PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY
Meeting 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/south_cen tral_corridor_high_capacity_transit_feasibility_study/ 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 Qualifications process and/or technical scope of work with METRO staff. Post Pre-Proposal Questions must be submitted in writing per solicitation Section 13.
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.
Agenda Introductions / Opening Remarks Russell A. Smith Project Overview/Scope Robert Forrest Request for Qualifications Overview Melody Baughman DBE Information Reginald L. Ragland City of Phoenix Question and Answers Melody Baughman Robert Forrest Closing Remarks / Adjourn Russell A. Smith
PROJECT OVERVIEW
Study Area
Project Overview The corridor is currently a limited stop/express bus BRT in the RTP. This study will evaluate the feasibility of High Capacity Transit investment for federal New Starts funding.
Project Overview The selected consultant will complete the following: Alignment/route options Ridership forecasts and cost range Issues and constraints Land use and economic development opportunities HCT feasibility
Project Overview Transit mode Corridor potential for HCT Funding Two phases
PROJECT SCOPE
Project Scope
Project Scope Task 1: Project Management Plan Task 2: Agency and City Coordination, through Phase II Task 3: Study Objectives Task 4: Opportunities and Constraints Analysis Task 5: Development of Screening Criteria Task 6: Identify Alignment Alternatives for Analysis/Initial Screening Task 7: Final Alignment Alternative Evaluation Task 8: Federal Funding Assessment Task 9: Recommendation
Project Scope Task 1 Consultant will prepare a Project Management Plan Consultant will identify a Project Management Team (PMT)
Project Scope Task 2 PMT will meet monthly. Consultant will conduct regular briefings for the City of Phoenix, MAG and METRO. Consultant, with METRO support, will provide two to three briefings to the South Mountain Village Planning Committee.
Project Scope Task 3 Consultant will develop quantitative Goals and Objectives for the study. Consultant will utilize existing plans and studies pertinent to the Corridor.
Project Scope Task 4 Consultant will assess available data to identify specific opportunities and constraints for developing the alignment and station locations for modeling. Projected demographic and land use data will be based on MAG s horizon year forecast.
Project Scope Task 5 Consultant will develop screening criteria to identify and evaluate the alignment. Considerations for Evaluation Criteria include: Mobility Constructability Social and Environmental Compatibility Station Area and Economic Development
Project Scope Task 6 Consultant will identify three potential alignment alternatives. Consultant will select and apply appropriate qualitative screening criteria to determine the final alignment alternative.
Project Scope Task 7 Consultant will prepare a conceptual level design of the alignment. Consultant will utilize the screening criteria to perform a quantitative and qualitative assessment of the alignment. Consultant will prepare a memorandum on Travel Demand Forecasting Methodology.
Project Scope Task 7 The travel demand model will consist of: Ridership response range using the MAG forecasts and sketch planning to generate estimates. Travel time savings to estimate transit system user benefits using FTA Summit Program.
Project Scope Task 7 Consultant will prepare cost estimate. Consultant will review the regional economic and market conditions. Consultant will collect qualitative data regarding the City of Phoenix.
Project Scope Task 8 Consultant will evaluate how the HCT alignment performs against the FTA New Starts Criteria. Consultant will recommend ways to enhance the corridor s performance.
Project Scope Task 9 Consultant will prepare final report describing the feasibility of the Corridor and the next steps.
NOTICE TO PROPOSERS
Correspondence & Communications All correspondence, communications, and/or contacts regarding this RFQ shall be in writing and must be addressed to: Manager, Procurement & Risk Management Services Valley Metro Rail, Inc. 101 N. 1st Avenue, Suite 1300 Phoenix, AZ 85003 FAX: 602-271-9361 Email: LRTProcurement@metrolightrail.org
Notice to Proposers Please refer to the FTA Website for all reporting requirements http://www.fta.dot.gov/index_9440.html
Notice to Proposers CONTRACTOR-PROVIDED INSURANCE Workers Compensation statutory limits; employer s liability $1 Million minimum policy limit Commercial General Liability, minimum $5 Million per occurrence; naming AGENCY as Additional Insured Auto Liability, minimum $5 Million per occurrence; naming AGENCY as Additional Insured
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 LRTProcurement@metrolightrail.org. Prior to Notice to Proceed, Contractor shall provide Certificate(s) of Insurance
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM
DBE Goal Assessment DBE participation shall represent not less than 13.4% of the total Negotiated Price
DBE Forms Submittal Requirements Proposed DBE Participation (Attachment A) Summary of proposed DBE(s) participation Must meet or exceed the required 13.4% DBE Goal No 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/quotes Must be signed and dated by authorized representative of Submitter
Qualifying 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 Function DBEs 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 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)
Disadvantaged Business Enterprise (DBE) Program CITY OF PHOENIX Negotiated (Professional Services) Contracts Prepared by: City of Phoenix, Public Transit Department Programs Oversight Section 602-534-2101 reginald.ragland@phoenix.gov
DBE Questions Valley Metro Rail fully intends to adhere to the DBE Program Plan Requirements. Questions regarding DBE compliance should be addressed to: LRTProcurement@metrolightrail.org
VALLEY METRO RAIL REQUEST FOR PROPOSAL (RFQ) PROCESS
Proposal Process Request for Qualifications Documents are available by Request via e-mail to LRTProcurement@metrolightrail.org Post Pre-Con: All questions regarding this Solicitation must be submitted in writing to: Manager, Procurement & Risk Management Services by e-mail to LRTProcurement@metrolightrail.org or by fax to 602.271.9361
Schedule of Events Request for Qualifications (RFQ) Schedule of Events The solicitation, receipt, evaluation and selection of the Offeror awarded will conform to the following anticipated schedule: RFP Release: October 11, 2010 Pre-Proposal Conference: October 19, 2010 Last Date for Questions/Inquiries: October 27, 2010 Final Addendum November 2, 2010 Proposals Due November 15, 2010 Interviews??? Notice of Intent to Award December 3, 2010 Board Approval January 19, 2011 Notice to Proceed (contingent upon receipt of Grant approval)
RFQ Addendum Process Clarifications or modifications to RFQ Documents Result of issues requiring changes which were received at Pre-Proposal Conference or identified by the Agency Projected date for final Addendum is November 2, 2010 Addenda issued only to Document Holders of Record who obtained the RFQ documents from METRO
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 Format Offerors shall submit one (1) original and eight (8) copies of their SOQ. Offerors shall also submit one CD containing a PDF of their SOQ.
Proposal Format (Section 18 of RFQ) Section I Introduction (maximum 2 pages) Introductory Letter Section II - Evaluation Criteria (maximum 18 pages) 1. Project Manager s Qualifications & Experience 2. Personnel Qualifications & Experience 3. Firm Qualifications & Experience 4. 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 Offerors shall complete and submit the following attachments: Attachment E Submit required DBE forms per this Attachment Attachment F Exceptions Form Attachment G Acknowledgement of Addenda Attachment H Proposed Subcontractors Attachment J Certification Regarding Lobbying Attachment K Certification of Offeror Regarding Debarment, Suspension, and Other Responsibility Matters Attachment L Responsibility Questionnaire
Proposal Format (Section 11 of RFQ) Proposals shall be submitted in a sealed package, clearly marked in the lower left hand corner as follows: RFQ No. LRT-11-159-SCCE South Central Corridor HCT Feasibility Study (Name of Submitting Firm) November 15, 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 1300 Phoenix, Arizona 85003
Contract Award NOTICE OF INTENT TO AWARD Each 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 Procedures Protest Procedures Interested 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 Offeror agrees 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 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.
Evaluation The following criterion shall be applied in the evaluation of the Proposals. Project Manager s Qualifications & Experience (Maximum 250 Points) Personnel Qualifications & Experience (Maximum 200 Points) Firm Qualifications & Experience (Maximum 250 Points) Understanding/Approach to the Scope of Work (Maximum 300 Points)
Pre-Award Debriefing METRO will limit the information disclosed to that offeror s proposal 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 offeror from 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 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 & ANSWERS