POTHOLING SERVICES FORMESA EXTENSION
RFP No. LRT-11-157-MPOT
POTHOLING SERVICES FORMESA EXTENSION
RFP No. LRT-11-157-MPOT
PRE-PROPOSAL CONFERENCEJULY 22, 2010
PRE-PROPOSAL CONFERENCEJULY 22, 2010
Meeting OverviewMeeting Overview
Sign-In Sheets: Be sure to sign in. Sign-In sheets will be available on the METRO website.http://www.valleymetro.org/metro_light_rail/contracts_and_purchasing/current_opportunities/potholing_services_for_mesa_extension/
Questions: Please defer all questions until the designated Question and Answer period.
Opportunity: This conference is the sole opportunity to ask questions on the Request for Proposal process and/or technical scope of work with METRO staff.
Post Pre-Proposal Questions must be submitted in writing per solicitation Section 16.
Pre-Proposal Conference Process
Pre-Proposal Conference Process
During the pre-proposal presentation, write your questions on the index cards provided.
After the pre-proposal presentation, questions will be collected and read aloud.
Where possible, verbal answers will be provided.
Responses to all questions will be issued to all Record Holders by written addendum.
Responses to questions that require further research will be included in a written addendum.
AgendaAgendaIntroductions / Opening Remarks
Melody Baughman
Project Overview/ScopeRoy Alvarado
Request for Proposal OverviewMelody Baughman
DBE InformationReginald Ragland
Question and AnswersRoy Alvarado
Melody Baughman
Closing Remarks / AdjournMelody Baughman
PROJECT OVERVIEWPROJECT OVERVIEW
Project OverviewProject Overview
The Central Mesa Light Rail Extension Project consists of approximately 3.1 miles of double track alignment extending from the Central Phoenix/East Valley (CP/EV) LRT Project’s eastern limits to an end of line station on Main Street between Lesueur and Hobson.
PROJECT SCOPEPROJECT SCOPE
Project Scope/ LocationsProject Scope/ LocationsContractor will need to adhere to 1998 edition of the Uniform Standard Specification for Public Works Construction, published by the Maricopa Association of Governments as amended by the City of Mesa on February 2, 2010.Metro will perform all pothole field inspections.It shall be the responsibility of the Contractor to comply with the City of Mesa Traffic Barricade Manual (latest revision). Contractor shall supply Testhole Data Report and a Testhole Data Summary Report. Contractor shall comply with Safety Standards.
Project ScopeProject ScopeMETRO and/or Consultants will make requests for locating and potholing existing utilities.Locating will be conducted in up to four (4) stages (requiring the SUE contractor to mobilize four (4) times).Stage I will occur prior to the 30% submittal.Stage II will occur between the 30% and 60% design submittals. Stage III will occur prior to the 90 percent certain submittal.A fourth stage may be required, but shall not cause the total number of potholes to exceed the overall number of potholes estimated. Mesa Traffic Barricade Manual (latest revision).
NOTICE TO PROPOSERSNOTICE TO PROPOSERS
Correspondence & Communications
Correspondence & Communications
All correspondence, communications, and/or contacts regarding this RFP shall be in writing and must be addressed to:
Manager, Procurement & Risk Management ServicesValley Metro Rail, Inc.101 N. 1st Avenue, Suite 1300Phoenix, AZ 85003FAX: 602-271-9361 Email: [email protected]
Notice to ProposersNotice to Proposers
Please refer to the FTA Website for all reporting requirements
http://www.fta.dot.gov/index_9440.html
Notice to ProposersNotice to Proposers
CONTRACTOR-PROVIDED INSURANCE
Workers Compensation statutory limits; employer’s liability $1 Million minimum policy limitCommercial General Liability, minimum $5 Million per occurrence; naming AGENCY as Additional InsuredAuto Liability, minimum $5 Million per occurrence; naming AGENCY as Additional Insured
Notice to Proposers Notice to Proposers
• CONTRACTOR-PROVIDED INSURANCE
Valley Metro Rail fully intends to adhere to the Insurance Requirements. Questions regarding insurance requirements should be submitted to [email protected] to Notice to Proceed, Contractor shall provide Certificate(s) of Insurance
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM DISADVANTAGED BUSINESS
ENTERPRISE (DBE) PROGRAM
Disadvantaged Business Enterprise (DBE) Program Disadvantaged Business Enterprise (DBE) Program
CITY OF PHOENIXNegotiated (Professional Services) Contracts
Prepared by:City of Phoenix, Public Transit DepartmentPrograms Oversight [email protected]
DBE Goal AssessmentDBE Goal Assessment
DBE participation shall represent not less than 7.54% of the total Negotiated Price
DBE Forms Submittal Requirements
DBE Forms Submittal Requirements
Proposed DBE Participation (Attachment A)Summary of proposed DBE(s) participationMust meet or exceed the required 7.54% DBE GoalNo dollars should be recorded on this form, show percentages only
Providing dollar amounts may result in your proposal being deemed non-responsive
Must be signed and dated by authorized representative of Submitter
Subcontractor Contact/Bidder List (Attachment B)Must list all subcontractors contacted by submitter for bids/quotesMust be signed and dated by authorized representative of Submitter
Qualifying DBE FirmsQualifying DBE Firms
To be counted toward the DBE Goal, DBE firms:
Must be certified through the Arizona Unified Certification Program (AzUCP)
website www.azdbe.org
Must be certified in the trade for which they are included in the Proposal
Must provide a Commercially Useful FunctionDBEs must perform or exercise responsibility for at least 30% of total cost of its contract with its own work force (49 CFR Part 26.55(c)(3))
DBE Forms Proposal SubmittalDBE Forms Proposal Submittal
DBE forms A & B must be submitted with proposal
Proposals submitted without the required forms will NOT be considered
DBE Primes using their own resources to achieve the DBE Goal must include their DBE information on the “Proposed DBE Participation”form (Attachment A)
DBE Questions DBE Questions
Valley Metro Rail fully intends to adhere to the DBE Program Plan Requirements. Questions regarding DBE compliance should be addressed to:
LABOR COMPLIANCE REGULATIONS
LABOR COMPLIANCE REGULATIONS
City of Phoenix Labor Compliance Office
City of Phoenix Labor Compliance Office
Monitors and enforces the federal labor standards on federally-funded Capital Improvement Construction
Applies to all federally-funded contracts in excess of $2,000 with few exceptions
All contractors and subcontractors, including lower-tiers, working on the project are subject to Davis-Bacon wages
DBRA (Davis-Bacon & Related Acts)
DBRA (Davis-Bacon & Related Acts)
Davis Bacon Act (DBA)
Copeland Anti-Kickback Act
Contract Work Hours and Safety Standards Act (CWHSSA)
Federal RegulationsFederal Regulations
Code of Federal Regulations, Title 29 Part 3 and Part 5
Applicable Federal Language
Wage Decision
Enforcement ActivitiesEnforcement Activities
Labor Compliance Pre-Construction Conference
Confidential Employee Interviews
Requests for Additional Classifications
Payment Withholding
Technical AssistanceTechnical Assistance
Contact the City of Phoenix Labor Compliance Office at (602) 261-8287
Online Resourceshttp://www.hud.gov/offices/olr/olrnew.cfm(HUD funding)http://www.dol.gov/dol/esa/programs/dbra/ (Non-HUD funding)
VALLEY METRO RAIL
REQUEST FOR PROPOSAL (RFP)PROCESS
VALLEY METRO RAIL
REQUEST FOR PROPOSAL (RFP)PROCESS
Proposal ProcessProposal Process
Request for Proposal Documents are available by Request via e-mail to [email protected]
Post Pre-Con: All questions regarding this Solicitation must be submitted in writing to:Manager, Procurement & Risk Management Services
by e-mail to [email protected]
by fax to 602.271.9361
Schedule of EventsSchedule of Events
Request for Proposals (RFP) Schedule of Events
The solicitation, receipt, evaluation and selection of the Offeror awarded will conform to the following anticipated schedule:
RFP Release July 12th
Pre-Proposal Conference July 22nd
Last Date for Questions July 30th
Final Addendum August 6th
Proposals Due August 19th
Notice of Intent to Award August 30th
Board Approval & Notice to Proceed TBD
RFP Addendum ProcessRFP Addendum Process
Clarifications or modifications to RFP DocumentsResult of issues requiring changes which were received at Pre-Proposal Conference or identified by the AgencyProjected date for final Addendum is August 6thAddenda issued only to “Document Holders of Record” who obtained the RFP documents from METRO
Proposal Delivery, Due Date and Time Proposal Delivery, Due Date and Time
Timely receipt of the Proposal will be determined by the date and time the Proposal is received. Proposals received after the Submittal Date shall be returned to Offeror(s) unopened and without further consideration by the Agency.
Offerors are encouraged to hand deliver their Proposals. No facsimile or electronic submissions will be accepted.
Proposal FormatProposal Format
Offerors shall submit one (1) clearly marked original, five (5) bound copies, for a total of six (6) printed copies.
Proposal Format (Section 11 of RFP)
Proposal Format (Section 11 of RFP)
Section I – Introduction (maximum 2 pages)Introductory Letter
Section II - Evaluation Criteria (maximum 18 pages)1. Project Manager’s Qualifications & Experience2. Personnel Qualifications & Experience3. Firm Qualifications & Experience4. Understanding/Approach to the Scope of Work
Section III – Additional Supportive Information (maximum 5 pages)1. Resumes, additional project descriptions, additional
references, graphs, charts, etc.
Section IV – Required Inclusions (not included in page limits)
Required Documents & Acknowledgements
Required Documents & Acknowledgements
Attachment H Proposed Subcontractors
Attachment J Certification Regarding Lobbying
Attachment K Certification of Offeror regarding Debarment, Suspension, and Other Responsibility Matters
Attachment L Buy America Certificate
Attachment M Responsibility Questionnaire
Proposal Format (Section 11 of RFP)
Proposal Format (Section 11 of RFP)
Proposals shall be submitted in a sealed package, clearly marked in the lower left hand corner as follows:
RFP No. LRT-11-157-MPOT (Name of Submitting Firm)Due: August 19, 2010 (Phoenix local time) 3:00 P.M.
Proposals must be addressed to:Manager, Procurement & Risk Management Services Valley Metro Rail, Inc.101 North 1st Avenue, Suite 1300Phoenix, Arizona 85003
Contract AwardContract Award
NOTICE OF INTENT TO AWARDEach Offeror shall be notified in writing of the Agency’s Intent to Award a Contract at least five (5) working days prior to award of the Contract.
Protest ProceduresProtest Procedures
Protest ProceduresInterested parties have a right to seek resolution of any concerns, issues, or perceived wrongs associated with this procurement. Upon receipt of a written protest(s), issues of concern will be researched and a written final determination to the protesting party will be issued by the Chief Executive Officer of the Agency. In responding to this RFQ, the Offeroragrees that any legal action in any state or federal court relating to this procurement may not be commenced until the administrative Protest Procedures promulgated by the Agency have been exhausted.
Protests must be made in accordance with the Agency’s written protest procedures, which are available from the Manager, Contracts & Procurement, Valley Metro Rail, Inc. 101 North 1st Avenue, Suite 1300, Phoenix, Arizona 85003.
Public DisclosurePublic Disclosure
Proposals will not be publicly opened.
Proposals received are public records.
Subject to public inspection and copying after the procurement.
Offerors will specifically mark and clearly label “CONFIDENTIAL” any materials which are deemed to contain trade secrets or other proprietary information and which are exempt from public inspection and copying.
EvaluationEvaluationThe following criterion shall be applied in the evaluation of the Proposals.
Project Manager’s Qualifications & Experience (Maximum 100 Points)
Personnel Qualifications & Experience (Maximum 100 Points)
Firm Qualifications & Experience (Maximum 200 Points)
Understanding/Approach to the Scope of Work (Maximum 400 Points)
Offeror’s Pricing (Maximum 200 Points)
Pre-Award DebriefingPre-Award DebriefingMETRO will limit the information disclosed to that offeror’sproposal and not disclose any information about the other offerors. To reveal information about other offerors would compromise the integrity of the procurement. Information revealed to an offeror prior to award must be limited to the following:
The agency’s evaluation of the significant strengths and weaknesses of the offeror’s proposal in accordance with the evaluation criteria;A summary of the reasons for eliminating the offerorfrom the competition;Reasonable responses to relevant questions about whether the evaluation procedures contained in the solicitation and other regulations were followed in eliminating the offeror from the competition.
Pre-Award DebriefingPre-Award Debriefing
Pre-award debriefings will not disclose the following:
The number of offerors;The identity of other offerors;The content or evaluation of other offerors’proposals;The ranking of other offerors;Confidential business information of other offerors.
QUESTIONS & ANSWERSQUESTIONS & ANSWERS
Top Related