1.1 Purpose
Under Authority granted by Title 39 of Louisiana Revised Statutes, the Louisiana Department of Transportation and Development (DOTD) hereby issues this Request for Proposals (RFP) to all qualified Consultants for the purpose of issuing a contract for technical assistance for statewide transit programs. The contract awarded shall be based upon the proposal most advantageous to DOTD, price and other factors considered, and it will be subject to the availability of funds.
1.2 Background
Funded under Chapter 53 of Title 49 of the United States Code, assistance will include a newsletter, marketing, coordination, workshops, training and information technology. It is the intent of DOTD to select a Consultant to supply all of the services necessary for the successful completion of the project.
1.3 Scope of Services
Attachment I details the scope of services and deliverables or desired results that DOTD requires of the Consultant. 1.4 Project Manager The Project Manager is Ms. Carol Cranshaw, she may be reached at 225-274-4302.
2.0 ADMINISTRATIVE INFORMATION
2.1 Expected Time Period for Contract
The period of any contract resulting from this RFP is tentatively scheduled to begin on or about July 01, 2005 and to continue through June 30, 2008.
2.2 RFP Coordinator
Requests for copies of the RFP and written questions must be directed to the RFP Coordinator listed below: Dr. Babak Naghavi, P.E., P.H. Consultant Contract Services Administrator 1201 Capitol Access Road, Room 405-T Baton Rouge, LA 70802-4438 or Post Office Box 94245 Baton Rouge, Louisiana 70804-9245 Telephone: (225) 379-1989 Fax: (225) 379-1859 This RFP is available in electronic form at www.dotd.lousisana.gov in Microsoft Word format or in printed form by submitting a written request to the RFP Coordinator.
2.3 Consultant Inquiries
DOTD will consider written Consultant inquiries regarding RFP requirements or Scope of Services before the date specified in the Calendar of Events. DOTD reserves the right to modify the RFP should a change be identified that is in the best interest of DOTD. To be considered, written inquiries and requests for clarifi-cation of the content of this RFP should be received at the above address or via fax by 2:00 p.m. on the date specified in the Calendar of Events. Any and all questions directed to the RFP Coordinator will be deemed to require an official response. Official responses to each of the questions presented by the Consultant will be sent to all potential Consultants who have submitted a letter of intent to submit by the deadline shown in the calendar of events. 2.4 Notice of Intent to Submit A written Notification of Intent to Submit must be received by the RFP Coordinator by the submission deadline shown in the Calendar of Events.
2.5 Pre-proposal Conference
A mandatory pre-proposal conference will be held at 8:30 a.m. May 03, 2005 in the DOTD Auditorium located in the DOTD Headquarters Building. Prospective Consultants should participate in the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions. Any Consultant/team intending to submit a proposal should have at least one duly authorized representative attend the Pre-proposal Conference. Although questions will be permitted and answers will be provided during the conference, the only official answer or position of DOTD will be stated in writing in response to written questions. Therefore, Consultants should submit all questions in writing (even if an answer has already been given to an oral question). After the conference, questions will be researched and the official response distributed on the date specified in the Calendar of Events.
2.6 Calendar of Events
Event Date Advertise RFP and mail public announcements April 15, 2005 Deadline for written notification of Intent to Submit April 21, 2005 Deadline for receiving Consultant inquiries April 27, 2005 Pre-proposal Conference May 03, 2005 Issue responses to Consultant inquiries May 06, 2005 Proposal submission deadline May 23, 2005 Announce Award of "Successful Consultant" June 06, 2005 Contract execution July 01, 2005 NOTE: DOTD reserves the right to amend and/or change this schedule of RFP activities, as it deems necessary.
3.0 PROPOSAL INFORMATION
3.1 Proposal Response Location
Consultants who are interested in providing consulting services under this RFP should submit all proposals containing the information specified in Section 4.0. The fully completed original proposal with original signatures by an authorized representative and all copies should be received in hard copy (printed) version by the RFP Coordinator designated above by the deadline date specified in the Calendar of Events. Fax or e-mail submissions are not acceptable.
3.2 Determination of Responsibility
Determination of the Consultant’s responsibility relating to this RFP shall be made according to the standards set forth in LAC 34: 136. DOTD must find that the Consultant: ü Has adequate financial resources for performance, or has the ability to obtain such resources as required during performance; ü Has the necessary experience, organization, technical qualifications, skills, and facilities, or has the ability to obtain them; ü Is able to comply with the proposed or required time of delivery or performance schedule; ü Has a satisfactory record of integrity, judgment, and performance; and ü Is otherwise qualified and eligible to receive an award under applicable laws and regulations.
3.3 Qualifications of Consultant
Consultants should include the following in their submittal: 1. Experience with Federal Transit Administration rules and regulations and coordination initiatives 2. Experience in managing, overseeing or planning transit projects 3. Experience with transit marketing strategies 4. Experience in developing and conducting workshops 5. Experience in developing newsletters and website design Consultants should ensure that their proposals contain sufficient information for DOTD to make its determination by presenting acceptable evidence of the above to perform the services.
3.4 Revisions to the RFP
DOTD reserves the right to change the calendar of events or revise any part of the RFP by issuing an addendum to the RFP at any time.
3.5 Waiver of Administrative Informalities
DOTD reserves the right, at its sole discretion, to waive administrative informalities contained in any proposal.
3.6 Proposal Rejection
Issuance of this RFP in no way constitutes a commitment by DOTD to award a contract. DOTD reserves the right to accept or reject, in whole or part, all proposals submitted and/or cancel this announcement if it is determined to be in DOTD’s best interest.
3.7 Withdrawal and Re-submission of Proposal
A Consultant may withdraw a proposal that has been submitted at any time up to the date and time the proposal is due. To accomplish this, a written request signed by the authorized representative of the Consultant must be submitted to the RFP Coordinator.
3.8 Subcontracting Information
DOTD shall have a single Prime-Consultant as the result of any contract negotiation, and that Prime-Consultant shall be responsible for all deliverables referenced in the RFP or proposal. This general requirement notwithstanding, Consultants may enter into Sub-Consultant arrangements, however the Prime-Consultant should acknowledge in their proposal total responsibility for the entire contract. If the Consultant intends to subcontract for portions of the work, the Consultant should include specific designations of the tasks to be performed by the Sub-Consultant. Information required of the Consultant under the terms of this RFP is also required for each Sub-Consultant. Unless provided for in the contract with DOTD, the Prime-Consultant shall not contract with any other party for furnishing any of the work and professional services herein contracted for without the express written approval of DOTD.
3.9 Ownership of Proposal
All materials submitted in response to this request become the property of DOTD. Selection or rejection of a proposal does not affect this right.
3.10 Proprietary Information
Only information, which is in the nature of legitimate trade secrets or non-published financial data, may be deemed proprietary or confidential. Any material within a proposal identified as such must be clearly marked in the proposal and will be handled in accordance with the Louisiana Public Record Act, R.S. 44:1-44 and applicable rules and regulations. Any proposal marked as confidential or proprietary in its entirety may be rejected without further consideration or recourse.
3.11 Cost of Preparing Proposals
DOTD is not liable for any costs incurred by prospective Consultants prior to issuance of or entering into a contract. Costs associated with developing the proposal, preparing for oral presentations, and any other expenses incurred by the Consultant in responding to this RFP are entirely the responsibility of the Consultant, and shall not be reimbursed in any manner by DOTD.
3.12 Errors and Omissions in Proposal
DOTD will not be liable for any errors in proposals. DOTD reserves the right to make corrections or amendments due to errors identified in proposals by DOTD or the Consultant. DOTD, at its option, has the right to request clarification or additional information from the Consultants.
3.13 Contract Award and Execution
DOTD reserves the right to enter into a Contract without further discussion of the proposal submitted based on the initial offer received. DOTD reserves the right to contract for all or a partial list of services offered in the proposal. The RFP and proposal of the selected Consultant will become part of any contract initiated by DOTD. See Attachment V. The selected Consultant will be expected to enter into a contract which is substantially the same as the sample contract included in Attachment V. In no event is a Consultant to submit its own standard contract terms and conditions as a response to this RFP. The Consultant should submit with their proposal any exceptions or exact contract deviations that their firm wishes to negotiate. Negotiations may begin with the announcement of the selected Consultant. If the contract negotiation period exceeds 10 working days or if the selected Consultant fails to sign the final contract within 10 working days of delivery of it, DOTD may elect to cancel the award and award the contract to the next-highest-ranked Consultant.
3.14 Code of Ethics
Consultants are responsible for determining that there will be no conflict or violation of the Ethics Code if their company is awarded the contract. Ethics issues are interpreted by the Louisiana Board of Ethics.
4.0 RESPONSE INSTRUCTIONS
4.1 Proposal Submission
One original (stamped original) and four copies of the proposal must be submitted to DOTD. The proposal will be identified with the State Project No. 741-99-0160 and will be submitted prior to 3:00 p.m. on Monday, May 23, 2005, by hand delivery or mail addressed to: Dr. Babak Naghavi, P.E., P.H. Consultant Contract Services Administrator 1201 Capitol Access Road, Room 405-T Baton Rouge, LA 70802-4438 or Post Office Box 94245 Baton Rouge, Louisiana 70804-9245 Telephone: (225) 379-1989 Fax: (225) 379-1859 The proposal must be signed by those company officials or agents duly authorized to sign proposals or contracts on behalf of the organization. A certified copy of a board resolution granting such authority should be submitted. It is solely the responsibility of each Consultant to assure that their proposal is delivered at the specified place and prior to the deadline for submission. Proposals, which for any reason are not received timely, will not be considered.
4.2 Cover Letter
A cover letter should be submitted on the Consultant's official business letterhead explaining the intent of the Consultant.
4.3 Proposal Format
The Consultant should submit a proposal as specified in Attachment III which shall include enough information to satisfy evaluators that the Consultant has the appropriate experience, and qualifications to perform the scope of services as described herein. The Consultant should respond to all areas requested.
4.4 Certification Statement
The Consultant must sign and submit the Certification Statement shown in Attachment IV.
5.0 EVALUATION AND SELECTION
5.1 Evaluation Team
The evaluation of proposals will be accomplished by DOTD's Consultant Evaluation Committee, which will determine the proposal most responsive and advantageous to DOTD.
5.2 Administrative and Mandatory Screening
All proposals will be reviewed to determine compliance with administrative and mandatory requirements as specified in the RFP. Proposals found not to be in compliance will be rejected from further consideration.
5.3 Evaluation and Review
Evaluation of proposals will be performed by the DOTD Consultant Evaluation Committee. Each proposal is rated from 0 to 4 in all four (4) of the criteria, with Price having the highest possible score of 24. For reference, the ratings are based on the following: 0 - Unsatisfactory 1 - Poor 2 - Fair 3 - Good 4 - Excellent Each criteria also has a weight factor that is applied to place them in the proper relationship with each other. These weighting factors vary from 4 to 6. No interviews or oral presentation will be held. The following evaluation criteria will be considered:
DOTD will notify the successful Consultant and proceed to negotiate terms for final contract. Unsuccessful Consultants will be notified in writing accordingly.
6.0 CONSULTANT REQUIREMENTS
6.1 Corporation Requirements
Upon the award of the contract, if the Consultant is a corporation not incorporated under the laws of the State of Louisiana, the Consultant shall have obtained a certificate of authority pursuant to R. S. 12:301-302 from the Secretary of State of Louisiana prior to the execution of the contract.
Upon the award of the contract, if the Consultant is a for-profit corporation whose stock is not publicly traded, the Consultant shall ensure that a disclosure of ownership form has been properly filed with the Secretary of State of Louisiana.
6.2 Compensation
Compensation to the Consultant for services rendered in connection with this contract will be made at the billable rates and other detailed costs specified in the Consultant’s proposal, for a maximum compensation proposed by the consultant for all services.
6.3 Billing and Payment
Payments to the Consultant for services rendered will be made monthly based on a certified and itemized invoice showing line item costs incurred based on the proposed rates. Any labor charges for approved services shall include the names of the employees, their classification, and the time worked. These shall be reimbursed at the approved billable rate for that classification established from the Consultant’s Proposal. These Rates shall be used for the duration of the Contract. Travel shall be reimbursed according with the State Travel Regulations. DOTD will allow adjustments for travel and other detailed costs between Tasks, up to the maximum established from the Consultant’s proposed costs. Any charges for approved services other than labor shall be detailed to include vendor name, cost, and description. Final payment for these costs will be adjusted after project completion, or at the request of the Project Manager, to reflect the actual costs experienced by the Consultant during the course of this contract as determined by DOTD’s Audit Section following the post audit of this contract. However, in no event shall such an adjustment allow the contract cost to exceed the maximum limitation imposed thereon. The allowable costs shall be in accordance with the cost principles and procedures set forth in 48 CFR 31 of the (FARS) as appropriate. 6.4 Contract Terms & Conditions The Consultant will be required to enter into a contract with DOTD that is basically the same as Attachment V. Any changes to those terms will be negotiated if state law allows such negotiation.
6.5 Indemnification
Neither party shall be liable for any delay or failure in performance beyond its control resulting from acts of God or force majeure. The parties shall use reasonable efforts to eliminate or minimize the effect of such events upon performance of their respective duties under contract. The Consultant shall be fully liable for the actions of its agents, employees, partners or Sub-Consultants and shall fully indemnify and hold harmless DOTD and its Authorized Users from suits, actions, damages and costs of every name and description relating to personal injury and damage to real or personal tangible property caused by the Consultant, its agents, employees, partners or Sub-Consultants, without limitation; provided, however, that the Consultant shall not indemnify for that portion of any claim, loss or damage arising hereunder due to the negligent act or failure to act of DOTD. The Consultant will indemnify, defend and hold DOTD and its Authorized Users harmless, without limitation, from and against any and all damages, expenses (including reasonable attorneys' fees), claims, judgments, liabilities and costs which may be finally assessed against DOTD in any action for infringement of a United States Letter Patent with respect to the Products furnished, or of any copyright, trademark, trade secret or intellectual property right, provided that DOTD shall give the Consultant: (i) prompt written notice of any action, claim or threat of infringement suit, or other suit, (ii) the opportunity to take over, settle or defend such action, claim or suit at the Consultant's sole expense, and (iii) assistance in the defense of any such action at the expense of the Consultant. Where a dispute or claim arises relative to a real or anticipated infringement, DOTD or its Authorized Users may require the Consultant, at its sole expense, to submit such information and documentation, including formal patent attorney opinions, as the Commissioner of Administration shall require. The Consultant shall not be obligated to indemnify that portion of a claim or dispute based upon: i) Authorized User's unauthorized modification or alteration of a Product; ii) Authorized User's use of the Product in combination with other products not furnished by Consultant; iii) Authorized User's use in other than the specified operating conditions and environment. In addition to the foregoing, if the use of any item(s) or part(s) thereof shall be enjoined for any reason or if the Consultant believes that it may be enjoined, the Consultant shall have the right, at its own expense and sole discretion as the Authorized User's exclusive remedy to take action in the following order of precedence: (i) to procure for DOTD the right to continue using such item(s) or part (s) thereof, as applicable; (ii) to modify the component so that it becomes non-infringing equipment of at least equal quality and performance; or (iii) to replace said item(s) or part(s) thereof, as applicable, with non-infringing components of at least equal quality and performance, or (iv) if none of the foregoing is commercially reasonable, then provide monetary compensation to DOTD up to the dollar amount of the Contract. For all other claims against the Consultant where liability is not otherwise set forth in the Contract as being "without limitation", and regardless of the basis on which the claim is made, the Consultant's liability for direct damages, shall be the greater of $100,000, the dollar amount of the Contract, or two (2) times the charges rendered by the Consultant under the Contract. Unless otherwise specifically enumerated herein or in the work order mutually agreed between the parties, neither party shall be liable to the other for special, indirect or consequential damages, including lost data or records (unless the Consultant is required to back-up the data or records as part of the work plan), even if the party has been advised of the possibility of such damages. Neither party shall be liable for lost profits, lost revenue or lost institutional operating savings. DOTD and Authorized User may, in addition to other remedies available to them at law or equity and upon notice to the Consultant, retain such monies from amounts due the Consultant, or may proceed against the performance and payment bond, if any, as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them.
6.6 Confidentiality
All financial, statistical, personal, technical and other data and information relating to DOTD’s operation which are designated confidential by DOTD and made available to the Consultant in order to carry out this contract, or which become available to the Consultant in carrying out this contract, will be protected by the Consultant from unauthorized use and disclosure through the observance of the same or more effective procedural requirements as are applicable to DOTD. The identification of all such confidential data and information as well as DOTD’s procedural requirements for protection of such data and information from unauthorized use and disclosure will be provided by DOTD in writing to the Consultant. If the methods and procedures employed by the Consultant for the protection of the Consultant’s data and information are deemed by DOTD to be adequate for the protection of DOTD’s confidential information, such methods and procedures may be used, with the written consent of DOTD, to carry out the intent of this paragraph. The Consultant will not be required under the provisions of the paragraph to keep confidential any data or information, which is or becomes publicly available, is already rightfully in the Consultant’s possession, is independently developed by the Consultant outside the scope of the contract, or is rightfully obtained from third parties. Under no circumstance is the Consultant to discuss and/or release information to the media concerning this project without prior express written approval of the DOTD.
ATTACHMENT I
SCOPE OF SERVICES FUNCTIONAL AND TECHNICAL REQUIREMENTS The selected Consultant shall provide technical assistance services for public transportation providers of the State. Assistance will include the publication of a newsletter, plan updates, technical and Information Technology assistance, workshops, site visits, vehicle roadeo and training as needed. All travel will be in accordance with with Louisiana Office of State Travel regulations found at: http://www.state.la.us/osp/travel/travelOffice.htm. Task 1: Newsletter. Publish the established Louisiana Transitions quarterly newsletter, utilizing DOTD’s existing format, via Internet link (http://www.dotd.state.la.us/intermodal/transit/publications/publications.htm) to Public Transportation website, and provide 50 hard copies to DOTD utilizing high grade paper with a minimum of 4 pages center folded with each page to measure 8-1/2” x 11” and a maximum of 10 pages. Publication of newsletter will begin on the following quarter after execution of contract and every quarter thereafter for a period of three (3) years. Effort should not take more than 800 man hours. § Research current transit-related events and issues. Collect and compile data and information from relevant national, state and local sources. This shall include a minimum of one interview with a transit entity per quarter, gathering information and/or photos for “spotlight” articles, composing, writing and editing articles according to accepted journalistic practices. § Compose and layout articles and present draft to DOTD for approval. Task 2: Web-based Financial Tracking System and Website. § Provide up to 100 man hours of technical assistance regarding the conversion of New Mexico’s (CRRAFT) software for Louisiana (Attachment II). § May include up to two trips consisting of approximately 5 days each to Albuquerque, New Mexico to assist with conversion. Task 3: Coordination. Review and update strategies and provide technical assistance in order to enhance coordination efforts between transportation providers and users in all parishes. § Develop up to six (6) workshops (approximately 300 man hours) and course materials (DOTD will determine and provide location and cover expenses associated with meeting facilities). One of these workshops will address mandated coordination of transportation resources and provide manual on setting up a coordinated system based on several coordination options, including consolidated parish-wide, regional and various types of coordinated transit systems. § Provide on site technical assistance (maximum of 400 man hours) to approximately 10 new start transit providers on an as needed basis not to exceed 50 days total or an average of 5 days per agency over the three year contract period. § Provide technical support (maximum of 300 man hours) for the Transportation Coordination Committee(s). These committees may consist of representatives from DOTD, DHH, DSS, GODA, GOEA, DOL and other state agencies. § Provide technical support (maximum of 200 hours) for the Transportation Coordination Committee meetings not to exceed 4 per year. DOTD will determine and provide location and cover expenses associated with meeting facilities. § Assistance may include preparation of agenda and topics, notifying participants, taking and distributing minutes, collecting and compiling data provided by members and produce yearly report covering issues addressed by various committee(s) to the Governor. All documents and meeting notifications are to be submitted electronically. (Maximum of 200 man hours) § Assist DOTD on coordination issues as directed by the project manager, not to exceed 100 hours in the 3 year period. Task 4: Workshops. Conduct a maximum of the equivalent of nine (9) 1-day workshops (5 in Baton Rouge, 2 in New Orleans and 2 in central Louisiana) over the three year contract period (maximum of 300 man hours) on an as needed basis to be arranged by DOTD. Topics and location within the state to be determined by DOTD but could include any of the following: § Bus Safety & Security § Marketing § Vehicle Maintenance § Financial management and reporting § Performance evaluation § Policies and procedures § Management principles § Ridership and service profiles § Scheduling and dispatching Task 5: Bus and Rail Fixed Guideway Safety & Security Programs. § Make recommendations to ensure compliance with FTA Safety and Security Programs. Review and recommendations should not exceed 200 man hours. § Provide up to 500 hours of technical support via mail, email or telephone to transit systems to assist in developing and/or updating their local Bus Safety & Security Plans. § Conduct one on-site Rail Fixed Guideway Program review in New Orleans to determine compliance with FTA and DOTD Rail Fixed Guide Program Standards. Total effort should not exceed 300 man hours. Task 6: Defensive Driving and Vehicle Roadeo. § Develop up to six (6) two-day training classes to be held in Baton Rouge (DOTD will determine and provide site and cover expenses associated with meeting facilities). The classes will include an eight (8) hour classroom component and a four (4) hour obstacles component. The classroom components will address vehicle inspection procedures; defensive driving skills and techniques; passenger assistance procedures and effective communication skills. The obstacle component will include driving maneuvers on the following courses: serpentine, offset alley, reaction course, wheelchair loading and securement, and diminishing clearance. § Develop a manual (provide one hard copy and one CD) for the Vehicle Roadeo Program based on the CTAA Roadeo model (http://www.ctaa.org/expo/roadeo/). Manual to include course layout, checkoff and rating sheet, etc. Assist DOTD in conducting three one-day vehicle roadeos in Baton Rouge. Task 7: Other New and or Expanded Programs and Technical Support § Provide up to 600 hours of technical support to DOTD with reviewing FTA regulations on new and/or expanded programs and assist in formulation of and/or updating DOTD’s policies and procedures and revision of the State Management Plans. § Design 1-2 page (8½ X 11) promotional brochure, including graphics, to market transit programs to be submitted in an electronic format compatible with DOTD’s capabilities. § Conduct up to 40 one-day agency site reviews on specialized compliance areas (Title VI, Substance Abuse, procurement, financial management) to be determined by DOTD in the 3-year contract period.
ATTACHMENT IV
CERTIFICATION STATEMENT The undersigned hereby acknowledges she/he has read and understands all requirements and specifications of the Request for Proposals (RFP), including attachments. OFFICIAL CONTACT. DOTD requires that the Consultant designate one person to receive all documents and the method in which the documents are best delivered. Identify the Contact name and fill in the information below: (Print Clearly): Date: ______________________ Official Contact Name:______________________________________ A. E-mail Address: _____________________________________________ B. Facsimile Number with area code: (_____)______________________ C. US Mail Address: ____________________________________________ D. Telephone Number: ___________________________________________ Consultant certifies that the above information is true and grants permission to DOTD or Agencies to contact the above named person or otherwise verify the information I have provided. By its submission of this proposal and authorized signature below, Consultant certifies that: (1) The information contained in its response to this RFP is accurate; (2) Consultant complies with each of the mandatory requirements listed in the RFP and will meet or exceed the functional and technical requirements specified therein; (3) Consultant accepts the procedures, evaluation criteria, contract terms and conditions, and all other administrative requirements set forth in this RFP. (4) Consultant's quote is valid for at least one year from the date of Consultant’s signature below; (5) Consultant understands that if selected as the successful Consultant, he/she will have (#) business days from the date of delivery of final contract in which to complete contract negotiations, if any, and execute the final contract document. Authorized Signature: ________________________________________________ Typed or Printed Name: ________________________________________________ Title: ___________________________________________________________________________ Company Name: __________________________________________________________________ Address:_________________________________________________________________________ City: ____________________________________ State:_________ Zip: ________________
SIGNATURE of Consultant's Authorized Representative DATE
ATTACHMENT V
SAMPLE CONTRACT FOR INFORMATIONAL PURPOSES ONLY AND SUBJECT TO CHANGE
Exhibit A