CHECK ALLWORK TYPES INCLUDED IN THIS PROJECT

1.0Preliminary Design
1.11 Environmental Documentation—Class I
1.12 Environmental Documentation—Class II
1.13 Environmental Documentation—Class III
1.21 Geometric Layouts—Level 1
1.22 Geometric Layouts—Level 2
1.23 Geometric Layouts—Level 3
2.0Highway Design
2.1 Highway Design—Level 1
2.2 Highway Design—Level 2
2.3 Highway Design—Level 3
3.0 Bridge Design
3.1 Bridge Design—Level 1
3.2 Bridge Design—Level 2
3.3 Bridge Design—Level 3
3.4 Bridge Design—Level 4
4.0Bridge Inspection
4.1 Structural Metals Inspection
4.4 HighMastLightTowers
5.0Environmental Studies
5.2 Air Quality Analysis
5.3 Noise Analysis & Abatement
5.41 Contaminated Property Investigation–Level I
5.42 Contaminated Property Investigation–Level II
5.51 Wetland Services–Level 1
5.52 Wetland Services–Level 2
5.53 Wetland Services–Level 3
5.6 Rare, Endangered & Threatened Species
_____Mammals _____Birds _____Fish
_____Reptiles _____Insects _____Mollusks
_____Plants
6.0Materials Testing
6.1 Geotechnical Studies
6.2 Highway Materials Testing
6.31 Geotechnical Laboratory Testing–Level 1
6.32 Geotechnical Laboratory Testing–Level 2
6.4 Vibration Analysis and Monitoring
6.5 Pile Load Testing
6.6 Standard Penetration Test & Rock Coring
6.7 Cone Penetration Test
6.8 Solid Stem Auger Drilling
6.9 Soils Analysis and Recommendations
6.10 Ground Penetrating Radar (GPR) Survey
7.0Transportation Planning
7.11 Planning–Class I (Statewide)
7.12 Planning–Class II (Regional & Corridor)
7.13 Planning–Class III (Transportation Data & Stats)
8.0Right of Way Assistance
8.1 Direct Purchase
8.2 Relocation Assistance
8.3 Field Title Investigation
8.4 Title Services
8.51 R/W Appraisals–Level 1
8.52 R/W Appraisals–Level 2
8.53 R/W Appraisals–Level 3
8.54 R/W Appraisals–Level 4 / 9.0Land Surveys
9.11 Geodetic Surveying–Level 1
9.12 Geodetic Surveying–Level 2
9.13 Geodetic Surveying–Level 3
9.14 Geodetic Surveying–Level 4
9.2 Legal Descriptions
9.3 Right of Way Plats
9.4 Design/Location Surveys
9.5 Right-of-Way Surveys
9.6 Land Surveys
10.0Photogrammetry & Remote Sensing
10.1 Photogrammetric Mapping
10.21 Aerial Photography–Level 1
10.22 Aerial Photography–Level 2
10.23 Remote Sensing–Level 1
10.24 Remote Sensing–Level 2
11.0CEI/Contract Administration
11.1 CI–Grading & Base, Bituminous & Concrete
11.2 Construction Inspection–Bridge Construction
11.3 Construction Surveying
11.4 Materials Sampling & Testing–Field Sampling
11.5 Materials Samp. & Test – Plant Insp./Bituminous
11.6 Materials Samp. & Test – Plant Insp./Concrete
11.7 Construction Contract Administration & Mgmt.
11.8 Construction Project Scheduling
12.0Cultural Resources
12.11 Archaeology Studies – Level I
12.12 Archaeology Studies – Level II
12.3 Geomorphology Studies
12.4 Architectural/History Studies
12.5 Historic Architect Services
13.0Storm Water System Inspection
13.1 Storm Water System Inspection–Level 1
13.2 Storm Water System Inspection–Level 2
13.3 Storm Water System Inspection–Level 3
14.0Traffic Engineering
14.1 Traffic Signal Design
14.2 Traffic Signal Operations
14.3 Roadway Lighting Design
14.4 Temporary Traffic Control Plan Design
14.61 Signing Plan Design & SP–Level 1
14.62 Signing Plan Design & SP–Level 2
14.63 Signing Plan Design & SP–Level 3
14.7 Traffic Engineering Special Studies
14.81 Freeway Modeling–Level 1
14.82 Freeway Modeling–Level 2
14.83 Freeway Modeling–Level 3
14.84 Freeway Modeling–Level 4
15.0Subsurface Utility Engineering (SUE)
15.0 Subsurface Utility Engineering (SUE)
16.0Value Engineering (VE) Study/Workshop
16.1 Value Engineering (VE) Study/Workshop
17.0Roundabouts
17.11 Low Demand–Level 1
17.12 Low Demand–Level 2
17.21 High Demand–Level 1
17.22 High Demand–Level 2
18.0Transportation Landscape Architecture
18.1 Transportation Landscape Architecture

PRE-QUALIFICATION ANNOUNCEMENT

Minnesota Department of Transportation (Mn/DOT)

TH 14 North Mankato Design/Build Oversight

Project Description:

Design review and oversight during the design stages of the project. Construction inspection and testing of the materials incorporated into the project. CPM schedule management assistance. Environmental management, including erosion control and storm water management. Document management. The project will begin in August of 2011 and run through September of 2013.

Currentlayout ftp://ftp2.dot.state.mn.us/pub/outbound/ocic/TH14NorthMankato/2011-03-14-UPDATED-Layout/TH14_5203-85_Layout-Full.pdf

NOTE: Materials testing duties will NOT be the same as previous Design-Build jobs. Quality Control testing will now be the responsibility of Mn/DOT and therefore part of this contract. The Schedule of Materials Control will be the same as any standard Mn/DOT Design-Bid-Build job.

Selection Criteria:

Representatives of the Mn/DOTwill evaluate all Letters of Interest received by the deadline. In some instances, an interview may be part of the evaluation process. A 100-point scale will be used to create the final evaluation recommendation. The factors and weighting on which Letters of Interest will be judged are:

ESTIMATED CONTRACT VALUES ABOVE $800,000

Expressed understanding of project objective and capability to meet project schedule15%

Work plan outline and Project Approach10%

Qualifications and experience of personnel working on the project and team members 30%

Qualifications and experience of company and coordination of team(s)25%

Ability of project team to respond quickly20%

*Note: Responders must complete the “Location of Service Disclosure and Certification Form” and submit it along with their Letter of Interest.

Short Listing Process:

Mn/DOT Representatives will create a short list of responders, based on the above selection criteria, for final consideration. The number of short listed responders will be determined by Mn/DOT, at its sole discretion. Once the short listing is complete, Mn/DOT will issue a Pre-Qualification Request for Proposals to the short listed responders requesting a detailed proposal. A successful responder will then be selected based on Mn/DOT’s selection procedures and policies.

Interested Responders:

In order to submit a Letter of Interest, responders must be pre-qualified at the time this Announcement is made available. This project has its own “Official Pre-Qualified Consultant List” that indicates the responders that are eligible to submit for this specific project.**

**Please note: If responders are not pre-qualified for all work types needed for a project, they must make arrangements to subcontract with firms that are pre-qualified for those work types. If applicable, the responder must identify, in the letter of interest, their subcontractor and which work type the subcontractor will be completing.

If there are no firms listedon the “Official Pre-Qualified Consultant List” for an identified work type(s), the responder may provide the work themselves or they may subcontract with any firm they choose.

Submit one copy of the Letter of Interest to:

Minnesota Department of Transportation

Craig Felber, Contract Administrator

2151 Bassett Drive

Mankato, MN 56001

All responses must be received no later 2:00 p.m. Central DaylightTime on April 15, 2011. Deliver to District 7 Headquarters Building, 2151 Bassett Drive, Mankato, MN 56001.

  • Letters of Interest are accepted at the Information Desk only. The receptionist will time stamp the proposal and contact the Consultant Agreement Administrator.

Questions

Pre-qualified prospective responders who have any questions regarding this request for Letter of Interest must submit questions by e-mail to:

Craig Felber, Contract Administrator

All questions and answers will be posted on Mn/DOT’s Consultant Services Web Page at under the Professional/Technical Notices Section. All pre-qualified responders are responsible for checking the web page for any addendums to this Announcement and any questions that have been answered.

Questions regarding this Announcement must be received by Mn/DOT no later than 2:00 p.m.Central Daylight Time on April 7, 2011.

Mn/DOT anticipates posting answers to all questions received by 2:00 p.m.Central Daylight Time on April 11, 2011.

No other department personnel are allowed to discuss this Announcement, before the Letter of Interest submission deadline. Contact regarding this Announcement with any personnel not listed above could result in disqualification.

Late Letters of Interest will not be considered.Fax and e-mail responses will not be considered. Responses to this Announcement will be open for public review only in accordance with Minnesota Statutes §13.591.

Mn/DOT Not Obligated To Complete Project

This request for Letters of Interest does not obligate Mn/DOT to award a Contract or complete the project, and Mn/DOT reserves the right to cancel the solicitation if it is considered to be in its best interest.

Disposition of Responses

The Letter of Interest will become property of Mn/DOT and will become public record after the evaluation process is completed and the Contract is executed.

Organizational Conflicts of Interest

Responders must complete the attached “Conflict of Interest Checklist and Disclosure Form” and submit it along with the response.

Veteran-Owned Preference

In accordance with Minnesota Statutes §§16C.16 (subdivision 6a) and 16C.19, eligible certified veteran-owned small businesses will receive a 6 percent preference in the evaluation of their proposal.

To be eligible for the preference, a business must have its “principal place of business” in Minnesota and must be certified by the United States Department of Veterans Affairs as either a veteran-owned small business or a service-disabled veteran-owned small business. To claim the preference, the responder must complete the “Veteran-Owned Business Preference” form and submit it with its proposal. Only eligible, certified, veteran-owned/service disabled small businesses that provide the required documentation, per the form, will be given the preference.

Eligible veteran-owned and eligible service-disabled veteran-owned small businesses must be currently certified by the United States Department of Veterans Affairs prior to the solicitation opening date and time to receive the preference.

Information regarding certification by the United States Department of Veterans Affairs may be found at http://www.vetbiz.gov.

Early Retirement Incentive Reemployment Prohibition

Laws of Minnesota 2010, Chapter 337, Subdivision 5, provided an early retirement incentive to some State of Minnesota employees. The law provides that an individual who received an early retirement incentive payment may not be hired as a consultant by any agency or entity that participates in the State Employee Group Insurance Program for a period of three years after termination of service. By submitting a proposal under this RFP, the responder certifies that it will not utilize any former state employee in the performance of a contract who received a retirement incentive payment under Laws of Minnesota 2010, Chapter 337, unless three years have passed from the date of the employee’s separation from state service.

Letter of Interest Format

The Letter of Interest must follow the format below and must not exceed five, single-sided pages, with no smaller than 11 point font. If a responders Letter of Interest exceeds five pages, any pages following the fifth (regardless of what content those pages include) will be removed from the Letter of Interest (Note: the “Location of Service Disclosure and Certification Form”, the “Conflict of Interest Checklist and Disclosure Form” and the “Immigration Status Certification Form” will not be included as part of the five page limit):

  1. Responder’s company name, business address, the contact person’s name, telephone number, fax number and e-mail address.
  2. Confirm that the responder, and if applicable, its Subcontractor(s) are pre-qualified for the above listed work type(s).
  3. List the key personnel that would be assigned to the project and what roles and responsibilities they will have.
  4. List the current projects/workload for the proposed key personnel and the expected completion dates of those projects. For each key personnel, indicate the percentage of their time allocated to those current projectsand the percentage of their time available to work on this project.
  5. Provide a statement that demonstrates responders understanding of project.
  6. Provide a work plan outline and Project Approach and affirm the responder’s ability to provide the services within the identified time frame.
  7. Provide any other information, not included in the submitted Pre-Qualification Packet, which would be relevant to this project and assist Mn/DOT in making a selection.
  8. Submit all required forms.
  9. Provide the following statement and signature:

I hereby certify that I am a duly authorized representative of the Company and that the information contained within this Letter of Interest is current, true and correct to the best of my knowledge. I hereby authorize and request any person, agency or firm to furnish any pertinent information requested by the Minnesota Department of Transportation deemed necessary to verify the statements made in this application.

(Signature)(Title)(Date)

STATE OF MINNESOTA

LOCATION OF SERVICE DISCLOSURE AND CERTIFICATION

Check all that apply:

The services to be performed under the anticipated contract as specified in our Letter of Interest will be performed ENTIRELY within the State of Minnesota

The services to be performed under the anticipated contract as specified in our Letter of Interest entail work ENTIRELY within another state within the United States.

The services to be performed under the anticipated contract as specified in our Letter of Interest will be performed in part within Minnesota and in part within another state within the United States.

The services to be performed under the anticipated contract as specified in our Letter of Interest DO involve work outside the United States. Below (or attached) is a description of:

  • The identity of the company (identify if subcontractor) performing services outside the United States;
  • The location where services under the contract will be performed; and
  • The percentage of work (in dollars) as compared to the whole that will be conducted in each identified foreign location.
CERTIFICATION

By signing this statement, I certify that the information provided above is accurate and that the location where services have been indicated to be performed will not change during the course of the contract without prior, written approval from the State of Minnesota.

Name of Company: ______

Authorized Signature: ______

Printed Name: ______

Title: ______

Date: ______

Telephone Number: ______

CONFLICT OF INTEREST CHECKLIST AND DISCLOSURE FORM

Purpose of this Checklist. This checklist is provided to assist proposers in screening for potential organizational conflicts of interest. The checklist is for the internal use of proposers and does not need to be submitted to Mn/DOT, however, the Disclosure of Potential Conflict of Interest form should be submitted in a separate envelope along with your proposal.

Definition of “Proposer”. As used herein, the word “Proposer” includes both the prime contractor and all proposed subcontractors.

Checklist is Not Exclusive. Please note that this checklist serves as a guide only, and that there may be additional potential conflict situations not covered by this checklist. If a proposer determines a potential conflict of interest exists that is not covered by this checklist, that potential conflict must still be disclosed.

Use of the Disclosure Form. A proposer must complete the attached disclosure form and submit it with their Proposal (or separately as directed by Mn/DOT for projects not awarded through a competitive solicitation). If a proposer determines a potential conflict of interest exists, it must disclose the potential conflict to Mn/DOT; however, such a disclosure will not necessarily disqualify a proposer from being awarded a Contract. To avoid any unfair “taint” of the selection process, the disclosure form should be provided separate from the bound proposal, and it will not be provided to selection committee members. Mn/DOT Contract Management personnel will review the disclosure and the appropriateness of the proposed mitigation measures to determine if the proposer may be awarded the contract notwithstanding the potential conflict. Mn/DOT Contract Management personnel may consult with Mn/DOT’s Project Manager and Department of Administration personnel. By statute, resolution of conflict of interest issues is ultimately at the sole discretion of the Commissioner of Administration.

Material Representation. The proposer is required to submit the attached disclosure form either declaring, to the best of its knowledge and belief, either that no potential conflict exists, or identifying potential conflicts and proposing remedial measures to ameliorate such conflict. The proposer must also update conflict information if such information changes after the submission of the proposal. Information provided on the form will constitute a material representation as to the award of this Contract. Mn/DOT reserves the right to cancel or amend the resulting contract if the successful proposer failed to disclose a potential conflict, which it knew or should have known about, or if the proposer provided information on the disclosure form that is materially false or misleading.

Approach to Reviewing Potential Conflicts. Mn/DOT recognizes that proposer’s must maintain business relations with other public and private sector entities in order to continue as viable businesses. Mn/DOT will take this reality into account as it evaluates the appropriateness of proposed measures to mitigate potential conflicts. It is not Mn/DOT’s intent to disqualify proposers based merely on the existence of a business relationship with another entity, but rather only when such relationship causes a conflict that potentially impairs the proposer’s ability to provide objective advice to Mn/DOT. Mn/DOT would seek to disqualify proposers only in those cases where a potential conflict cannot be adequately mitigated. Nevertheless, Mn/DOT must follow statutory guidance on Organizational Conflicts of Interest.

Statutory Guidance.Minnesota Statutes §16C.02, subd. 10 (a) places limits on state agencies ability to contract with entities having an “Organizational Conflict of Interest”. For purposes of this checklist and disclosure requirement, the term “Vendor” includes “Proposer” as defined above. Pursuant to such statute, “Organizational Conflict of Interest” means that because of existing or planned activities or because of relationships with other persons: (1) the vendor is unable or potentially unable to render impartial assistance or advice to the state; (2) the vendor’s objectivity in performing the contract work is or might otherwise be impaired; or (3) the vendor has an unfair advantage.

Additional Guidance for Professionals Licensed by the Minnesota Board of Engineering. The Minnesota Board of Engineering has established conflict of interest rules applicable to those professionals licensed by the Board (see Minnesota Rules part 1805.0300) Subpart 1 of the rule provides “A licensee shall avoid accepting a commission where duty to the client or the public would conflict with the personal interest of the licensee or the interest of another client. Prior to accepting such employment the licensee shall disclose to a prospective client such facts as may give rise to a conflict of interest”.

An organizational conflict of interest may exist in any of the following cases:

The proposer, or its principals, own real property in a location where there may be a positive or adverse impact on the value of such property based on the recommendations, designs, appraisals, or other deliverables required by this Contract.