CHECK ALL WORK TYPES INCLUDED IN THIS PROJECT

1.0  Preliminary 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
2.0 Highway 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
4.0  Bridge Inspection
4.1 Structural Metals Inspection
4.4 High Mast Light Towers
5.0  Environmental 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
6.0  Materials 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
7.0  Transportation Planning
7.11 Planning–Class I (Statewide)
7.12 Planning–Class II (Regional & Corridor)
7.13 Planning–Class III (Transportation Data & Stats)
8.0  Right 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 / 9.0  Land 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
10.0  Photogrammetry & 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
11.0  CEI/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
12.0 Cultural 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
13.0  Storm 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
14.0  Traffic 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
15.0  Subsurface Utility Engineering (SUE)
15.0 Subsurface Utility Engineering (SUE)
16.0  Value Engineering (VE) Study/Workshop
16.1 Value Engineering (VE) Study/Workshop
17.0  Roundabouts
17.11 Low Demand–Level 1
17.12 Low Demand–Level 2
17.21 High Demand–Level 1
17.22 High Demand–Level 2
18.0  Transportation Landscape Architecture
18.1 Transportation Landscape Architecture

PRE-QUALIFICATION ANNOUNCEMENT

Minnesota Department of Transportation (Mn/DOT)

I-94/T.H. 280 Interchange Concept Development

Project Description:

The purpose of this Contract is to provide a traffic forecast for the I-94 and T.H. 280 corridors, concept development for the I-94/T.H. 280 interchange and concept development for access from a managed lane on I-94 into downtown Minneapolis and downtown St. Paul.

See the attached proposed scope of work for additional information.

Selection Criteria:

Representatives of Mn/DOT will 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:

Expressed understanding of project 30%

Project management and public outreach experience 20%

Managed lanes concept and layout development experience 30%

Travel demand forecasting and operational modeling experience 20%

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 listed on 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.

All Letters of Interest must be mailed (U.S. Postal Service), expressed (UPS, FedEx or other similar express carrier) or dropped off to the attention of:

Mark Hagen

Minnesota Department of Transportation

1500 West County Road B-2

Roseville, MN 55113

Submit one copy of the Letter of Interest.

All responses must be received no later 2:00 p.m. Central Daylight Time on September 29, 2011, as indicated by the time stamp made by the 1st floor receptionist at the Waters Edge Building, 1500 West County Road B-2, Roseville, MN 55113. Late proposals will not be considered.

Questions

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

Mark Hagen

All questions and answers will be posted on Mn/DOT’s Consultant Services Web Page at http://www.dot.state.mn.us/consult/index.html 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 September 12, 2011.

Mn/DOT anticipates posting answers to all questions received by 2:00 p.m. Central Daylight Time on September 15, 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.

Soliciting proposals by Disadvantaged Business Enterprises (DBE)

7% Assigned

In accordance with 49 Code of Regulations, Part 26, Participation By Disadvantaged Business Enterprises in Mn/DOT’s Financial Assistance Program, a DBE goal of 7% has been established for this RFLOI. To view a listing of those certified DBE’s please contact Mn/DOT’S Office of Civil Rights at 651-366-3073, or visit their website at: www.dot.state.mn.us/eeocm/index.html.

This goal may be attained by means of:

1.  a subcontract agreement or affidavit with a Minnesota Unified Certification Program (Mn/UCP) certified Disadvantaged Business Enterprise;

2.  an equipment lease agreement with a Mn/UCP certified DBE;

3.  a joint venture with an Mn/UCP certified DBE. The joint venture must have the approval of Mn/DOT’s Office of Civil Rights prior to submitting the proposal;

4.  a purchase agreement with a Mn/UCP certified DBE supplier (60% of the supplier’s contracted amount will be credited toward the DBE goal), or;

5.  other services pre-approved by Mn/DOT’s Office of Civil Rights;

Prior to the award of the Contract, Mn/DOT’s Office of Civil Rights is required to clear the successful responder’s attainment of the goal or good faith efforts made to attain the goal. Note that a successful responder who fails to indicate a DBE commitment on the Goal Certification form must fulfill the goal indicated in this RFLOI.

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 RFLOI, the responder certifies that it will not utilize any former state employee in the performance of a contract who received an 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 ten, single-sided pages, with no smaller than 11 point font. If a responders Letter of Interest exceeds ten pages, any pages following the tenth (regardless of what content those pages include) will be removed from the Letter of Interest (Note: the “Conflict of Interest Checklist and Disclosure Form” will not be included as part of the ten 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.  Identify the project leader and the traffic forecaster to be assigned to the project.

4.  Provide detailed information as required by selection criteria.

5.  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.

6.  Submit all required forms.

7.  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)


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.