ALTRAN Transit Authority

Request for Qualifications for Construction Oversight Services

RFQ #2015-02

Section I

Proposal Cover Page

Direct Questions To:Rochelle Cotey, Executive Director

ALTRAN Transit Authority

Questions must be received by 7/31/15

Date Issued:July 16, 2015

Qualifications Due:08/07/2015 @ 10:00 AM EST

Firm Name: ______

Submit one proposal via email to:

andSubmit the original proposal

and three copies to:Rochelle Cotey, Executive Director

ALTRAN Transit Authority

P.O. Box 69

E9526 Prospect St.

Munising, MI 49862

SUBMITTER READ AND COMPLETE

The undersigned certifies that he/she offers to furnish the services in strict accordance with the requirements of this solicitation including the Scope of Services, and Terms andConditions that are attached.

Print Name and Title: ______

______

SignatureDate

______

Federal Tax ID #

ALTRAN Transit Authority

Request for Qualifications for Construction Oversight Services

Table Of Contents

Section I

  • Proposal Cover Page

Section II

  • Background
  • Scope Of Services

Section III

  • Proposal Content
  • Assurance Of Independent Oversight
  • Proposal Conditions
  • Questions
  • Evaluation Criteria
  • Proposal Selection
  • Terms And Conditions
  • Withdrawal Of Offers
  • Indemnification
  • Assignment

Section IV

  • Attachment A -- Federal Clauses Professional and A&E Less Than $100,000
  • Attachment B – Non-Conflict of Interest Certification
  • Attachment C – Certification of Non-Collusion

Background:

The ALTRAN Transit Authority (hereafter referred to as the “agency”) in Munising, Michigan, is planning a rebuild of a fire-destroyed facility. This will be a design-build project and includes a small expansion of the facility and adjustments to the internal design. The agency is seeking qualifications-based proposals for independent project oversight services. Time is of the essence with this project. The agency transports about 80,000 passengers per year and operated 17 vehicles prior to the fire.

Scope Of Services:

Project oversight shall consist of, but not be limited to,assisting in general contractor selection;ensuring the general contractor’s designs meet current standards; assistingthe agency in approving design-build specifications;ensuring the general contractor has the necessary permits and licenses;ensuring construction meets specification and cost requirements; ensuring Davis-Bacon certified payrolls are submitted weekly; maintaining a regular presence on the site; obtaining a detailed photographic record of the construction; organizing, attending, and documenting regular progress meetings with the agency and general contractor; reviewing and approving design changes in consultation with the agency;serving as the designated single point of contact for the project; ensuring the agency has safe access to the work site at all times;ensuring project completionconsistent with the construction progress schedule; and ensuring compliance with all applicable federal, state and local laws.

The firm/person selected for project oversight cannot submit a proposalin response tothe design-build general contractor solicitation.

Section III

Proposal Content:

Proposals must include the Proposal Cover Page sent with this RFQ. The cover page must be signed in ink by an official of the submitting organization authorized to bind the submitter to the provisions of the RFQ. The complete Proposal Cover Page must be returned with the original proposal. No copies will be accepted.

Proposalsmust also include:

Business Organization: Full business name and address, and primary contact(s)and authorized negotiator(s) for this proposal and project, and their contact information.

Experience: A description of your firm’s experience with design-build projects. Include descriptions of prior or present projects which would tend to substantiate your qualifications to perform this project.

Qualifications: A description of the qualifications of individuals performing the work, their job titles and any certifications or licenses they possess.

References: Provide four references from the past year with the business’s name, address, contact person and that person’s email and phone number.

Other: Provide proof of financial stability; a description of any current litigation or litigation within the preceding two years;current workload and availability of staff; and a proof of insurance for work related to the project.

Assurance OfIndependent Oversight:

The selected vendor will uphold high ethical standards and must assure oversight is independent without collusion or conflict of interest or the appearance of collusion or conflict of interest. Proposals must include signed, original copies of the Non-Conflict of Interest Certification and Certification of Non-Collusion attached to this RFQ. The documents must be signed in ink by an official of the submitting organization authorized to bind the submitter to the provisions of the RFQ. Copies will not be accepted. The Certification of Non-Collusion must be notarized.

Proposal Conditions:

Submitted proposals become the property of the agency. The contents of the submitted proposals are considered valid for one hundred and eighty (180) days after the submission deadline.

Payment terms will be negotiated. Final payment will not be made until the agencyissuesa Notification of Final Acceptance.

The agency reserves the right to waive any informalities or minor defects and to accept or reject any or all of the submitted proposals for sound, documentable, business reasons, and to postpone the proposal due date.

Submit the original proposal and three (3) copies in a sealed envelope to: Rochelle Cotey, Executive Director, ALTRAN Transit Authority, P.O. Box 69, E9526 Prospect St., Munising, MI 49862. Sealed proposals are due by mail or hand delivery by 10:00 a.m. EST on Friday, August 7, 2015. Late submissions will not be accepted.

Conditional proposals will be considered non-responsive and may be rejected unless the agency gives specific approval to a written request received at least ten (10) working days prior to the proposal due date. No other proposal changes will be accepted after submittal. All other interested parties will be notified of any changes to the Scope of Services.

This RFQ does not commit the agency to award a contract, to pay any cost incurred in the preparation of a proposal, or to preclude the agency from canceling, in part or in its entirety, this RFQ, for sound, documentable, business reasons. The award will only be made to a responsive and responsible firm.

Questions:

Questions about this RFQ must be submitted by email All questions, answers and any addendums related to this RFQ will be sent to vendors who were sent an RFQand to every firm who has submitted qualifications or a question, and will be posted on the agency’s website All questions and/or comments must be received at least five (5) working days prior to the submission due date. Verbal comments are not part of this solicitation.

Evaluation Criteria:

The selection panel members are theagency’s Executive Director, Administrative Assistant, Operations Manager and selected board members. Any proposer fallingwithin a competitive range as determined by the selection panel may be asked to give a presentation to the selection panel to discuss any aspects of the proposal needing clarification. Presentations will be evaluated on clarity, quality and completeness. Evaluation scores may be adjusted based on the results of the interviews. The evaluation criteria are following and ranked in order of importance:

  • demonstrated ability to provide the project oversight as specified in the Scope of Services and communicate effectively with agency staff.
  • demonstrated ability to work with a design-build project.
  • ability to begin work immediately upon award/workload availability
  • staffknowledge, qualifications and experience.

Proposal Selection:

This is a Brooks Act, qualification-based procurement. Do not send pricing information with the proposal. A separate pricing proposal will be requested from the firm with the highest evaluation scoreand must be submitted immediately after request. The pricing proposal must provide a detailed breakdown of the firm’s costs for the project. Should price negotiations with the highest scored firm be unsuccessful, the agency will begin negotiations with the next highest scored firm, and repeat that process as necessary. The selected firm will work with the agency to develop a cost analysis.

Terms And Conditions:

This project is funded by the Federal Transit Administration (FTA) and the Michigan Department of Transportation (MDOT) grants. It is subject to federal and state guidelines. The federal requirements for this project are Professional and A&E LessThan $100,000, as attached.

The selected firm must be available to begin work immediately on the project once awarded the contract.

The agency complies with all Federal and State civil rights, equal opportunity, and fair housing requirements of Title VI of the Civil Rights Act of 1964.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract. The agency is exempt from federal, state, and local taxes. The agency will not be responsible for any taxes levied on the respondent as a result of the contract resulting from this RFQ. Protests must be submitted consistent with the agency’s procurement policy.

The selected vendor will contract with the agency and maybe required to have a third party subcontract approved by MDOT. This is a firm, fixed price contract. The awarded subcontract serves as the vendor’s Notice to Proceed. The agency reserves the right to cancel the contract with thirty (30) days written notice.

Withdrawal Of Offers:

Proposals may be withdrawn by written request prior to the due date and time. A proposal may also be withdrawn in person by a proposing firm, provided the withdrawal is made prior to the due date and time. The proposing firm must sign a receipt of withdrawal. No proposal may be withdrawn after the due date unless there is a material error in the proposal. Withdrawn proposals may be resubmitted, with or without modifications, up to the due date and time. The agency shall require proof of agency from person withdrawing the proposal.

Indemnification:

The selected proposer shall indemnify, defend and hold harmless the agency, its officers, agents, employees, independent contractors, the State of Michigan, MDOT and all officers, agents, employees thereof:

--from any and all claims by persons, firms, or corporations for labor, materials, supplies or services provided in connection with any contract awarded, which the offeror shall perform under the terms of this contract; and

--from any and all claims for injuries to, or death of, any and all persons, for loss of or damage to property, environmental damage, degradation response and cleanup costs, and attorney fees or other related costs arising out of, under, or by reasons of this RFP, except claims resulting from the sole negligence or willful acts or omissions of said indemnities, its agents or employees.

Assignment:

Neither party may assign, directly or indirectly, all or part of its rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld or delayed.

SECTION IV

Attachment A –Federal Clauses Professional and A&E Less Than $100,000

Attachment B –Non-Conflict of Interest Certification

Attachment C – Certificate of Non-Collusion

1