intelligent transportation system (its) design services


[PDF]intelligent transportation system (its) design services - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 126 Views 64KB Size

CITY OF PHOENIX, ARIZONA STREET TRANSPORTATION DEPARTMENT

REQUEST FOR QUALIFICATIONS

INTELLIGENT TRANSPORTATION SYSTEM (ITS) DESIGN SERVICES FEDERAL AID PROJECT

PROJECT NOS. ST89360024, ST89360026

MAYOR GREG STANTON

CITY COUNCIL DISTRICT NO. 1 – THELDA WILLIAMS DISTRICT NO. 2 – JIM WARING DISTRICT NO. 3 – BILL GATES DISTRICT NO. 4 – LAURA PASTOR

DISTRICT NO. 5 – DANIEL VALENZUELA DISTRICT NO. 6 – SAL DICICCIO DISTRICT NO. 7 – MICHAEL NOWAKOWSKI DISTRICT 8 – KATE GALLEGO

CITY MANAGEMENT CITY MANAGER ED ZUERCHER CITY ENGINEER WYLIE BEARUP, PE, PHD

REQUEST FOR QUALIFICATIONS INTELLIGENT TRANSPORTATION SYSTEM (ITS) DESIGN SERVICES FEDERAL AID PROJECT

PROJECT NOS. ST89360024, ST89360026 The city of Phoenix is seeking two qualified consulting engineering teams to provide detailed design, construction plans, specifications, engineer’s cost estimates, post-design services and possible construction administration for Intelligent Transportation System (ITS) projects. This is a federal aid project and will be coordinated with the Arizona Department of Transportation (ADOT) Local Government Section and the Federal Highway Administration (FHWA).

SECTION I – PROJECT DESCRIPTION The selected firms will be responsible for construction plans, specifications, and cost estimates for dynamic message signs to provide advanced traveler information or fiber optic trunk and branch breakouts with signal interconnects. The projects will be within existing City right of way limits. Specific information for the identified projects is as follows: ST89360024 – Dynamic Message Signs: The project will prepare construction plans, specifications, and cost estimates to procure, install and provision the Dynamic Message Signs (DMS) on 7th Avenue and 7th Street within the general limits of Loop 101 as the northern limit and I-10 as the southern limit. The 7th Avenue portion of the project will install no more than three DMS to provide travel times and/or, but not limited to, incident messaging to encourage use of adjacent local streets (15th Avenue and 19th Avenue) or I-17 as well as advise the public of downtown incidents and events. The 7th Street portion of the project will install no more than three DMS to provide travel times and/or, but not limited to, incident messaging to encourage use of alternate routes including, but not limited to, adjacent arterials or AZ 51; as well as advise the public of downtown incidents and events. This project will identify and design the travel time data source. Travel time data from devices or services will be used to provide automated real time traveler information for the DMS along with messages generated by the city of Phoenix Transportation Management Center (TMC) staff. Initial design effort will require a concept of operations. ST89360026 – Sonoran Fiber Optic Ring: The project will extend the city of Phoenix fiber network along Sonoran Boulevard providing traffic signal interconnect with the city of Phoenix TMC. The project will utilize existing conduit infrastructure to the extent possible. New conduit will be installed to fill in gaps along the existing conduit path and where continuity does not exist in existing conduit (contractor to conduit proof prior to fiber installation). Consideration will be given to the placement of node points with respect to the future branching of the backbone with various communications media. The placement of node points and other points of connection will include the consideration of future bus rapid transit (BRT) projects, traffic signals, and connectivity to City facilities or other agencies. The project will connect to existing traffic signals if laterals can be accomplished through existing signal conduit and pull boxes. It is anticipated that communication equipment, new field devices, and connections to other points of connection will be deployed in the future. This project will install conduit, pull boxes, fiber, splice enclosures, and Ethernet switches only. The “Sonoran Loop ITS Ring” is approximately 19 miles and is within city of Phoenix right-of-way. The general route is as follows: 

Powerline Road/Cave Creek Road to Peak View Road

ITS PROJECT DESIGN ST89360024, ST89360026

Design RFQ Rev. 7/13

   

Peak View Road/Cave Creek Road to Smokehouse Trail/Cave Creek Road Dove Valley Road/Paloma Parkway to North Valley Parkway North Valley Parkway to 19th Avenue/Happy Valley Road Peak View Road/Cave Creek Road to Dove Valley Road/Paloma Parkway

This project has been previously developed to 30 percent plans thus far.

SECTION II – SCOPE OF WORK All plans shall be prepared in AutoCAD format compatible to the latest City of Phoenix AutoCAD standards which are available online (http://phoenix.gov/STREETS/ref.html). Electronic AutoCAD files and scaleable PDF files, along with reproducible plan sheets and prints shall be submitted to the City at each plan development stage (30 percent, 70 percent, 90 percent and 100 percent Final). Each Consultant will be required to provide all sheets in AutoCAD format to the City. Each Consultant shall prepare detailed design, construction plans, specifications and engineer’s cost estimates. In addition to the base design fee, each Consultant shall also anticipate probable subcontracts or contract allowances for the following: 1. Special requested printing and any special services allowances. 2. Post-design services such as material submittal reviews, shop-drawing reviews, and other post-bid support services, as requested. 3. Provide technical assistance to City/Program Manager’s environmental staff. 4. Environmental Clearance Services. 5. Provide technical assistance to City/Program Manager’s right of way staff. 6. Provide technical assistance to City/Program Manager’s utility staff. The City and/or Program Manager will provide the following: 1. Utility system maps—both private and City facilities 2. All AutoCAD base sheets, title sheets, notes sheets, detail sheets, etc. along with instructions for city of Phoenix Street Transportation Department AutoCAD layering and drafting standards 3. Quarter section maps showing existing street right-of-way, waterlines and sewer lines 4. For the Sonoran Fiber Optic Ring project ST89360026, the 30 percent plans AutoCAD files 5. Utility Pothole Request Forms 6. Record drawings related to the specific project area (to be researched and obtained by the Engineer in city of Phoenix Central Records Section, Phoenix City Hall, 7th floor) 7. Payment Request and Progress Report Forms (hard copy or electronic) 8. Administrative Procedure (A.P.) 155 (http://phoenix.gov/STREETS/ref.html)

SECTION III - PRE-SUBMITTAL CONFERENCE There will be no pre-submittal conference for this project.

SECTION IV – DBE QUALIFICATIONS CRITERIA This project will utilize federal funds provided by the FHWA and is subject to the requirements of 49 Code of Federal Regulations (CFR) Part 26 and the U.S. Department of Transportation Disadvantaged Business Enterprise (DBE) Program. Submitters are required to meet the DBE program requirements detailed in this clause and, by the submittal of qualifications or subsequent acceptance of a contract, agrees to provide opportunities for the fair and full utilization of DBEs by complying with the submittal and post-award requirements of this clause. Nothing in this clause shall be construed to require the utilization of DBEs that are not qualified or available to perform work. Failure to comply with the requirements of this clause constitutes a breach of contract. Such breach may lead to the termination or cancellation of the contract. ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 2 Design RFQ Rev. 7/13

A minimum DBE participation goal will be determined by the City and issued in a notification letter. DBE availability has been identified in the following categories:  Archaeological/Historic Surveys  Bridge Selection Report  Civil Engineering  Construction Design & Engineering  Cost Estimating  Drainage Design  Earthwork  Earthwork Design  Environmental Engineering & Clearances  Landscape Architectural Design  Location Surveying (topographic, mapping, drainage, etc.)  Pavement Design  Post Design Services  Public Information Meetings and Public Hearing  Right-of-Way  Right-of-Way Identification  Utilities and Railroads  Utilities Investigation (including railroad) Each submitter must conduct and document outreach efforts in compliance with the DBE Clause included in Exhibit “A” of this RFQ.

SECTION V - STATEMENT OF QUALIFICATIONS EVALUATION CRITERIA Two firms will be selected through a qualifications-based selection process based on the following criteria: A.

General information.

(10 points)

1. Provide a general description of the firm or team that is proposing to provide services for the project. 2. Provide the following information: a. List the professional licenses held by the team and the key personnel who will be assigned to this project. b. Provide an organization chart showing key personnel. B. Experience of the Prime Firm

(20 points)

Discuss the experience and qualifications of the prime firm in providing these services for similar projects. For each project listed, please provide: 1. 2. 3. 4. 5. 6. 7.

Description of the project Role of the firm Project’s original contracted construction cost and final construction cost Construction dates Project owner Percentage of DBE participation in design phase Reference information (two current names with telephone numbers per project)

C. Experience of Key Personnel and Subconsultants

(25 points)

Experience and qualifications of the specific project team expected to be assigned to this project. Include sub-consultant experience and Disadvantage Business Enterprise participation. Identify each team member’s role in the projects identified. ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 3 Design RFQ Rev. 7/13

For each key person identified, list their length of time with the firm and at least two comparable projects in which they have played a primary role. If a project selected for a key person is the same as one selected for the firm, provide just the project name and the role of the key person. For other projects provide the following: 1. 2. 3. 4. 5. 6.

Description of project Role of the person Project’s original contracted construction cost and final construction cost Construction dates Project Owner Reference information (two current names with telephone numbers per project)

D. Project Understanding and Approach.

(25 points)

Understanding and approach to the project, including a discussion of the important considerations of the project and the team’s approach to the project issues. E. Other Selection Criteria. (10 points) For city of Phoenix projects, list all consulting contracts including a summary of on-call services projects awarded to your firm during the last two years. Include all projects currently ongoing, and/or all projects for which your firm has been selected but are not yet under contract. For each project provide the project description, award date (note if pending), contract value, status of completion, and estimated completion date. As part of our selection process, the City has the responsibility of taking into account the size and complexity of the project under consideration and the resource investment of the firm in current City work. F. Overall evaluation of the firm and its perceived ability to provide the required services. points)

(10

Overall evaluation of the firm’s capability to provide the required services as determined by the selection panel members. No additional submittal response is required.

SECTION VI - SUBMITTAL REQUIREMENTS Firms interested in this project should submit a Statement of Qualifications (SOQ). requirements are as follows:

Submittal

 Cover Letter: Provide a cover letter which includes full firm company name, address, phone number and the email address of your contact person for the project.  Evaluation Criteria: Address the SOQ evaluation criteria and include a project organizational chart.  Additional Content: Resumes and other information may be included (content shall be included within the permitted maximum page limit).  Disadvantaged Business Enterprise Attachments: Include completed DBE Clause Attachment A (Exhibit “A”), in a separate sealed envelope along with your SOQ submittal (DBE attachments do NOT count towards maximum page count).  Submittals:   

Clearly display the firm name, project title, and project numbers on the cover of the SOQ. Submittals must be placed in the depository located in the reception area on the 6th Floor of Phoenix City Hall by the submittal due date/time. All submittals must be addressed to: City Engineer CITY OF PHOENIX

ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 4 Design RFQ Rev. 7/13

200 West Washington Street, 6th Floor Phoenix, AZ 85003-1611 c/o “Yolanda Sanchez”        

Provide 7 copies of the Statement of Qualifications. A maximum of 7 pages is permitted to address all content in the SOQ submittal (maximum page limit includes cover letter, evaluation criteria and all additional content). Submit the Statement of Qualifications by 12:00 noon, local time, on Friday, April 11, 2014. Paper Size shall be 8½ “ x11” Font size may not be less than 10 point Each side of a page containing cover letter, evaluation criteria and additional content will be counted toward the maximum page limit noted above Pages that have project photos, charts and/or graphs will be counted towards the maximum page limit noted above Front and back covers, Table of Contents pages, and divider (tab) pages will NOT be counted toward the maximum page limit noted above, unless they include cover letter, evaluation criteria and additional content that could be considered by the selection panel

Note: All pages exceeding the specified maximum page limit will be removed from the submittal and not considered in evaluating a submitted SOQ. GROUNDS FOR DISQUALIFICATION: Please be advised that the following will be grounds for disqualification, and will be strictly enforced:    

Receipt of submittal after the specified cut-off date and time. Too few copies of the submittal. Deposit of submittal in the wrong location. Missing DBE Clause Attachment A (Exhibit “A”). Note: Please submit in a separate sealed envelope.

SECTION VII - SELECTION PROCESS AND SCHEDULE The successful firms will be selected through a qualifications based selection process. Interested firms will submit a Statement of Qualifications (SOQ). A Selection Panel will evaluate each SOQ according to the criteria set forth in Section V above. The City will select the firms based on the SOQ’s received; no formal interviews will be conducted. The City may conduct a due diligence review on the firms(s) receiving the highest evaluations. The firm receiving the highest evaluation will be selected for Project No. ST89360026 and the firm receiving the second highest evaluation will be selected for Project No. ST89260024. The City expects to create a final list of at least three, but not more than five firms for each project. The City will enter into negotiations with the selected firms and execute contracts upon completion of negotiation of fees and contract terms for City Council approval. The following tentative schedule has been prepared for this project. SOQs due Scope Meeting

April 11, 2014 May, 2014

If the City is unsuccessful in negotiating a contract with the best-qualified firms, the City may then negotiate with the next most qualified firm until a contract is executed, or the City may decide to terminate the selection process. Once a contract is executed with the successful firm, the procurement is complete. The firm selected for each project will be notified directly by the City. Notification to all other firms on the status of a selection on these projects will be posted on the City of Phoenix Street Transportation Department “Recent Awards by Project Number” website: http://phoenix.gov/streets/procurement/easrecentawards/index.html

ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 5 Design RFQ Rev. 7/13

SECTION VIII - FEDERAL REQUIREMENTS This project will utilize federal funds provided by the FHWA. Each Consultant will be required to meet all federal requirements as they pertain to the contract. Exhibit “B” contains a listing of additional requirements considered to be a minimum requirement for each contract. Lobbying and Influencing Federal Employees. No federal appropriated funds shall be paid, by or on behalf of each Consultant, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any federal grant and the amendment or modification of any federal grant. Trade Restriction. Each Consultant and it’s subconsultants/subcontractors, by submission of the Statement of Qualifications certifies that it is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR). Debarment, Suspension, Ineligibility and Voluntary Exclusion. Each Consultant and its subconsultants/subcontractors, by submission of the Statement of Qualifications certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Buy American Preference. Each Consultant will comply with Buy American References established under Title 49 U.S.C. Section 50101. Unless formally approved by the Federal Highway Administration, all acquired steel and manufactured products installed must be produced in the United States. Be advised that the North American Free Trade Agreements does not apply to Aviation Improvement Projects. Equal Employment Opportunity. Each Consultant will comply with the requirements of Chapter 18, Phoenix City Code, pertaining to discrimination and accepting applications or hiring employees. Each Consultant will not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, gender, national origin, age or disability nor otherwise commit an unfair employment practice. Each Consultant will take affirmative action to ensure that applicants are employed, and employees are dealt with during employment, without regard to their race, color, religion, gender or national origin, age or disability. Such action will include but not be limited to the following: employment, promotion, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship as well as all other labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with each Project. Each Consultant by submission of the Statement of Qualifications agrees that this clause will be incorporated in all subcontracts, and subconsultants and suppliers contracts associated with each Project and entered into by each Consultant. Non-Segregated Facilities. Each Consultant and its subconsultants/subcontractors, by submission of the Statement of Qualifications certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control where segregated facilities are maintained. Each Consultant certifies further that he will not maintain or provide for his employees segregated facilities at any of his establishments, and that will not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained.

SECTION IX – GENERAL INFORMATION Planholder Lists. All firms who download the Request for Qualifications packet for this project from the Street Transportation Department webpage will be listed on the project Planholder List. This report is now available within the project folder on the City of Phoenix Street Transportation Department “Current Opportunities by Due Date” web site. The address is:

ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 6 Design RFQ Rev. 7/13

http://phoenix.gov/streets/procurement/easopportunities/index.html Firms receiving a copy of the Request for Qualifications (RFQ) through any other means must download the RFQ from the City webpage in order to register as a plan holder for the project. Instructions. Any changes to this Request for Qualifications will be in the form of a Notification Letter. The City of Phoenix shall not be held responsible for any oral instructions. Notification Letters are available within the project folder on the City of Phoenix Street Transportation Department “Current Opportunities by Due Date” web site. The address is: http://phoenix.gov/streets/procurement/easopportunities/index.html It shall be the responsibility of the registered RFQ holder to determine, prior to the submittal of the Statement of Qualifications, if Notification Letters have been issued by The City of Phoenix, Street Transportation Department. Registered RFQ holders may refer to the City of Phoenix Street Transportation Department webpage or call the City of Phoenix, Street Transportation Department at 602534-1423 in order to ascertain if Notification Letters have been issued for this project. Alternate Format. For more information or a copy of this publication in an alternate format, contact Yolanda Sanchez at 602-534-1423 - Voice or 602-256-4286 – TTY. Requests will only be honored if made within the first week of the advertising period. City Rights. The city of Phoenix reserves the right to reject any or all Statements of Qualifications, to waive any informality or irregularity in any Statement of Qualifications received, and to be the sole judge of the merits of the respective Statements of Qualifications received. Release of Project Information. The City shall provide the release of all public information concerning the project, including selection announcements and contract awards. Those desiring to release information to the public must receive prior written approval from the City. Contact with City Employees. Beginning on the date the RFQ is issued and until the date the contract is awarded or the RFQ withdrawn, all persons or entities that respond to the RFQ, including their employees, agents, representatives, proposed partner(s), subcontractor(s), joint venturer(s), member(s), or any of their lobbyists or attorneys (collectively Offerors), will refrain from any direct or indirect contact with any person (other than the designated Contract Specialist) who may play a part in the selection process, including members of the evaluation panel, the City Manager, Assistant City Manager, Deputy City Managers, department heads, the Mayor and other members of the Phoenix City Council. As long as the RFQ solicitation is not discussed, Offerors may continue to conduct business with the City and discuss business that is unrelated to the RFQ solicitation with the City staff. Offerors may discuss their proposal or the RFQ solicitation with the Mayor or one or more members of the Phoenix City Council, provided such meetings are scheduled through Yolanda Sanchez at 602-534-1423, conducted in person at 200 West Washington, Phoenix, Arizona 85003, and are posted as open meetings with the City Clerk at least twenty-four (24) hours prior to the scheduled meetings. The City Clerk will be responsible for posting the meetings. The posted notice shall identify the participants and the subject matter, as well as invite the public to participate. This policy is intended to create a level playing field for all Offerors, assure that contracts are awarded in public, and protect the integrity of the selection process. OFFERORS THAT VIOLATE THIS POLICY SHALL BE DISQUALIFIED. Data Confidentiality. Except as specifically provided in the Contract, each Consultant or its subconsultants shall not divulge data to any third party without prior written consent of the City. Legal Worker Requirements. The city of Phoenix is prohibited by A.R.S. § 41-4401 from awarding a contract to any firm who fails, or whose subconsultants fail, to comply with A.R.S. § 23-214(A). Each firm and each subconsultant shall comply with all federal immigration laws and regulations related to their employees and compliance with the stated law. The city of Phoenix retains the legal right to inspect the papers of any firm or subconsultant employee who is awarded a contract to ensure that each firm or subconsultant is complying with the law. ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 7 Design RFQ Rev. 7/13

Lawful Presence Requirement. Pursuant to A.R.S. §§ 1-501 and 1-502, the city of Phoenix is prohibited from awarding a contract to any natural person who cannot establish that such person is lawfully present in the United States. To establish lawful presence, a person must produce qualifying identification and sign a City-provided affidavit affirming that the identification provided is genuine. This requirement will be imposed at the time of contract award. This requirement does not apply to business organizations such as corporations, partnerships or limited liability companies. Worker Background Screening. Each Consultant and its subconsultants awarded a contract for this project shall perform Background Screening for all employees providing services for the project. The City has established three levels of risk and associated Background Screening. Minimum Risk which requires each Consultant and its subconsultants to perform employee screening required by A.R.S. § 41-4401, Standard Risk which requires each Consultant and its subconsultants to perform employee screening required by A.R.S. § 41-4401 and felony and misdemeanor records screening, Maximum Risk which requires each Consultant and its subconsultants to perform employee screening required by A.R.S. § 414401, felony and misdemeanor records screening, sexual offender search, a credit check and driving record search. The risk level for this project is Minimum Risk. Badge Access Requirements. Each Consultant and subconsultants shall not be allowed to begin work in a City facility without prior completion and City’s acceptance of the required background screening; and when required, each Consultant’s and subconsultant’s receipt of and payment for a City issued badge. Protest Procedures. Firms wishing to respond to disqualification or a procurement outcome may refer to The Code of the City of Phoenix Chapter 2, Section 2-188 which governs protest procedures utilized throughout the selection process. The procedures may be reviewed through the city of Phoenix website at: http://www.codepublishing.com/az/phoenix/ Questions. Questions pertaining to this selection process or contract issues should be directed to Yolanda Sanchez at 602-534-1423.

ITS PROJECT DESIGN ST89360024, ST89360026

PAGE 8 Design RFQ Rev. 7/13

EXHIBIT A – DISADVANTAGED BUSINESS ENTERPRISE CONTRACT CLAUSE

WILL BE ISSUED BY NOTIFICATION LETTER

ITS PROJECT DESIGN ST89360024, ST89360026

Design RFQ Rev. 7/13

EXHIBIT B – ADDITIONAL FEDERAL REQUIREMENTS

All work shall also be performed in accordance with the following additional documents: Required Contract Provisions for Federal-Aid Construction Contracts (Form FHWA 1273 Revised May 1, 2012) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246), July 1, 1978, Revised November 3, 1980 and Revised April 15, 1981, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246), July 1, 1978, Revised November 3, 1980 and Revised April 15, 1981, Equal Employment Opportunity Compliance Reports, Federal-Aid Projects, February 1, 1977, Revised July 1, 1978, Revised November 3, 1980, Revised April 15, 1981, Revised September 7, 1983, Revised October 15, 1998, and Revised January 1, 2005, Federal-Aid Proposal (Notices to Prospective Federal-Aid Construction Contractors), September 29, 1975, Wage Determination Decision

ITS PROJECT DESIGN ST89360024, ST89360026

Design RFQ Rev. 7/13