Similar Projects
RFQ - Brownfield Environmental Services: 2022-2026
Term Contract
Bidding
$347,000 CJ est. value
New Orleans, LA 70112

RFP Design - Campus Wide Master Plan Dillard University
New Construction, Infrastructure
Bidding
$360,000 CJ est. value
New Orleans, LA 70122

Engineering, Planning and Development
Post-Bid

Engineering, Planning and Development
Post-Bid

Southern Region Facilities Architect-Engineer Multiple Award Contracts
Results
$2,500 to $6,000,000 est. value

Southern Region Facilities Architect-Engineer Multiple Award Contracts
Results
$2,500 to $6,000,000 est. value

RFQ Design - Architectural/Engineering Services NORD Boxing Gym Facility Rehabilitation
Renovation
Bidding
$206,811 CJ est. value
New Orleans, LA 70112

Master Services Agreement for Airport Planning Services for the New Orleans Lakefront Airport
Infrastructure
Post-Bid
New Orleans, LA 70126

Small Business South Atlantic Gulf Region 2 IDIQ Multi-Disciplinary Ae Design Services - Request For Qualifications
Results
$1,000,000 to $30,000,000 est. value

Microgrid Architectural And General Engineering Services
New Construction, Term Contract
Post-Bid
$10,000,000 est. value

A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-LITF Research Stations 2021
New Construction
Results

Architecture, Engineering and Planning Design Services
Alteration
Post-Bid
New Orleans, LA

Contract 1 for Movable Bridges (5)
Infrastructure
Results

Architectural/Engineering Services for Dwyer Canal Public Space Improvements
Renovation, Infrastructure
Post-Bid
New Orleans, LA

Idiq for Bridge Instrumentation Services
Infrastructure
Results

Last Updated 10/10/2022 08:08 AM
Project Title

RFQ - Active Transportation Improvements New Orleans East I-10 Service Roads Land Use and Transportation Corridor Analysis Stage 0 Feasibility Study RPC Task a-1.23; FY-23 UPWP

Physical Address View project details and contacts
City, State (County) New Orleans, LA 70112   (Orleans County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The purpose of this project is to develop a Stage 0 Feasibility Study that will identify alternatives for the creation of shared-use (biking and walking) facilities on or adjacent to the north and south I-10 service roads in New Orleans East. This is a non-negotiated lump sum contract in the amount of $145,000. All interested firms are invited to submit their qualifications for undertaking the above study. A minimum DBE participation rate of 21% is required for this project. Credit for DBE participation will be limited to the firms certified pursuant to the Louisiana Unified Certification Program. For convenience, DOTD provides a list on its portal of firms that have been certified as eligible to participate as DBEs on US DOT assisted contracts. All inquiries should be sent in writing to: mwoodruff@norpc.org Qualification statements are to be submitted on the MPO Standard Submittal Form, "Proposal to Provide Consultant Services." Submit your qualifications on the MPO Standard Submittal Form on a CD (or via email) as a single PDF file for prime and sub-consultants (one copy) along with one hard (paper) copy of the completed MPO Standard Submittal forms. There are no specific minimum personnel requirements, however the organization chart (No. 11), table (No. 12) and resumes (No. 13) must demonstrate sufficient qualified staff to accomplish the scope of work within the stated timeframe, within budget. Experience, both firm and individual; past performance on comparable projects; current work load; and firm size will be the significant evaluation factors which will be used in selecting a firm for the above study. Failure to submit all the information required on the MPO Standard Submittal Form, for the prime and each sub-consultant, will constitute a nonresponse. Notification of selection will be posted to the RPC website, "Contracts Awarded" section of the "Requests for Proposals" page within 48 hours of selection. Any non-responsive prime consultants will be notified individually, in writing. Note: The selected firm will abide by the following instructions, in accordance with DOTD Consultant Contract Services Manual for Use by MPOs, December 2018: The designated "signing authority" shown in the MPO Standard Submittal Form shall provide: 1. For Corporations: Corporate Certified Board Resolution, clearly authorizing and designating an officer of the consulting firm, by name, to sign contracts for the firm. Also, a Disclosure of Ownership Certificate from the Secretary of State's Office. Corporations domiciled outside Louisiana are required to submit a Certificate of Authority issued by the Louisiana Secretary of State. 2. For Limited Liability Companies (LLC): Manager/managing member consent, clearly authorizing and designating the person, by name, to sign contracts for the firm. Also, a Disclosure of Ownership Certificate from the Secretary of State's Office. LLCs domiciled outside Louisiana are required to submit a Certificate of Authority issued by the Louisiana Secretary of State. 3. For Sole Proprietorships: A Power of Attorney/Affidavit is required. 4. Additional forms required to be signed by the authorized signatory, will be provided by RPC: Affidavit, Third Party Contractor Certification Regarding Debarment, Suspension and Other Responsibility Matters, Certification of Restrictions on Lobbying All consultants conducting business with RPC must provide to RPC an annual independent CPA audited indirect cost (overhead) rate of their firm, inclusive of the certification required under 23 CFR 172.11 (c)(3)(iii). Each consultant must develop and maintain a written affirmative action program for each of its establishments, if it has 50 or more employees, and a contract of $50,000 or greater.

Details

Division 01 - General Requirements.
Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties.
Division 11 - Equipment.
Division 13 - Special Construction.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 25 - Integrated Automation.
Division 26 - Electrical.
Division 27 - Communications.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents