LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION

Size: px
Start display at page:

Download "LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION"

Transcription

1 LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION 1. SOLICITATION No AMENDMENT No EFFECTIVE DATE: 05/22/ ISSUED BY: Lisa Harris, Contracts Specialist Direct Dial: (863) LHarris@ridecitrus.com 5. NUMBER OF PAGES: 1 6. REVISED PRE-OFFER CONFERNCE: The scheduled pre-bid/proposal conference is changed as follows: LOCATION: No Change DATE AND TIME: No Change 7. REVISED SUBMISSION DUE DATE AND TIME: The submission due date and time is changed as follows: DATE AND TIME: No Change 8. AMENDMENT OF SOLICITATION: The solicitation identified in Block 1, is hereby amended as described in Block 11. Except as provided herein, all other provisions of the solicitation, as hereto amended, shall remain unchanged and in full force and effect. 9. REQUIREMENT TO ACKNOWLEDGE AMENDMENT: Failure of an offeror to acknowledge receipt of this amendment may result in offer rejection. Offeror must acknowledge receipt of this amendment prior to the deadline specified in the solicitation for receipt of offers and by one of the following methods: A. By signing Block 10 and returning this amendment to the District with your Proposal; B. By separate letter or which includes a reference to this solicitation and amendment numbers. 10. OFFEROR S ACKNOWLEDGEMENT OF AMENDEMENT: Name & Title: Signature: Offeror: Date: / / 11. DESCRIPTION OF AMENDMENT: The following modifications are hereby made to the solicitation document: A. Replace Section 2.0, Scope of Work, in its entirety with the attached Amendment 1, Revised Section 2.0, Scope of Work. B. Changes are marked with a vertical bar in the left-hand margin of Section 2.2 and C. All changes to the solicitation are referenced in paragraph A and B. D. Exhibit 3 and 4 shall be incorporated by reference E. Attached to this amendment are Questions and Clarification. Responses to questions are provided as a courtesy and do not modify the solicitation. [END] Page 1 of 1

2 RFQu #12-006/lch Misc. A&E Services Table of Contents AMENDMENT 1 - SECTION 2.0 SCOPE OF WORK AMENDMENT 1 - SECTION 2.0 SCOPE OF WORK SCOPE OF WORK SERVICE REQUESTED REQUIREMENTS CAPABILITIES QUALIFICATIONS STRUCTURE AND TERM OF POOL TASK ORDER/WORK ORDER PROCESS DELIVERABLES NEGOTIATIONS PRICE SCHEDULE SCOPE OF WORK The District is seeking to establish a Pool of pre-qualified firms with applicable qualified architectural and engineering consultant teams to provide professional architectural and engineering services and assistance for various types and sizes of projects ranging from improvements, modifications and/or improvements to existing facilities to the design build plans for new transit facilities. Type of work required to undertake an as-yet unspecified list of projects includes, but is not limited to environmental investigations, studies or reports; design of various transit infrastructure improvements to include access that conforms to the Americans with Disabilities Act (ADA) requirements; field review and analysis; cost estimating; construction oversight and management; site selection of bus operating facilities and related real estate activities to be provided on an as-needed basis. The work described within this section is a general guide and is not intended to be a complete list of all work and materials necessary to complete the project or supply goods or services. The Scope of Work contains tasks believed necessary for firms interested and capable of providing of general Architectural and Engineering Services. Membership in the Pool is a pre-requisite for obtaining work on potential projects issued through this solicitation However, there is no guarantee that any or all Pool members will obtain work orders through this process. When projects arise, the District will prepare a scope of work and provide Pool members with information regarding the selection process and response requirements. Work order awards will be made competitively, generally based on price and other factors. Additionally, the District reserves the right to develop an alternate, streamlined process for awarding smaller work orders. 2.2 SERVICE REQUESTED Services requested are under budgetary constraints and should reflect innovative, cost effect design options. Unless otherwise stated, scopes of work provided under this contract are project specific; should a member of the pool or a subcontractor thereof, be awarded multiple projects, all documentation shall be retained separately. A. 1) New Park and Ride facility and bus shelter structure located at N. US 98 and Pyramid Parkway Approved projects to deploy under the contract: a) This project to be executed in accordance with Joint Participation Agreement (JPA) AQH55. Additional approval of contract items and task orders required. b) Allocated funds $750,000 (seven hundred and fifty thousand dollars), see Exhibit 2, JPA for allowable project costs. c) Plans, specifications, construction, contractual documents, and any or all other similar documents hereinafter shall be collectively referred to as plans and developed in accordance with sound engineering principals and applicable design criteria and with generally accepted professional standards. d) Establish cost of project planning, design, site development, construction, promotion and maintenance of the facility; as approved by the Florida Department of Transportation (FDOT). Section 2.0 Page 1 of 4

3 RFQu #12-006/lch Misc. A&E Services e) The District has entered into a lease with FDOT, for the acres parcel on State Road 400 (I-4), Polk County FL as shown in Exhibit 2. B. Approved projects, pending release that may deploy under the contract: 2) Design engineering and site surveying necessary to obtain permit approvals from various jurisdictions within the LAMTD service area for installation of ADA deployment pads and amenities for public transportation passengers and/or shelters. See Exhibit 3 for current shelter configurations. a) Any and all documents required by the City of Lakeland, F.D.O.T. and Polk County Permitting offices concerning site survey/permit drawings (or prints) b) Civil engineering notes on any and all drawings, as required. c) Raised engineering seals (if required for that project) d) Construction installation drawings (or prints) e) Right-of-way determinations and applications to the City, the County, or the Florida Department of Transportation District 1 headquarters office in Bartow, Florida, should a state road site location be task ordered. f) For minimum City-permitted site specifications for each landing pad, generally, the technical specifications contained in the Exhibits are incorporated herein by reference. C. Potential projects over the term of the contract may be inclusive of, but not limited to: 3) Concrete pavement repair of bus yard 4) Asphalt paving of various areas 5) Design and construction of a pull through bus maintenance and other bus maintenance bays 6) Remodel of the downtown bus terminal 7) Ventilation and environmental work And other projects of small to moderate size as may be required by the District. 2.3 REQUIREMENTS The Consultant teams will assign key personnel to service the Contract from Prime Consultant staff and Subcontractors as required to meet the capabilities and qualifications defined below. The Prime Consultant is committed to maintaining availability of team members throughout the term of the Contract. Should key personnel become unavailable, qualified replacements will be submitted to the District in writing and may be substituted upon approval. 2.4 CAPABILITIES The District desires the Consultant teams to have the capability of providing the full spectrum of architectural and engineering services associated with the design, engineering, environmental, construction, construction oversight and rehabilitation of the transit system. Examples of capabilities required include, but are not limited to: 1) Agency design coordination 2) Site selection and NEPA documentation for small-scale discrete projects 3) Geotechnical engineering 4) Structural engineering 5) Environmental site assessment, NEPA assessment and documentation, feasibility studies, design and reporting 6) Field review and analysis of potential transit infrastructure improvements 7) Site and space planning 8) Site Survey and/or layout 9) Architectural and engineering services by licensed and supervised personnel 10) Roadway design and review 11) Utility engineering 12) Quality assurance support 13) Life cycle cost analysis 14) Value engineering 15) Preliminary design and review 16) Final design and shop drawing reviews 17) Engineering support for permitting/approvals 18) Design criteria analysis 19) ADA compliance review Section 2.0 Page 2 of 4

4 RFQu #12-006/lch Misc. A&E Services 20) Cost estimating / Take-off of prices by qualified estimators 21) Evaluation of biddable plans and specifications 22) Construction management 23) Systems design coordination 24) Systems engineering for intelligent transportation systems 25) Facilities analysis and programming 26) Other types of professional services of a nature consistent with LAMTD project needs. 2.5 The District desires that Proposers have personnel with the following experience and qualifications: 2.6 Qualifications 1) Transit infrastructure design and construction expertise 2) Registered land surveyor 3) Building design and construction expertise 4) Maintenance facility design and construction expertise 5) Parking lot evaluation, design and construction expertise 6) Transfer center site evaluation, design and construction expertise 7) Roadway and fixed guideway design and construction expertise 8) Intelligent transportation systems architecture and management Traffic analysis and study, including signal warrants STRUCTURE AND TERM OF POOL 9) Real property analysis expertise 10) Knowledge of local, state (Florida Department of Transportation) and federal (Federal Transit Administration and Federal Highway Administration) design, permitting and construction regulatory requirements 11) Knowledge of jurisdictional land use and zoning requirements 12) Knowledge of ADA requirements 13) Knowledge of NEPA and New Starts regulatory requirements for reporting and submittals 14) Cost estimating expertise 15) Environmental impact analysis 16) Construction management expertise The District may periodically refresh, or add members to the pool, through a competitive RFQu process, at its discretion. Any refresher process will be solely for additive reasons. The District will notify its Board of any additional Pool membership agreements arising out of a refresher process. A maximum of five Proposers may be selected to participate in the Pool, contingent on the Proposers being considered responsive and responsible and meeting the requirements of the RFQu, including any minimum score requirements. Selected Pool members must remain registered vendors with the District throughout the term of the Pool. At the District's discretion, members may be dropped from the Pool for lack of participation, which shall include failure over a reasonable time to propose on Work Orders offered through the Pool, poor performance on a Work Orders, being in arrears in obligations to the District, and any other reason specified by District policies and procedures. Selected Proposers will be required to sign an agreement with the District in order to be accepted into the Pool. The agreement will include general legal and administrative provisions, not-to-exceed hourly rates for various staff levels and all required District affidavits, and may be updated periodically to reflect new District requirements. These agreements will be supplemented, upon project award, by individual Task/Work Orders specifying project scopes and payment and price information. It is the District s intention to limit the total dollars any one member will be issued through Task Orders hereunder to $1,000,000 inclusive of all service categories during the initial term of the Pool, and subsequent options to renew; therefore, if a member has reached the limit amount, the District may choose to award a Work Order to another member in the Pool in accordance with the procedures outlined in Section 2.1 Section 2.0 Page 3 of 4

5 RFQu #12-006/lch Misc. A&E Services 2.7 TASK ORDER/WORK ORDER PROCESS Membership in the Pool is a prerequisite for having an opportunity to submit proposals and obtain work through this Pool. However, there is no guarantee that any or all Pool members will obtain work orders through this Pool. After selection into the Pool, members will participate in a task order process. When projects arise, the District will prepare a scope of work and provide Pool members with information regarding the selection process and response requirements, potentially to include written proposals and/or oral presentations. Recommendations for task order awards will be made competitively, generally based on the process outlined in Florida Statue Additionally, the District reserves the right to develop an alternate, streamlined process for awarding smaller work orders. 2.8 DELIVERABLES As outlined in Section 1.8, project(s) will be authorized by the issuance of written task orders. Task order(s) will contain a completion date and define the deliverables for the work effort. Additional Task orders may be issued by project phase and/or services needed. All drawings must be signed and sealed drawings and provided to the District in both *.pdf and AutoCAD formats. Deliverables shall be accepted by the District Project Manager, in writing, before payment for such work. Completed work on a task will be billed at negotiated hourly rates governed by the contract. Notice to Proceed (NTP) in the form of a purchase order must be issued before work is initiated. 2.9 NEGOTIATIONS The District may award a Work Order on the basis of initial offers received, without discussions. However, the District reserves the right to enter into negotiations with the selected Proposer. If the District and the selected Proposer cannot negotiate a successful agreement, the District may terminate said negotiations and begin negotiations with subsequently ranked selected Proposers. This process will continue until a contract has been executed or all Proposals have been rejected. No Proposer shall have any rights against the District arising from such negotiations PRICE SCHEDULE A sealed Price/Fee Schedules shall be based on Key Personnel and Roles outlined in Exhibit 1 - SF 330 and submitted as part of, but separate from, the offer. Should Exhibit 1 provide adequate detail, it may be used in place of or in conjunction with documents specified in Section 3.3 (B) [END OF SECTION 2.0] Section 2.0 Page 4 of 4

6

7

8

9

10

11

12

13

14

15 RFP Misc. A&E Services Questions and Clarifications May 22, Question: Will FDOT require Construction Submission through their agency for the Park and Ride Response: No, the projects requested within the solicitation are the responsibility of the District. As such, the District will provide FDOT any documents necessary under the JPA. 2. Question: Will additional funding be available for innovative cost saving fixtures or features at the Park and Ride Response: No, currently the only funds allocated are those provided by FDOT as specified in Section 2.2 A. We ask that offeror be mindful of budgetary constraints and annual operating cost such trash removal, weather elements, grounds keeping and utilities. 3. Question: How will the maintenance of the facility be funded Response: Ongoing maintenance will be the responsibility of the District 4. Question: Is there a specific labor discipline required of the prime contractor, Civil Engineer, Architect, etc. Response: The District has no preconceived notion of staffing levels as it is our intention to award multi offerors based on current and potential projects and the specific qualifications desired for each. Additionally, language has found in the solicitation allows for subcontracting so to accommodate the variety, quantity and perhaps overlapping of projects. 5. Question: Can a subcontractor team with multiple prime contractors Response: Yes 6. Question: Who created the initial concepts of the Park and Ride Response: The Districts Executive Director, Tom Philips created a couple and the other by Furr & Wegman Architects (see Exhibit 4). However, keep in mind that these are concepts not actual designs and are being presented to depict location and road network 7. Question: Should firms provide their own concepts of the Park and Ride as part of their proposal Response: The District can neither encourage nor discourage the content of a firms offer. However, within Section 3 of the solicitation, firms are asked to provide experience and project approach as part of the evaluation criteria. 8. Question: Will the list of participants for the pre-offer conference be published with the Amendment Response: Yes, see the Pre-Offer Attendance Log attachment to Amendment 1 9. Question: Can you please provide clarification for the 330 forms: I don t see them listed within any of the content requirements on section 3.3. Are they to be included in their own section or within another section of our proposal? Response: See attached Amendment 1 Section 2 Scope of Work, paragraph Question: The evaluation criteria (5.1) lists references.. Will the references be pulled from the contact information on Form M or should we include separate pages with contact information and letters of recommendation within another section? Response: See attached Amendment 1 Section 2 Scope of Work, paragraph 2.10 Page 1 of 2

16 RFP Misc. A&E Services Questions and Clarifications May 22, Clarification/Conference Comments: Though the FDOT is not directly involved with the Park and Ride Lot, there are state manuals available for such projects Clarification/Conference Comments: Noted patron park and ride concerns: Personal and property safety Dim Lighting Exposure to the elements 13. Clarification/Conference Comments: Other noted park and ride comments: Terminal exposure; example given was the LYNX terminal where the canopy can be seen from I-4 Noise in close proximity of hotel (Howard Johnsons) Forward thinking: electric charging stations 14. Clarification/Conference Comments: noted additional project The Installation of ADA deployment pads and amenities for public transportation passengers and/or shelters has been incorporated into Section 2.2 of the solicitation See attached Amendment 1 Section 2 Scope of Work As project funding becomes available, the afore mentioned may be deployed under this contract Current shelter configurations provided as Exhibit 3 [END] Page 2 of 2

17

18