Request for Letters of Interest - BO-2416, SR 1153 (Tingen Road) Bicycle & Pedestrian Bridge

Agency: Town of Apex
State: North Carolina
Level of Government: State & Local
Category:
  • 54 - Prefabricated Structures and Scaffolding
  • E - Purchase of Structures and Facilities
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD12181204975224510
Posted Date: Dec 12, 2023
Due Date: Jan 6, 2024
Source: Members Only
Bid Title: Request for Letters of Interest - BO-2416, SR 1153 (Tingen Road) Bicycle & Pedestrian Bridge
Category: Professional Services
Status: Open

Description:
  1. Does the Town anticipate the need for ROW acquisition assistance from the consultant team? – No, the town would separately contract with an appraiser and handle negotiations outside of the survey & design contract.
  2. Does the Town anticipate the need for Rail Coordination services from the consultant team or will this be handled by either the Town or NCDOT Rail Division? – The consultant team needs to lead the rail coordination effort as part of the survey & design contract, which would involve both CSXT and NCDOT Rail Division.
  3. If interviews are held, will the anticipated Firm Selection Date be adjusted, or will interview be held sometime before Jan. 26? – That will be determined if/when interviews are proposed. It is possible that the date could shift.
Publication Date/Time:
11/17/2023 9:00 AM
Closing Date/Time:
1/6/2024 12:00 AM
Contact Person:
Russell Dalton
Russell.Dalton@apexnc.org
Related Documents:

Attachment Preview

Version: 2019.11.04.RJS
REQUEST for LETTERS of INTEREST (RFLOI)
TITLE:
BO-2416, SR 1153 (Tingen Road) Bicycle & Pedestrian Bridge
ISSUE DATE:
November 17, 2023
SUBMITTAL DEADLINE: January 5, 2024
ISSUING AGENCY: Town of Apex, Wake County, NC
SYNOPSIS
SUBCONSULTANTS ARE PERMITTED UNDER THIS CONTRACT.
This contract shall be partially reimbursed with Federal-aid funding through the North
Carolina Department of Transportation (hereinafter referred to as the Department). The
solicitation, selection, and negotiation of a contract shall be conducted in accordance with
all Department requirements and guidelines.
The primary and/or subconsultant firm(s) shall be pre-qualified by the Department to
perform all of the Discipline Codes listed below for the Town of Apex. Discipline Codes
required are:
024 - Bridges – Spans Under 200’
032 - Categorical Exclusions / Minimum Criteria Determination Checklists
070 - Erosion and Sediment Control
171 - Public Involvement
235 - SUE
243 - Threatened and Endangered Species Study & Surveys
269 - Urban Roadway Design
270 - Utility Coordination
295 - Structure Foundation Investigation and Design
1
Version: 2019.11.04.RJS
280 - Wetland and Stream Delineation
316 - Multi-Use Trail Design, Survey, and Layout
360 - Topographic Surveying
361 - Boundary Surveying
434 - Tier II Complete Hydrologic and Hydraulic Design
WORK CODES for each primary and/or subconsultant firm(s) SHALL be listed on the
respective RS-2 FORMS (see section ‘SUBMISSION ORGANIZATION AND INFORMATION
REQUIREMENTS’).
This RFLOI is to solicit responses (LETTERS of INTEREST, or LOIs) from qualified firms to
provide professional consulting services to:
Provide professional transportation planning and engineering services for design of a proposed
bicycle and pedestrian bridge over the CSXT S-line railroad corridor along the current alignment
of the SR 1153 (Tingen Road) at-grade crossing.
Electronic LOIs shall be submitted in .pdf format using software such as Adobe, CutePDF PDF
Writer, Docudesk deskPDF, etc. and be no larger than 10MB file size.
LOIs SHALL be received in electronic (.pdf) format only no later than 4:00 p.m., January
5, 2024.
The email address for electronic deliveries is: Russell.Dalton@apexnc.org
LOIs received after this deadline will not be considered.
Except as provided below any firm wishing to be considered must be properly registered with the
Office of the Secretary of State and with the North Carolina Board of Examiners for Engineers
and Surveyors. Any firm proposing to use corporate subsidiaries or subcontractors must include
a statement that these companies are properly registered with the North Carolina Board of
Examiners for Engineers and Surveyors and/or the NC Board for Licensing of Geologists. The
Engineers performing the work and in responsible charge of the work must be registered
Professional Engineers in the State of North Carolina and must have a good ethical and
professional standing. It will be the responsibility of the selected private firm to verify the
registration of any corporate subsidiary or subcontractor prior to submitting a Letter of
2
Version: 2019.11.04.RJS
Interest. Firms which are not providing engineering services need not be registered with the North
Carolina Board of Examiners for Engineers and Surveyors. Some of the services being solicited
may not require a license. It is the responsibility of each firm to adhere to all laws of the State of
North Carolina.
The prime firm must have the financial resources and ability to undertake the work in its entirety
and must have adequate accounting systems to identify costs chargeable to the project. The
prime firm shall maintain valid general liability insurance in the minimum amount of $1,000,000,
commercial automobile liability insurance in the minimum amount of $2,000,000, and provide
certificates of such insurance naming the Town of Apex as an additional insured by endorsement
to the policies. If the policy has a blanket additional insured provision, the prime firm’s insurance
shall be primary and non-contributory to other insurance. Additionally, the prime firm shall
maintain professional liability insurance in the minimum amount of $1,000,000 and maintain and
show proof of workers’ compensation insurance, and employer’s liability insurance in the
minimum amount of $1,000,000. The prime firm shall provide notice of cancellation, non-renewal
or material change in coverage to the Town of Apex within 10 days of their receipt of notice from
the insurance company. All required certificates of insurance, endorsements, and blanket
additional insured policy provisions are attached and considered part of this document.
Notwithstanding the foregoing, neither the requirement of prime firm to have sufficient insurance
nor the requirement that Town is named as an additional insured, shall constitute waiver of the
Town’s governmental immunity in any respect, under North Carolina law.
Such insurance as is appropriate for the Work being performed shall provide protection from
claims which may arise out of or result from Contractor’s performance of the Work and
Contractor’s other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any
of them to perform any of the Work, or by anyone for whose acts any of them may be liable. The
Contractor shall ensure subcontractors maintain insurance coverage appropriate for their
exposures in the workplace, and are trained in safety practices necessary for safe completion of
the work they perform.
The firm(s) must have an adequate accounting system to identify costs chargeable to the project.
3
Version: 2019.11.04.RJS
SCOPE OF WORK
The Town of Apex is soliciting proposals for the services of a firm/team for professional
transportation planning and engineering services for design of a proposed bicycle and pedestrian
bridge over the CSXT S-line railroad corridor along the current alignment of the SR 1153 (Tingen
Road) at-grade crossing.
The existing at-grade crossing is required to be closed upon completion of the Apex Peakway
bridge spanning the S-line and South Salem Street further south, currently anticipated to be
open to traffic in early 2027. In order to provide connectivity across the railroad tracks
between the NC 55 railroad bridge 0.28 miles north and the future Apex Peakway grade
separation 0.55 miles south, the bicycle and pedestrian bridge at Tingen Road is proposed to
replace the vehicular crossing.
Additionally, the scope will need to be phased. The first phase will be a feasibility study,
including environmental document, to evaluate possible alternatives with opinions of probable
cost and additional information to justify the project purpose and need. The phase should be
informed through public outreach and agency coordination, as well as input from CSXT.
Findings should be presented to the Apex Town Council with the intent of identifying a locally-
preferred alternative. If the Town of Apex recommends moving forward with final design of a
locally-preferred alternative, and it is subsequently recommended at the Agency Concurrence
Meeting, final design and right of way phase services for the Recommended Alternative will be
scoped in order to proceed. In the event the Town of Apex chooses not to move forward with
final design, no further phases will be scoped.
This project is identified in the STIP as BO-2416, up to 80% federally-funded with a minimum of
20% local matching funds for PE & ROW phases. Construction is not yet funded. The planning
and environmental studies for this project require compliance with the National Environmental
Policy Act of 1969, as amended (NEPA).
PROPOSED CONTRACT TIME: 14 MONTHS (FEASIBILITY STUDY PHASE) + 24
MONTHS (FINAL DESIGN & ROW PHASES)
PROPOSED CONTRACT PAYMENT TYPE: LUMP SUM
4
Version: 2019.11.04.RJS
SUBMITTAL REQUIREMENTS
All LOIs are limited to fifteen (15) pages and shall be electronically formatted on 8-1/2” x 11”
pages, single-spaced. Front/back cover sheet, RS-2 forms, and an appendix containing resumes
of key staff are not included in the page count.
LOIs containing more than fifteen (15) pages will not be considered.
Firms submitting LOIs are encouraged to carefully check them for conformance to the
requirements stated above. If LOIs do not meet ALL of these requirements they will be
disqualified. No exception will be granted.
SELECTION PROCESS
Following is a general description of the selection process:
The LGA’s Selection Committee will review all qualifying LOI submittals.
The LGA’s Selection Committee MAY, at the LGA’s discretion, shortlist a minimum of three
(3) firms to be interviewed. IF APPLICABLE, dates of shortlisting and dates for interviews
are shown in the section SUBMISSION SCHEDULE AND KEY DATES at the end of this
RFLOI.
In order to be considered for selection, consultants must submit a complete response to
this RFLOI prior to the specified deadlines. Failure to submit all information in a timely
manner will result in disqualification.
TITLE VI NONDISCRIMINATION NOTIFICATION
The LGA in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252,
42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all RESPONDENTS that it
will affirmatively ensure that any contract entered into pursuant to this advertisement,
disadvantaged business enterprises will be afforded full and fair opportunity to submit LETTERS
of INTEREST (LOIs) in response to this ADVERTISEMENT and will not be discriminated against
on the grounds of race, color, or national origin in consideration for an award.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >