Flowers Road Multiuse Path (RFQ 24-002)

Agency: City of Doraville
State: Georgia
Level of Government: State & Local
Category:
  • 80 - Brushes, Paints, Sealers, and Adhesives
Opps ID: NBD17389050622880579
Posted Date: Feb 28, 2024
Due Date: Apr 5, 2024
Source: Members Only


Flowers Road Multiuse Path (RFQ 24-002)
DESCRIPTION

The City of Doraville (the Community) is soliciting Statement of Qualifications (SOQs) from qualified firm(s) or organization(s) to provide consultant services for preliminary engineering services for a sidewalk and multiuse path project on Flowers Road from the MARTA and freight rail (Norfolk Southern) tracks to Van Fleet Circle.



DOCUMENTS
RFQ 24-002 - PI 0019855 - Flowers Road Multiuse Path

SCHEDULE OF EVENTS

PHASE I

DATE

TIME

a.  Issuance of public advertisement of RFQ-24-002

03/01/2024

12:00 PM

b.  Deadline for submission of written questions and requests for clarification

03/15/2024

12:00 PM

c. Last day for addendum publication

03/22/2024

12:00 PM

d.  Deadline for submission of Statements of Qualifications

04/05/2024

12:00 PM

e.  Completion of evaluation and issue notification and other information to finalist firms.

TBD

PHASE II

f.  Deadline for submission of written questions from finalists

TBD

g. Phase II Response of Finalist firms due

TBD



Attached Document :


RFQ 24-002 - PI 0019855 - Flowers Road Path.pdf

Attachment Preview

Date Posted: 3/1/2024
City of Doraville
Request for Qualifications
To Provide
Engineering Design Services
GDOT PI# 0019855
FLOWERS ROAD FROM LONGMIRE WAY TO VAN FLEET CIRCLE
Flowers Road Multiuse Path
RFQ 24-003
Qualifications Due: Friday, April 5, 2024
City of Doraville
3725 Park Avenue
Doraville, GA 30340
1
RFQ 24-003
Friday, March 1, 2024
REQUEST FOR QUALIFICATIONS
RFQ 24-003
Engineering Design Services
I. General Project Information
A. Overview
The City of Doraville (the Community) is soliciting Statement of Qualifications (SOQs) from qualified firm(s) or
organization(s) to provide consultant services for preliminary engineering services for a sidewalk and multiuse path
project on Flowers Road from the MARTA and freight rail (Norfolk Southern) tracks to Van Fleet Circle.
This Request for Qualifications (RFQ) seeks to identify potential providers for the Scope of Services for the
project/contract listed in Exhibit I. Firms that respond to this RFQ, and are determined by the Community to be
sufficiently qualified, may be deemed eligible, and invited to offer a technical approach and/or possibly present
and/or interview for these services. All respondents to this RFQ are subject to instructions communicated in this
document, and are cautioned to completely review the entire RFQ and follow instructions carefully. Doraville
reserves the right to reject any or all SOQs or Technical Approach, and to waive technicalities and informalities at
the discretion of the Community.
B. IMPORTANT- A RESTRICTION OF COMMUNICATION IS IN EFFECT FOR THIS PROJECT.
From the advertisement date of this solicitation until successful respondents are selected and the award is made
official and announced, firms are not allowed to communicate about this solicitation or scope with any staff of the
Community including the the City Manager, Mayor, Council Members, Planning Department, and Public Works
Department, except for the submission of questions as instructed in the RFQ, or with the contact designated in RFQ
Section VIII.C., or as provided by any existing work agreement(s). For violation of this provision, the Community
reserves the right to reject the submittal of the offending respondent.
C. Due to the federal funding, this project will utilize the Georgia Department of Transportation Board’s
adopted overall annual goal of 15% for Disadvantaged Business Enterprise (DBE) participation. This goal
is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime
contracting, sub-contracting, joint-venture, or mentor/ protégé relationship.
The Community will monitor and assess each consultant services submittals for their DBE participation and/or good
faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of
Transportation DBE Program Plan.
For more information on the GDOT DBE Program please contact:
Georgia Department of Transportation
Equal Opportunity Division
One Georgia Center, 7th Floor
600 West Peachtree Street, NW
Atlanta, Georgia 30308
Phone: (404) 631-1972
D. Scope of Services
Under the terms of the resulting Agreement, the selected consultant will provide engineering design services, for
the Project identified. The anticipated scope of work for the project/contract is included in Exhibit I.
In addition, the Community desires that the Consultant have the ability to provide, either with its own forces or
through a sub-consultant team member, comprehensive services necessary to fulfill all preliminary engineering
services which may arise during the project cycle.
2
E. Contract Term and Type
RFQ 24-003
Friday, March 1, 2024
The Community anticipates one (1) Multi-Phase, Project Specific contract to be awarded to one (1) firm, for the
project/contract identified. The Community anticipates that the payment method could be Lump Sum, Cost Plus
Fixed Fee, cost per Unit of Work, or Specific Rates of Compensation. As a Project Specific contract, it is the
Community’s intention that the Agreement will remain in effect until successful completion of the Preliminary
Engineering (PE) phase of the projects. The Community may choose to utilize the selected consultant for
construction revisions, administration, engineering and inspection. These items may be be included in the contract
scope.
F. Contract Amount
The Multi-Phase, Project Specific contract amount will be determined via negotiations with the Doraville. If the
Community is unable to reach a satisfactory agreement and at reasonable rates to be paid for the services to be
provided, the Community reserves the right to terminate negotiations with the highest scoring finalist and begin
negotiations with the next highest scoring finalist.
II. Selection Method
A. Method of Communication
All general communication of relevant information regarding this solicitation will be made via the Georgia
Procurement Registry (GPR) under RFQ 24-003. All firms are responsible for checking the GPR on a regular basis
for updates, clarifications, and announcements. The Community reserves the right to communicate via electronic-
mail with the primary contact listed in the SOQ. Other specific communications will be made as indicated in the
remainder of this RFQ.
B. Phase I - Selection of Finalists
Based on the SOQ submitted in response to the projects/contracts listed in this RFQ, the Selection Committee will
review the Experience and Qualifications and Resources and Workload Capacity listed in Section IV.
Selection Criteria for Phase I. The Selection Committee will discuss the top submittals and the final rankings of
the top submittals will be determined. From the final rankings of the top submittals, the Selection Committee will
identify three (3) to five (5) firms which will be shortlisted.
All firms must meet the minimum requirements as listed in Section IV.A. below.
C. Finalist Notification for Phase II
Firms selected and shortlisted as finalists will receive notification and final instructions from the Community
regarding the Phase II Technical Approach response.
D. Phase II - Finalists Response on Technical Approach and Past Performance
The Community will request a Technical Approach of the three (3) to five (5) finalist firms for the project/contract.
The Community reserves the right to request a presentation/interview on any project/contract as determined in its
best interests; however, this additional requirement shall typically be reserved for the most complex projects. Each
finalist firm shall be notified in writing and informed of the Technical Apprach due date. Any additional detailed
Technical Approach instructions and requirements, beyond that provided in Section V. Selection Criteria for
Phase II, for the finalists will be provided in the Finalist Notification. All members of the Selection Committee will
review the Technical Approach (and will attend the presentation/interview if so chosen). Firms shall not address
any questions, prior to the award announcement, to anyone other than the designated contact.
E. Final Selection
Final selection will be determined by carrying the scores from Phase I forward for each Finalist and by evaluating
the Technical Approach and Past Performance criteria for Phase II. The Selection Committee will discuss the
Finalist’s Phase II Responses and the final rankings will be determined.
3
RFQ 24-003
Friday, March 1, 2024
Negotiations will then be initiated with the top-ranked firm(s) to finalize the terms and conditions of the contract(s),
including the fees to be paid. In the event a satisfactory agreement cannot be reached with the highest-ranking
firm(s), The Community will formally terminate the negotiations and possibly enter into negotiations with the second
highest-ranking firm, and so on in turn until a mutual agreement is established and the Community awards a
contract. The final form of the contract shall be developed by the Community.
III. Schedule of Events
The following Schedule of Events represents the Community’s best estimate of the Schedule that will be followed. All
times indicated are prevailing times in Atlanta, Georgia. The Community reserves the right to adjust the Schedule as
deemed necessary.
PHASE I
a. Issuance of public advertisement of RFQ 24-003
b. Deadline for submission of written questions and requests for clarification
DATE
03/01/2024
TIME
12:00pm
03/15/2024 12:00pm
c. Last day for addendum publication
d. Deadline for submission of Statements of Qualifications
03/22/2024 12:00pm
04/05/2024 12:00pm
e. Completion of evaluation and issuance shortlist and phase II
PHASE II
f. Deadline for submission of written questions from finalists
g. Phase II Response of Finalist firms due
TBD
TBD
TBD
TBD
TBD
TBD
IV. Selection Criteria for Phase I - Criteria for Evaluation of Statements of Qualifications
A. Area Class Requirements and Certification
Presented teams must be prequalified in the indicated Area Class(es) in order to be evaluated. Required proof of
prequalification shall be submitted as indicated in Section VI.B.4. below. All Submittals will be pre-screened to
verify that the Prime consultant has the required Area Class(es) and that the overall team has the required Area
Class(es). Any submittal in which the Prime consultant or the overall team area class requirements are not met will
be disqualified from further consideration.
Each submittal will require a certification to allow the Community to analyze risks in determining if any Firm should
be ineligible for award. The certification shall cover a wide variety of information. Any firm which responds in any
potentially concerning manner must provide additional information as directed herein for consideration by the
Community to determine if Firm is eligible for award.
B. Project Manager, Key Team Leader(s) and Prime’s Experience, and Qualifications 30%
The Selection Committee will evaluate all firms on their Experience and Qualifications, which shall account for a
total of thirty (30%) percent of the total evaluation. The following criteria for scoring Phase I of the evaluation
will be utilized to determine which firms are shortlisted:
1. Project Manager education, registration, relevant engineering experience, relevant project management
experience, experience in utilizing GDOT specific processes, manuals, or guidance.
4
RFQ 24-003
Friday, March 1, 2024
2. Key Team Leaders’ education, registration, relevant technical experience, and relevant experience in utilizing
GDOT specific processes, manuals, or guidance.
3. Prime Consultant’s experience in delivering projects of similar complexity, size, scope, and function.
C. Project Manager, Key Team Leader(s) and Prime’s Resources, and Workload Capacity 20%
The Selection Committee will evaluate all firms on their Resources availability and Workload Capacity which shall
account for a total of twenty (20%) percent of the total evaluation. The following criteria for scoring the
Resources and Workload Capacity will be utilized to determine which firms are shortlisted:
1. Project Manager Workload
2. Workload capacity of Key Team Leader(s)
3. Resources dedicated to delivering project
4. Ability to Meet Project Schedule
V. Selection Criteria for Phase II - Criteria for Evaluation of Technical Approach and Past Performance
A. Technical Approach 40%
The Selection Committee will evaluate the shortlisted firms (Finalists) on their Technical Approach, which shall
account for a total of forty (40%) percent. The Selection Committee shall utilize the following additional criteria for
scoring Phase II of the evaluation to determine the highest ranked/most qualified (NOTE: Scores from Phase I
will be carried forward and combined with the scores from the Phase II to determine the final ranking of
Finalists):
1. Provide any unique technical approaches your firm offers relative to addressing anticipated design concepts,
use of any alternative methods for delivery (if applicable), and/or management of the project.
2. Identify any unique challenges of the project and how your firm intends to mitigate these challenges, including
quality control, quality assurance procedures.
3. Provide any specific qualifications, skills, knowledge of the project and project area which may uniquely benefit
the firm and project, and your ability and willingness to meet time requirements.
B. Past Performance 10%
The Selection Committee may consider information provided via references provided for relevant projects,
knowledge any selection committee member has of performance on relevant projects, and performance evaluations
or knowledge presented on GDOT projects. The Selection Committee will consider all factors in their totality and
score from 0 to 10 when arriving at a final score for the Past Performance.
VI. Instructions for Content and Preparation of Statements of Qualifications Phase I Response
The Statements of Qualifications submittal must be submitted in accordance with the instructions provided in
Section VIII, and must be organized, categorized using the same headings (in red), and
numbered and lettered exactly as outlined below, and must be responsive to all requested information.
For the sections in which page number limits are stated, each section with a stated limit must begin on a new
page and end on the last page allowed for the section. It is not allowed to begin new sections on a page allowed
for a previous section, if applicable. This will enable the Community to ensure compliance with the page
limitations.
Cover page Each project/contract submittal must have a separate cover page for each copy of each submittal for
each project/contract and each must list the RFQ#, RFQ Title, proposing firm’s full legal name and the
specific project contract being submitted on to include the PI Number, Doraville, and Description.
A. Administrative Requirements
It is required to submit the information below for each copy of each submittal. This is general information
and will not be scored but may be used to determine eligibility for selection. Under Administrative
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 >