Solano Transportation Authority

Transcription

Solano Transportation AuthorityMember Agencies:Benicia Dixon Fairfield Rio Vista Suisun City Vacaville Vallejo Solano CountyOne Harbor Center, Suite 130, Suisun City, CA 94585-2473 Telephone (707) 424-6075 / Fax (707) 424-6074Email: info@sta.ca.gov Website: sta.ca.govMarch 11, 2021RE: Request for Qualifications (RFQ 2021-01) for On-Call Construction ManagementServicesDear Consultant:The Solano Transportation Authority (STA) invites consultants to submit qualifications toprovide services for On-Call Construction Management. These will be smaller (generally lessthan 1M) transportation projects with either state or local funding. A list of qualified firms willbe created and interviews will be held to narrow down the list to 3-5 firms. On-Call firms will beeligible for three (3) years, with an option to extend for another two (2) years should a projectrequire such.To obtain a copy of the full Request for Qualifications (RFQ), please download the RFQ as aPDF file from the STA website: tunities/ orcall the STA at (707) 424-6075.The RFQ describes the requested services to be provided, presents the requirements of theConsultant and outlines the criteria that will be used to evaluate the Qualifications.Qualified organizations are invited to submit one (1) hard copy and one (1) digital copy (flashdrive) of your Qualifications to the STA office no later than 4:00 PM, on Friday, April 16,2021 addressed to:Anthony AdamsSenior Project ManagerSolano Transportation AuthorityOne Harbor Center, Suite 130Suisun City, CA 94585-2473Note that this deadline is firm and late submittals will not be accepted. Qualifications will bereviewed and, if needed, the firms/teams whose qualifications most closely meet the STA’sneeds will be invited to interview on or about April 23, 2021.

The STA encourages, but does not require for this solicitation, the use of local firms. To assist inthe use of local firms, the STA has prepared a database of contact information for local firms forconvenience purposes only and without guarantees as to the ability of such firms to provide theservices. This database and the Local Preference Policy can be viewed ference/If you have questions regarding this project, please contact Anthony Adams, Senior ProjectManager at aadams@sta.ca.gov. Thank you for your interest.Sincerely,Daryl HallsExecutive DirectorSolano Transportation Authority

REQUEST FOR QUALIFICATIONS(RFQ No. 2021-01)ForOn-Call Construction Management ServicesForSuisun Train Depot, Solano Express Capital, Electric Charging Infrastructure,and Safe Routes to School Capital ProjectsCountywide in Solano CountyRelease Date: March 11, 2021RESPONSES DUE:4:00 PM, Friday, April 16, 2021One (1) complete hard copy and one digital copy (flash drive) of each response must bereceived before 4:00 p.m. PST on April 16, 2021Solano Transportation AuthorityOne Harbor Center, Suite 130Suisun City, CA 94585-2473

DISCLOSURE: The master copy of each response to this RFQ shall be retained for official files and willbecome a public record after the award of a contract unless the qualifications or specific parts of thequalifications can be shown to be exempt by law (Government Code section 6250 et seq.). EachResponding Firm may clearly label part of a submittal as "CONFIDENTIAL" if the Responding Firm agreesto indemnify and defend the STA for honoring such a designation. The failure to so label any informationthat is released by the STA shall constitute a complete waiver of all claims for damages caused by anyrelease of the information. If a public records request for labeled information is received by the STA, theSTA will notify the Responding Firm of the request and delay access to the material until seven workingdays after notification to the Responding Firm. Within that time delay, it will be the duty of theResponding Firm to act in protection of its labeled information. Failure to so act shall constitute acomplete waiver.LOCAL PREFERENCE POLICYThe STA has adopted a Local Preference Policy which encourages the hiring of local firms. While thereis no goal for local firms for this Project, firms are encouraged to hire local firms(s). The STA hasprepared a database of contact information for local firms for convenience purposes only and withoutguarantees as to the ability of such firms to provide the services. The Local Preference Policy and theLocal Firms database can be obtained by contacting STA at (707) 424-6075, or can be found athttp://tiny.cc/jobsrfps.

INTRODUCTIONThe Solano Transportation Authority (STA) is a Joint Powers Authority comprised of members including thecities of Benicia, Dixon, Fairfield, Rio Vista, Suisun City, Vacaville, and Vallejo, and the County of Solano. TheSTA serves as the Congestion Management Agency for Solano County and is responsible for countywidetransportation planning and programming of State and Federal funding for transportation projects within thecounty. Over the past few years, STA has taken on additional responsibilities in the delivery of priority localprojects on and off the State Highway System.STA will be taking the lead on construction of an improvement at the Suisun Train Depot, severalSolanoExpress improvements, and minor Active Transportation projects. These projects will requirecoordination with various agencies including Caltrans, Amtrak, and BART, who will be providing constructionoversight. The proposed projects and project types are listed below:1.2.3.4.5.Suisun Train Depot Lighting and Bus improvements (Coordination with Amtrak)West Texas @ I-80 on-ramp SolanoExpress stop and Ped Improvements (Caltrans Oversight)Inductive Charging Installation at 4-6 regionally significant transit facilities (Coordination with BART)Electric charging infrastructure installation for consumer chargingMinor Active Transportation projects (Sidewalk improvements, crosswalks, curb-ramps, etc.)Work sites, excluding El Cerrito Del Norte BART and Walnut Creek BART, are within the County of Solano.BACKGROUNDSTA is taking the lead on the design and construction of several transit and active transportation projects onbehalf of our member agencies. These improvements are relatively minor in scale, so an on-call consultantthat has the capacity to take on upcoming transit and active transportation project is desired.SERVICES TO BE PROVIDEDThe STA intends to retain a qualified, committed, and professional Construction Management (CM) firm/teamto be on-call for the STA implementation team. The successful CM firm shall manage and oversee theconstruction of a slew of projects related to transit and active transportation. As mentioned above, the STAwill be taking the lead on construction for the following projects:1.2.3.4.5.Suisun Train Depot Lighting and Bus improvementsWest Texas @ I-80 on-ramp SolanoExpress stop and Ped ImprovementsInductive Charging Installation at 4-6 regionally significant transit facilitiesElectric charging infrastructure installation for consumer chargingMinor Active Transportation projects (Sidewalk improvements, crosswalks, curb-ramps, etc.)The first to be ready for construction will be the Suisun Train Depot Lighting and Bus Improvements. The goalis to get lights and wind screens installed before Winter 2021. Subsequently, the other projects will be bid outin the next 1-3 years. As projects are ready for Construction, STA will contact on-call consultant to requestavailability.Consultation with the Project designer-of-record and Caltrans will be required for the West Texas @ I-80 onramp SolanoExpress stop and Ped Improvements, as needed for design clarifications. The selected consultedconstruction manager will coordinate and communicate with the STA and other agencies responsible forimplementing these projects.1

The required construction management services will include, but not be limited to, the following: Advertise, Award, and Administer the project on behalf of STA. Participate in the pre-bid services, including review bids, bid bonds, insurance certificates and relatedsubmittals, and assist the STA in selecting a qualified bidder(s). Act as construction project coordinator and the point of contact for all communications andinteraction with the contractor, Caltrans, affected local agencies and designer. Perform all Resident Engineer functions as required by Caltrans Standard Specifications, the projectSpecial Provisions, and Caltrans Construction Manual. Conduct a pre-construction conference. Review and monitor the construction schedule. Prepare weekly reports documenting the progress ofconstruction. Take photographs and videotape recordings of the construction progress on a regularbasis. Schedule, manage and perform construction staking in accordance with the methods, procedures andrequirements of Caltrans Surveys Manual and Caltrans Staking Information Booklet. Schedule, manage, perform and document all field and laboratory testing services. Materials testingshall conform to the requirements and frequencies as defined in the Caltrans construction Manual andthe Caltrans Materials Testing Manuals. Evaluate, negotiate, recommend, and prepare change orders. Process submittals and monitor design consultant review activities. Prepare and recommend progress payments. Coordinate and meet construction oversight requirements of Caltrans and affected local agencies forwork being performed within the respective jurisdictions. Identify potential claims and make recommendations to resolve said claims. Perform all construction administrative activities, including correspondence and document control. Perform field inspection activities, monitor contractor’s performance and enforce all requirements ofapplicable codes, specifications, and contract drawings. Oversee the design clarification process. Prepare as-built drawings; track, log and redline changes and certify that the project was builtaccording to the as-built drawings. Provide as-built drawings to the STA partner agencies. Provide final inspection services and project closeout activities, including preparation of the finalconstruction project report. Turn all construction documents over to the STA. Consultant shall provide for all transportation and communication requirements for the consultant’spersonnel.FUNDINGSTA has funding commitments for these improvements from State funding sources, no federal funds will beused.2

PRELIMINARY PROJECT SCHEDULESTA is committed to delivering these projects expeditiously. Presented in the tables below is a preliminaryschedule for the first construction package of the SolanoExpress Capital Improvement Program.Preliminary Project for Schedule for Suisun Train DepotTasksCompletion DateSelect CM ConsultantMay 2021Assist in obtaining all necessary permits for Suisun TrainDepotJune-July 2021Advertise Suisun Train Depot for ConstructionAugust 2021Award Suisun Train Depot Construction ContractSeptember 2021Construction of Suisun Train Depot ImprovementsOctober - November 2021Bid Subsequent Projects for Construction2022-2024Complete Construction20243

INSTRUCTION TO PROPOSER1. Examination of Proposal Documents: By submitting qualifications, the proposer represents that it hasthoroughly examined and become familiar with the work required under this RFQ, and that it is capable ofperforming the work identified in Scope of Work.2. Addenda/Clarifications: Explanations or clarifications desired by respondents regarding the meaning orinterpretation of the RFQ may be requested verbally or in writing. All inquiries pertaining to this RFQshould be emailed to Anthony Adams, Senior Project Manager, at the following email address:aadams@sta.ca.gov no later than 4:00 PM (local), April 2, 2021. Response to all questions submitted bythe deadline that may have a material impact on the proposal will be posted on the STA website atwww.sta.ca.gov by April 7, 2021. The subject line for questions submitted in writing should includereference to: “Questions - STA RFQ 2021-01 On-Call Construction Management services”.3. Withdrawal of Proposal Submittal: A proposer may withdraw its proposal at any time before the expirationof the time for submission of proposal submittals as provided in this RFQ by delivering to the procurementofficer a written request for withdrawal signed by, or on behalf of, the proposer.4. Rights of STA: This RFQ does not commit STA to enter into a contract, nor does it obligate STA to pay forany costs incurred in preparation and submission of the proposal or in anticipation of a contract.STA may investigate the qualifications of any proposer under consideration, require confirmation ofinformation furnished by the proposer, and require additional evidence or qualifications to perform theservices described in this RFP.STA, in its sole discretion, reserves the right to:- Reject any or all proposal submittals.- Issue one or more subsequent RFQs and/or RFPs.- Postpone opening for its own convenience.- Remedy technical errors in the RFQ and/or RFP process.- Approve or disapprove the use of particular subcontractors.- Negotiate with any, all, or none of the proposers responding to this RFP.- Solicit best and final offers from all or some of the proposers.- Award a contract to one or more proposers.- Waive informalities and irregularities in any proposal.Method of Payment: method of payment for this project is Actual Cost-Plus-Fixed Fee. The submitted costproposal (submitted separate from the technical proposal) must be in an appropriate format. See Exhibit 10-H(attached) for sample structure. More information on this method of payment can be found on the Caltranswebsite for Local Programs Procedures. roposers shall be prepared to accept the terms and conditions of STA’s standard form contract includedas ATTACHMENT A (STA Sample Professional Service Agreement) hereto. If a proposer desires to takeexception to the agreement, the proposer shall provide the following information as a section of theproposal identified as "Exceptions to the Agreement":a. Proposer shall clearly identify each proposed change to the agreement, including all relevantexhibits and attachments.b. Proposer shall furnish the reasons therefore as well as specific recommendations foralternative language.4

c. The above factors will be considered in evaluating proposals. Substantial exceptions to theagreement may be determined by STA, at its sole discretion, to be unacceptable and STA mayproceed with negotiations with the other proposed firms.RFQ SUBMITTAL REQUIREMENTSPlease prepare your proposal in accordance with the following requirements.1. Qualifications: The statement of qualifications (excluding resumes and the transmittal letter) shall notexceed a total of 10 single-sided, 8.5” x 11” pages. Include sample projects or similar examples of pastprojects. Resumes shall be included in an appendix.2. Transmittal Letter: The proposal shall be transmitted with a cover letter describing the firm’s/team’sinterest and commitment to the proposed project. The letter shall state that the proposal shall be validfor a 90-day period and should include the name, title, address and telephone number of the individual towhom correspondence and other contacts should be directed during the consultant selection process.The person authorized by the firm/team to negotiate a contract with STA shall sign the cover letter.Address the cover letter as follows:Anthony Adams, Senior Project MangerSolano Transportation AuthorityOne Harbor Center, Suite 130Suisun City, California 945853. Project Understanding: This section shall clearly convey the consultant’s understanding of the nature ofthe work, including coordination with and approvals from STA, Caltrans, cities in Solano, and otheragencies.4. Qualifications and Experience: The proposal shall provide the qualifications and experience of theconsultant team that will be available for these transit capital improvements. Please emphasize thespecific qualifications and experience from projects similar to these projects for the Key Team Members.Key Team Members are expected to be committed for the duration of the project. Replacement of KeyTeam Members will not be permitted without prior consultation with and approval of the STA.8. Cost: A general cost proposal should be submitted in a separate sealed envelope titled “STA On-CallConstruction Management Services - Consultant Costs.” The cost submittal should indicate the rates ofanticipated staff, i.e. Project Manager and Key Team Members. A cost proposal for a particular project willbe requested after firms have been qualified to be on-call.Please include a list of personnel positions proposed for performance of the services and the hourly salaryrange of each classification (including subconsultants).9. Quality Control/Quality Assurance Plan: The consultant shall include in the proposal their QualityControl/Quality Assurance Plan that will be implemented on this project. The Plan shall be specific to thekey personnel and included in the schedule for the project.10. References: For each Key Team Member, provide at least three references (names and current phonenumbers) from recent work (previous three years). Include a brief description of each project associatedwith the reference, and the role of the respective team member.11. Submittal of Qualifications: One (1) hard copy and one digital copy (flash drive) of your proposal are dueat the STA office no later than 4:00 p.m., Friday April 16, 2021.5

SELECTION OF CONSULTANT & CRITERIAThe overall process will be to evaluate the technical components of all the qualifications with a potentialinterview completely independent from the cost component. The qualifications and potential interview will beevaluated and scored on a 100-point total basis using the following criteria:1.2.3.4.Qualifications and specific experience of Construction Management Consultant (35 Points)Experience with similar types of projects, including Caltrans, Amtrak, and BART oversight (35 Points)Experience working in with STA and within Solano County (15 Points)Satisfaction of previous clients (15 Points)STA may interview the prospective consultants after review of the qualifications. A bench of 3-5 consultantfirms will be selected, with a three (3) year term; a two (2) year extension may be granted if a consultant isalready under contract for a particular contract. To narrow the selected on-call bench, CM Consultant may beasked to attend the interview or be available on Zoom. The evaluation/interview panel may includerepresentatives from STA and other agencies, but the specific composition of the panel will not be revealedprior to the interviews. Costs for travel expenses and proposal preparation shall be borne by the consultant(s).For specific projects, on-call consultants will be contacted and requested to provide scope, availability, andcost proposals. These proposals will be scored and a consultant selected.SELECTION SCHEDULEMarch 11, 2021RFQ releasedApril 2, 2021Deadline questions emailed to Anthony Adams(aadams@sta.ca.gov)April 7, 2021Answers to questions posted on STA websiteApril 16, 2021Proposals are due no later than 4:00 PM. Late submittals will notbe accepted.April 30, 2021Consultant SelectionIf you have any questions regarding this RFQ, please contact:Anthony AdamsSenior Project ManagerSolano Transportation AuthorityOne Harbor Center, Suite 130Suisun City CA 94585Phone (707) 399-3215Fax (707) 424-6074aadams@sta.ca.gov6

DISCLOSURE:The master copy of each response to this RFQ shall be retained for official files and will become a public recordafter the award of a contract unless the qualifications or specific parts of the qualifications can be shown to beexempt by law (Government Code section 6250 et seq.). Each Responding Firm may clearly label part of asubmittal as "CONFIDENTIAL" if the Responding Firm agrees to indemnify and defend the STA for honoringsuch a designation. The failure to so label any information that is released by the STA shall constitute acomplete waiver of all claims for damages caused by any release of the information. If a public records requestfor labeled information is received by the STA, the STA will notify the Responding Firm of the request and delayaccess to the material until seven working days after notification to the Responding Firm. Within that timedelay, it will be the duty of the Responding Firm to act in protection of its labeled information. Failure to so actshall constitute a complete waiver.PROTEST AND APPEALSAny actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the Solicitations orNotice of Intent to Award a contract may protest to the Executive Director. The protest shall be submitted inwriting to the Executive Director within seven (7) working days after such aggrieved person or company knowsor should have known of the facts giving rise thereto. All letters of protest shall clearly identify the reasons forthe protest. The protest also must state the law, rule, regulation, or policy upon which the protest is based.The Executive Director shall issue a written decision within ten (10) working days after receipt of the protest.The decision shall; state the reason for the action taken; and inform the protester that a request of furtheradministrative appeal of an adverse decision must be submitted in writing to the Clerk of the STA Board ofDirectors within seven (7) working days after receipt of the decision by the Executive Director.7

Solano Transportation AuthorityStandard ContractProject:CONSULTANT SERVICES AGREEMENTBETWEENTHE SOLANO TRANSPORTATION AUTHORITYANDFOR On-Call Construction Management ServicesARTICLE I INTRODUCTIONA. This contract is between the following named CONSULTANT and the Solano Transportation Authority(STA).The name of the “CONSULTANT” is as follows:Incorporated in the State of NAME OF STATEThe Project Manager for the “CONSULTANT” will be NAMEB. The work to be performed under this contract is described in Article II entitled Statement of Work and theapproved CONSULTANT’s Cost Proposal dated DATE. The approved CONSULTANT’s Cost Proposal isattached as Attachment I and incorporated by reference. If there is any conflict between the approved CostProposal and this contract, this contract shall take precedence.C. CONSULTANT agrees to indemnify and hold harmless STA, its officers, agents, and employees from anyand all claims, demands, costs, or liability arising from or connected with the services provided hereunder dueto negligent acts, errors, or omissions of CONSULTANT. CONSULTANT will reimburse STA for anyexpenditure, including reasonable attorney fees, incurred by STA in defending against claims ultimatelydetermined to be due to negligent acts, errors, or omissions of CONSULTANT.D. CONSULTANT and the agents and employees of CONSULTANT, in the performance of this contract, shallact in an independent capacity and not as officers or employees or agents of STA.E. Without the prior written consent of STA, this contract is not assignable by CONSULTANT either in wholeor in part.F. No alteration or variation of the terms of this contract shall be valid, unless made in writing and signed by theparties; and no oral understanding or agreement not incorporated in, shall be binding on any of the parties.G. The consideration to be paid to CONSULTANT under this contract shall be in compensation for all ofCONSULTANT’s expenses incurred in the performance of this contract, including travel and per diem, unlessotherwise expressly so provided.ARTICLE II STATEMENT OF WORKA. Contractor shall perform those services specified here. Contractor’s services are described in variousattachments and exhibits, each of which is incorporated into this Contract by this reference which define anddescribe the Project to be undertaken by Contractor. STA has materially relied upon the representations ofContractor as may have been made in STA’s selection of Contractor for this Project. Contractor agrees toperform or secure the performance of all specified services in their entirety within the maximum paymentspecified. Said Scope of Services comprises, and includes, the following documents:Page 1 of 21Rev. 11/17/15

Solano Transportation AuthorityStandard ContractProject:a. STA staff report to the STA Board dated January 30, 2019 and approved by the STA Board onFebruary 13, 2019;b. STA’S REQUEST FOR PROPOSAL/QUALIFICATIONS (STA Project No. 2019-01);c. Contractor’s written response to the Request for Proposal/Qualifications for the Project dated;d. Contractor’s Cost Proposal; and, further all statements and representations of Contractor made duringtheir presentation to STA’s selection board and to the officers and employees of STA who haveparticipated in the determination to contract with Contractor for this Project. Those documents,presentations and discussions are material representations upon which STA has relied in selecting andcontracting with Contractor and shall be utilized in any matter in which interpretation of this Contractis required.ARTICLE III CONSULTANT’S REPORTS OR MEETINGSA. CONSULTANT shall submit progress reports at least once a month. The report should be sufficientlydetailed for the Contract Administrator to determine, if CONSULTANT is performing to expectations, or ison schedule; to provide communication of interim findings, and to sufficiently address any difficulties orspecial problems encountered, so remedies can be developed.B. CONSULTANT’s Project Manager shall meet with STA’s Contract Administrator, as needed, to discussprogress on the contract.ARTICLE IV PERFORMANCE PERIODA. This contract shall go into effect on (DATE), contingent upon approval by STA, and CONSULTANT shallcommence work after notification to proceed by STA’S Contract Administrator. The contract shall end on(DATE), unless extended by contract amendment.B. CONSULTANT is advised that any recommendation for contract award is not binding on STA until thecontract is fully executed and approved by STA.ARTICLE V ALLOWABLE COSTS AND PAYMENTS (Verbatim)A. The method of payment for this contract will be based on actual cost plus a fixed fee. STA will reimburseCONSULTANT for actual costs (including labor costs, employee benefits, travel, equipment rental costs,overhead and other direct costs) incurred by CONSULTANT in performance of the work. CONSULTANTwill not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel,equipment rental, overhead, and other estimated costs set forth in the approved CONSULTANT’S CostProposal, unless additional reimbursement is provided for by contract amendment. In no event, willCONSULTANT be reimbursed for overhead costs at a rate that exceeds STA’s approved overhead rate setforth in the Cost Proposal. In the event, that STA determines that a change to the work from that specified inthe Cost Proposal and contract is required, the contract time or actual costs reimbursable by STA shall beadjusted by contract amendment to accommodate the changed work. The maximum total cost as specified inParagraph “H” shall not be exceeded, unless authorized by contract amendment.B. In addition to the allowable incurred costs, STA will pay CONSULTANT a fixed fee of not to exceed 11% ofthe total contract. The fixed fee is nonadjustable for the term of the contract, except in the event of asignificant change in the scope of work and such adjustment is made by contract amendment.Page 2 of 21Rev. 11/17/15

Solano Transportation AuthorityStandard ContractProject:C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approvedCost Proposal.D. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall obtain priorwritten approval for a revised milestone cost estimate from the Contract Administrator before exceeding suchcost estimate.E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs.A pro rata portion of CONSULTANT’s fixed fee will be included in the monthly progress payments. IfCONSULTANT fails to submit the required deliverable items according to the schedule set forth in theStatement of Work, STA shall have the right to delay payment or terminate this Contract in accordance withthe provisions of Article VI Termination.F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of thiscontract.G. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon receipt by STA’sContract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail thework performed on each milestone and each project as applicable. Invoices shall follow the format stipulatedfor the approved Cost Proposal and shall reference this contract number and project title. Final invoice mustcontain the final cost and all credits due STA including any equipment purchased under the provisions ofArticle XI Equipment Purchase of this contract. The final invoice should be submitted within 60 calendardays after completion of CONSULTANT’s work. Invoices shall be mailed to STA’s Contract Administratorat the following address:Daryl K. Halls, Executive DirectorSolano Transportation AuthorityOne Harbor Center, Suite 130Suisun City, CA 94575Attn:H. The total amount payable by STA including the fixed fee shall not exceed 300,000.I.Salary increases will be reimbursable if the new salary is within the salary range identified in the approvedCost Proposal and is approved by STA’s Contract Administrator in advance.For personnel subject to prevailing wage rates as described in the Cal

Work sites, excluding El Cerrito Del Norte BART and Walnut Creek BART, are within the County of Solano. . The first to be ready for construction will be the SuisunTrain Depot Lighting and Bus Improvements. The goal is to get lights and wind screens installed before Winter 2