debarred, voluntarily excluded or determined ineligible by any federal

agency within the past 3 years.3. Has a proposed debarment pending; or has been indicted, convicted, or had a civil

judgment rendered against it or them by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

Any of the above conditions will not necessarily result in denial of award, but it will be considered in determining offeror responsibility. For any condition noted, indicate to whom it applies, initiating agency, and dates of action. Providing false information may result in Federal criminal prosecution or administrative sanctions.

QUESTION 4: SUSTAINABILITY10% of Total Score

The County has an interest in measures used by its suppliers to ensure sustainable operations with minimal adverse impact on the environment. Please demonstrate your firm's commitment to sustainable business practices, which could include, but is not limited to a formal sustainability program or policy; alternative fuel vehicles; recycling measures; energy conservation plans; water conservation policies; computers shutdown practices; or a green cleaning policy. Please provide details and include copies of reports, policies, or plans if available. 

QUESTION 5: SOCIAL EQUITY (MINORITY, WOMEN AND EMERGING SMALL BUSINESS AND WORKFORCE DIVERSITY)

10% of Total Score

The County is committed to extending contracting opportunities for State of Oregon certified Minority, Women and Emerging Small Businesses (MWESBs). In order to promote economic growth, the County seeks to maximize the participation of MWESB contractors, partners, and suppliers throughout the duration of the project as well as a diverse workforce. Ten percent (10%) of the total possible points to be awarded in this solicitation have been assigned to the Social Equity criteria below: 

A. WORKFORCE DIVERSITYDescribe your firm’s commitments to providing equal employment opportunities including your organizations’ or agency’s efforts to develop an internal diverse workforce; internal on-the-job training, mentoring, technical training and/or professional development opportunities addressing diversity; and the process(es) used to recruit women and minorities.Evaluation Criteria for Workforce Diversity:1. Describes the agency’s or organization’s commitment to providing equal

employment opportunities.2. Describes efforts used to develop an internal diverse workforce.3. Describes internal diversity mentoring, training, and/or professional development

opportunities.4. Describes process(es) used to recruit women and minorities into the organization or

agency.B. MWESB CONTRACTING

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 21

Page 22: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

1. PAST PERFORMANCEList the State of Oregon MWESB vendors that your organization or agency has had contractual relationships within the past 24 months;Identify the total volume of contracts awarded to MWESB vendors.Describe any innovative or successful measures that your organization or agency has undertaken to work with MWESB vendors on previous projects.Describe any mentoring, technical, or other business development services your organization or agency has provided to previous or current MWESB sub-contractors or partners, or will provide in relation to the services in this solicitation.Evaluation criteria for Past Performance:a. List the State of Oregon-certified MWESB vendors they have had contractual

relationships within the past 24 months.b. Identify the total volume of contracts awarded to MWESB vendors.c. Describe any innovative or successful measures undertaken to work with

MWESB vendors on previous projects.d. Describe any mentoring, technical, or other business development services

provided to previous or current MWESB sub-contractors or partners, or will provide in relation to the services in this solicitation.

2. SUBCONTRACTINGa. State whether Proposer will be subcontracting any element of the services under

this Proposal.b. Describe Proposer’s plan for obtaining maximum utilization of State of Oregon-

certified MWESB firms on this project.c. List the subcontracting opportunities your firm has identified in the scope of the

services in this solicitation.d. Describe any outreach and recruitment efforts to certified MWESB vendors

including the actual results of your efforts.e. Describe any mentoring, technical, or other business development services

Proposer will provide to MWESB vendors.f. If your organization or agency will be utilizing MWESB vendors to provide the

services in this solicitation, please list those MWESB vendors and detail their role within your proposal.Evaluation criteria for SubContacting:i. Describes plan for obtaining maximum utilization of State of Oregon certified

MWESB firms on this project.ii. Lists the subcontracting opportunities your firm has identified in the scope of

the services in this solicitation.iii. Describes outreach and recruitment efforts to certified MWESB vendors

including the actual results of efforts.iv. Describes any mentoring, technical or other business development services

that are/will be provided to MWESB vendors.v. If Contractor will be utilizing MWESB vendors to provide the services in this

solicitation, lists MWESB vendors and detailed role within proposal.

QUESTION 6: EMPLOYEE HEALTHCARE AND OTHER BENEFITS5% of Total Score (Maximum 5 points possible)

The County values access to health care and other benefits as an important aspect of social equity. We recognize that contracting with employers who offer healthcare and other benefits to their employees demonstrates responsible community stewardship.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 22

Page 23: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

A. EMPLOYEE HEALTHCAREPlease check the one statement below that applies to your firm:

_____ Proposer offers health insurance with a primary care benefit to employees that is equal or above the prioritized list for the Oregon Health Plan. http://www.oregon.gov/OHPPR/HSC/current_prior.shtml (2 points)OR

_____ Proposer offers health insurance without a primary care benefit to employees that is equal or above the prioritized list for the Oregon Health Planhttp://www.oregon.gov/OHPPR/HSC/current_prior.shtml (1 point)OR

_____ Proposer offers no health insurance benefit to employees OR health insurance with or without a primary care benefit to employees that is below the prioritized listfor the Oregon Health Plan. http://www.oregon.gov/OHPPR/HSC/current_prior.shtml (0 points)

B. OTHER BENEFITS:Please select the statements that apply to Proposer:

1. Sick Leave

_____ Proposer offers sick leave to all full time employees (1 point)OR

_____ Proposer does not offer sick leave to all full time employees (0 points)

2. Vacation Benefits

_____ Proposer offers vacation benefits to all full time employees (1 point) OR

_____ Proposer does not offer vacation benefits to all full time employees (0 points)

3. Retirement Benefits

_____ Proposer offers retirement benefits to all full time employees (1 point)OR

_____ Proposer does not offer retirement benefits to all full time employees (0 points)

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 23

Page 24: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

XIX. OMIT PRICING INFORMATION

Do not divulge to the County the number of hours proposed, expenses, hourly rates, overhead, or other pricing policies or proposals for compensation to the Contractor for the services under the Contract until after selection of a Proposer for Contract negotiations.

XX. CHECKLIST

The Proposal submittal shall include: The “Offeror Representations and Certifications” form, completed and having an original signature. Said

form is included near the beginning of this CPQ solicitation. If submitting a joint proposal, a written memorandum of understanding between the parties setting forth

the business and service delivery agreements between the parties. Six (6) hard copies and one electronic version of a proposal that:

A. Meets the requirements shown in the section of this CPQ solicitation titled, “Minimum Proposal Submittal Requirements.”

B. Proposes a team to provide the services of the Statement of WorkC. Includes Appendix A, Resumes. D. Includes Appendix B, a Sample Status ReportE. Addresses each question in the section of this CPQ solicitation titled, “Proposal Questions and

Scoring.”

XXI. INSTRUCTIONS TO OFFERORS

A. SPECIAL CONDITIONS. Where special conditions are written in the Competitive Proposal Quote, these special conditions shall take precedence over any conditions listed under the "Contract Terms and Conditions".

B. COST OF PROPOSAL QUOTE. Responses to this Competitive Proposal Quote do not commit the County to pay any costs incurred by any offeror in the submission of a proposal quote, in making necessary studies or designs for the preparation thereof, or for procuring or contracting for the services to be furnished under the Competitive Proposal Quote. The Offeror assumes the sole risk and responsibility for all expenses connected with the preparation of its proposal.

C. CLARIFICATION OF SPECIFICATIONS. Any Offeror requiring clarification of information must submit specific questions in writing to the contact person named on the cover sheet of this CPQ. Questions must be received by the Project Manager at least five (5) working days prior to the due date and time specified for the proposals. All questions will be answered in writing and questions and answers will be posted on the County website at http://web.multco.us/purchasing/bids-proposal-opportunities as soon as possible after receipt of the questions. It is the responsibility of individual offerors to check the website for any amendments or questions and answers to this CPQ. The names of potential Proposers submitting questions will not be disclosed.

D. ADDENDUM. Any change to this CPQ shall be made by written addendum. All such Addenda shall have the same binding effect as though contained in the main body of the Request for Proposal. The County is not responsible for any explanation, clarification or approval made or given in any manner except addendum.

E. CANCELLATION. Multnomah County reserves the right to cancel this CPQ solicitation or award of the contract any time before execution of the contract by both parties if cancellation is deemed to be in Multnomah County's best interest. In no event shall Multnomah County have any liability for the cancellation of award.

F. REJECTION OF PROPOSAL QUOTES. Multnomah County reserves the right to reject any or all responses to this Competitive Proposal Quote.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 24

Page 25: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

G. LATE PROPOSAL QUOTES. Quotes received after the scheduled closing date for filing will be returned to the offeror unopened.

H. DISPUTES. In case of any doubt or differences of opinions as to the items or service to be furnished hereunder, or the interpretation of the provisions of the CPQ, the decision of Multnomah County shall be final and binding upon all parties.

I. CLARIFICATION OF RESPONSES. Multnomah County reserves the right to request clarification of any item in a firm's proposal or to request additional information necessary to properly evaluate a particular proposal. All requests for clarification and responses shall be in writing. Except for requests and responses related to a clarification necessary to evaluate whether a proposal has met minimum requirements, all requests for clarification and responses shall be provided to each evaluation committee member.

J. CONFIDENTIALITY. Multnomah County is required to disclose non-exempt public documents pursuant to ORS 192.410-192.505). ORS 192.502(4) exempts the County from disclosing information submitted in response to a solicitation where the information is such that it “should reasonably be considered confidential.”

A Proposer who determines that information within a proposal meets the statutory requirement and desires that such information remain confidential shall mark the pages containing such information with the word “CONFIDENTIAL.”

If a Proposer marks every page of a proposal as “CONFIDENTIAL” the statutory requirement is not met; any proposal so marked will not be deemed to have been submitted in confidence and, upon request, the entire proposal will be disclosed.

The County will keep properly marked information confidential unless ordered to release the information and materials by the District Attorney pursuant to ORS 192.460.

After award, the contract executed by the County and the successful Proposer will be a public document subject to disclosure. No part of the contract can be designated as confidential.

K. PUBLICITY. Any publicity giving reference to this project, whether in the form of press releases, brochures, photographic coverage, or verbal announcement, shall be done only after prior approval of Multnomah County.

L. CONFLICT OF INTEREST. An Offeror filing a proposal thereby certifies that no officer, agent or employee of the County who has a pecuniary interest in this Competitive Proposal Quote has participated in the contract negotiations on the part of the County, that the proposal is made in good faith without fraud, collusion or connection of any kind with any other Offeror of the same call for proposals, and that the Offeror is competing solely in its own behalf without connection with or obligation to, any undisclosed person or firm.

M. COLLUSION. An Offeror, submitting a proposal hereby certifies that no officer, agent, or employee of Multnomah County has a financial interest in this proposal; that the proposal is made in good faith without fraud, collusion, or connection of any kind with any other Offeror and that the Offeror is competing solely on its own behalf without connection with, or obligation to, any undisclosed person or firm.

N. M/W/ESB PARTICIPATION. Multnomah County strongly encourages the participation of Minority, Women and Emerging Small Businesses in this and all County projects, programs and services.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 25

Page 26: multco.us · Web viewEvaluates the seismic retrofit solutions and recommendations provided in existing written seismic studies and provides direction as to whether such solutions/recommendations

O. EEO CERTIFICATION REQUIREMENT. PCRB Rule 60-0040 requires that all contractors furnishing goods and services to the County in excess of $75,000 must be certified as an Equal Opportunity Employer. Contracts in excess of $75,000 which originate from this CPQ are subject to the County’s Equal Employment Opportunity (EEO) requirements, and will include vendor certification as indicated in Exhibit 5 of the Sample Multnomah County Contract attached to this CPQ. Contractors must be certified before a contract is executed.

P. REFERENCES. The County reserves the right to investigate references including customers other than those listed in Offeror’s submission. Investigation may include past performance of any Offeror with respect to its successful performance of similar projects, compliance with specifications and contractual obligations, its completion or delivery of a project on schedule, and its lawful payment of employees and workers.

XXII. SPECIAL CONTRACT TERMS AND CONDITIONS

The following Special Terms and Conditions will be included in any Contract awarded as a result of this CPQ.

A. AFFIRMATIVE ACTION PLAN. The successful Offeror may be required as a condition of execution of the contract to submit a copy of its Affirmative Action Plan if the contract under this Competitive Proposal Quote is greater than $75,000 or if the Offeror has 50 employees or more.

B. AMERICANS WITH DISABILITIES ACT. Offeror must comply with all applicable requirements of federal and state civil rights law and rehabilitation statutes.

C. RECYCLABLE/RECYCLED PRODUCTS. Contractors shall use recyclable products and products that contain recycled content to the maximum extent economically feasible in the performance of the Contract Work set forth in this document.

BURNSIDE BRIDGE REHABILITATION PLAN CPQ Page 26