General Architectural and Engineering Consultant Services Program Management, Construction Management, and Engineering Support Services IDIQ. Pre-Proposal Conference General Architectural and Engineering Consultant Services Program Management, Construction Management, and Engineering Support Services IDIQ. Request for Proposal/Contract Number FQ18033 January 8, 2018 10:00am-12:00pm EST Meeting Room JGB 1
Opening Remarks Washington Metropolitan Area Transit Authority General Architectural and Engineering Consultant Services Program Management, Construction Management, and Engineering Support Services IDIQ. Silence all Cell phones and pagers No Recording This presentation and attendee list will be provided on WMATA.com website Safety Tip: Before shoveling or doing any strenuous work, avoid caffeine and nicotine. They increase your heart rate and may cause your blood vessels to constrict. 2
General Architectural and Engineering Consultant Services Program Management, Construction Management, and Engineering Support Services IDIQ. Introduction of WMATA Personnel Norie Calvert, Contracting Officer, PRMT Guzel Gufranova, Contract Administrator, PRMT John Thomas, Capital Project Director Chen Zhou, Senior Program Manager 3
RFP FQ18033 General Architectural and Engineering Consultant Services Program Management, Construction Management, and Engineering Support Services IDIQ. PURPOSE To promote a common understanding of: RFP Authority s requirements Solicitation Instructions To provide answers to questions regarding the RFP Networking opportunity 4
General Architectural and Engineering Consultant Services Program Management, Construction Management, and Engineering Support Services IDIQ. PURPOSE After today s conference, if you have additional questions, they must be received via electronic mail by the Contract Administrator. Email your questions to ggufranova@wmata.com by January, 12, 2018, COB. 5
Disclaimer Regarding Changes to the Solicitation The Pre-proposal Conference is for information purposes only. It may answer some Offeror questions. Statements or representations made during the Conference are not legally binding. Changes resulting from this Conference are official only if issued through an Amendment to the Request For Proposals (RFP) 6
DESCRIPTION The Washington Metropolitan Area Transit Authority (WMATA/Authority/Metro) requires the services of a professional on-call general architectural and engineering contractor ( Contractor ) to provide engineering and construction support services in support of WMATA s transit system. The Contractor shall assist the Authority by providing architectural and professional engineering services associated with Project Management/ Construction Management, and Engineering Support Services as outlined further in the RFP. 7
DESCRIPTION It is anticipated that up to 4 Contractors which are deemed to be best qualified will be awarded a Contract. The number of awardees depends on the number of best qualified firms identified through the evaluation process. The estimated aggregate value for all task orders awarded will not exceed $100,000,000 over the Ordering period. The Ordering Period establishes the time limits for the issues of individual Task Orders and shall be five (5) years from the Notice of Award date. The guaranteed minimum for this contract is $50,000 per Contract, over the Ordering Period. 8
DESCRIPTION Only Architect or Engineering firms may compete for this contract. Firms are required to submit documentation that the firm is an architect and/or engineering firm and is to provide that documentation in Section H-2, Block 30 of the SF330. The Proposer and its Subcontractors as a proposed team shall demonstrate that it is permitted by law to practice the profession of architecture or engineering in the State of Maryland, the District of Columbia, and the Commonwealth of Virginia. 9
PROPOSAL SUBMISSION 1 original hard copy of: VOLUME I TECHNICAL PROPOSAL SOLICITATION, OFFER AND AWARD FORM including CONTINUATION SHEET 6 USB flash drives; All electronic copies shall be labeled with the RFP number, the Offeror s identity, and volume number. 10
PROPOSAL SUBMISSION VOLUME I TECHNICAL PROPOSAL SECTION Page Limit I. Proposal Cover Letter 2 II. Table of Contents for Technical Proposal 2 III. Glossary OF ABBREVIATIONS AND ACRONYMS (if applicable) IV. A. Past Experience and Performance IV. B. Relevant Technical Qualifications and Experience IV. C. Management Approach IV. D. DBE participation No limit 10pages for Section F 10pages for Section E 5pages for Section H-3 3 pages 11
PROPOSAL SUBMISSION SF 330 ARCHITECT-ENGINEER QUALIFICATIONS Follow the directions included in the instructions of the SF 330 unless directed otherwise in the Solicitation 4 EVALUATION CRITERIA: 1. Past Experience and Performance (40% weight): SF 330, Section F example projects (10 pages) SF 330, Section H 1 Performance Evaluation Forms 12
4 EVALUATION CRITERIA (continued): 2. Relevant Techn-l Qualifications and Expertise (Weight: 30%) Section A Contract Information Section B A&E point of contact Section C Proposed Team Section E Resumes of Key Personnel proposed for this Contract (2pages per resume for up to 5 key personnel) Section G Key Personnel participation in example projects Section I Authorized Representative Section H-2: Documentation showing a Proposer is a professional A&E firm. Proposed Team by law can practice Architecture and/or Engineering in MD, 13
4 EVALUATION CRITERIA (continued): 3. Management Approach (Weight 20%) Section D Org Chart of Proposed Team Section H-3 Narrative on the management approach (5 pages) SF 330, Part II General Qualifications 4. DBE Participation (Weight 10%) 3 pages - Summary of DBE utilization - Other examples of promoting sub opportunities for DBE goal - DBE Approach and commitment 14
PROPOSAL SUBMISSION Volume II Price Proposal and Volume III Contractual Proposal will be requested separately from the proposers deemed best qualified. WMATA requires a minimum acceptance period of 120 calendar days. 15
PROPOSAL SUBMISSION Proposals are to be received no later than January 23, 2018, 2:00 PM EST. 16
SUBMISSION OF THE PROPOSALS The outside of the sealed envelope shall show: - HOUR and DATE specified in the RFP for proposal closing, the RFP number, and the full legal name and address of the offeror on the face of the envelope - PROPOSAL SHALL BE ADDRESSED TO: WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 5th Street, N.W. Washington, DC 20001 Room 3C-02 Attn: Guzel Gufranova /CA
SCHEDULE EVENT DATE RFP Release December 20, 2017 Pre-Proposal Conference January 8, 2018 Deadline for Proposer Questions January 12, 2018 Proposals Due January 23, 2018 Award Date (estimated) May 23, 2018 Dates Subject to Change 18
DBE Compliance, Appendix B 19
Disadvantaged Business Enterprises Disadvantaged Business Enterprise (DBE) Submit complete schedule of DBE participation and Letters of Intent. All DBEs must have current WMATA DBE certifications. It is the policy of WMATA, the Federal Transit Administration (FTA) and the U.S. Department of Transportation (US DOT) that Disadvantaged Business Enterprises (DBE s) shall have an equal opportunity to receive and participate in performing federally -assisted contracts, including contractors and subcontractors at any tier.
SUMMARY OF SUBMITTALS With the Task Order Proposal 1. Completed Schedule of DBE Participation with current certification letters attached for each listed DBE. 2. Executed Letters of Intent to Perform as a Subcontractor/Joint Venture 3. Justification for grant of relief (waiver of DBE goal), if applicable. Include completed DBE Unavailability Certifications as appropriate. 21
SUMMARY OF SUBMITTALS Task Order DBE Proposal Requirements 1. All DBEs must submit a copy of their current WMATA or DC DOT certification letters or a certification letter issued by the MWUCP. 2. DBE Manufacturer s Affidavit, if applicable, must be submitted in order to receive 100 percent of the allowable credit for expenditures to DBE manufacturers/suppliers (Attachment B-4). 3. Schedule B Information for Determining Joint Venture Eligibility, if applicable (Attachment B-5, pgs. 1, 2, 3, 4). 4. Copy of Joint Venture Agreement, if applicable. 5. Certification letter of the DBE regular dealer/supplier, if applicable. 22
SUMMARY OF SUBMITTALS After Contract Award 1. Prompt Payment Report-Prime Contractor s Report Attachment B-6) submitted monthly. 2. Prompt Payment Report-Subcontractor s Report (Attachment B-7) submitted monthly. 3. Request to substitute DBE contractor (see paragraph 8.C.) submitted as required. 4. Copies of subcontracts-submitted at the time of their execution. 23
QUESTIONS? 24