Architectural & Engineering (A&E) Services.

expired opportunity(Expired)
From: Merrimack Valley Regional Transit Authority(Transportation)

Basic Details

started - 07 Apr, 2024 (24 days ago)

Start Date

07 Apr, 2024 (24 days ago)
due - 22 Apr, 2024 (9 days ago)

Due Date

22 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Merrimack Valley Regional Transit Authority

Customer / Agency

Merrimack Valley Regional Transit Authority
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

G-2312 RFQ for On-Retainer A&E Services 1 I. Introduction The Merrimack Valley Regional Transit Authority (MeVa), located at 85 Railroad Avenue, Haverhill MA, is seeking qualified firms to submit Statements of Qualifications for Architectural & Engineering (A&E) Services. MeVa wishes to establish a pool of retained A&E organizations who will assemble a team to provide multi-disciplined A&E services on a work-order basis for various projects over the next 3-5 years. This Request for Qualifications (RFQ) document outlines instructions and the format for the Statements. Copies of this RFQ document, and any subsequently issued addenda, may be obtained through MeVa’s website at https://www.mvrta.com/doing-business-mvrta/. If you cannot download, please email staff@mevatransit.com. II. Scope of Work A. Background: MeVa is a provider of public
transit that serves 16 communities in the Merrimack Valley area. Although providing transportation to the citizens in our communities is MeVa’s first priority, it takes infrastructure to operate such an important undertaking. Infrastructure requires good maintenance of assets and sometimes expansion to accommodate growth. MeVa has the following facilities in our real property portfolio: 1. Headquarters Complex located at 85 Railroad Avenue, Haverhill, MA 01835. This complex consists of 5 buildings and structures along the Merrimack River. It is fully enclosed by a fence with 4 gates, 2 of which are automated for electronic opening. This is the oldest in our portfolio with buildings of varying ages, uses, and configurations: a. Admin/Bus Garage – this is a multi-level facility that houses staff as well as large bus storage with 12 garage doors. b. Maintenance Facility – this two-story building is used for vehicle maintenance. It has 7 garage doors. c. Bus Wash – this single-story building houses a bus wash and a decommissioned money room. Fuel pumps are on the inside (diesel) and outside (gas) of this building. It has a garage door on each end of the straight rectangular building. d. Warehouse – this small single-story building is simply for storage. It has a single rolling door with a loading dock. e. There is also a wood and metal pitched canopy that covers smaller cutaway style buses. 2. Haverhill Parking Garage – this is a 315 space 4-level parking facility built in 2011 and located at 53 Granite Street, Haverhill MA. 3. McGovern Transportation Center – this is an 895 space, 5-level parking facility built in 2005 and located at 211 Merrimack Street in Lawrence, MA adjacent to the MBTA commuter rail platform. It houses retail space for 3 tenants, a passenger waiting area, and ticket office space on the opposite side. This facility is currently under construction to convert the 1st floor from parking to an 8-bay bus transfer station. The 4 upper floors will remain customer parking. 4. Costello Transportation Center – this is a 3-story building built in 2012 located at 68 Elm Street in Amesbury, MA. It acts as a bus transfer station and has a customer waiting area. The building also houses office space currently occupied by the Town of Amesbury. 5. Gateway Parking Lot – this is a 370,260 square foot surface lot with 865 parking spaces. B. Scope of Services: MEVA wishes to establish a pool of Architectural & Engineering (A&E) organizations who will assemble a team to provide architectural and engineering services on a project basis. Projects may include all, or part of, of a full design-bid-build, including: consulting, pre-design/existing conditions study, schematic design, https://www.mvrta.com/doing-business-mvrta/ mailto:staff@mvrta.com?subject=RFP%20Question G-2312 RFQ for On-Retainer A&E Services 2 design development, contract documents, bidding services, construction administration, and closeout services. Examples of projects that reflect all or part of these services may include but are not limited to: • Feasibility and investigative studies • Design of a new building facility • Replace/Movement of diesel tanks & fueling station • Design of office planning and reconfiguration of interior spaces • Solar array/canopy & vehicle electrification infrastructure • Building façade rehabilitation • Mechanical upgrades such as HVAC • Land Surveying Ideally an A&E organization will have a team comprised of a variety of disciplines such as: • Architectural Services • Mechanical Engineering • Electrical Engineering • Structural Engineering • Civil Engineering • Environmental Services However, MEVA doesn’t want to limit competition to only large firms. Therefore, smaller firms that specialize in some of these disciplines, yet have the management capability to subcontract the other disciplines, are encouraged to submit an SOQ that explains their approach to this group dynamic. Firms are encouraged to use DBE subcontractors on task specific work orders. C. Term of Services: The on-call contract is for a three-year period with up to 2 one-year term renewal options. Work will be performed as needed on an individual task order basis. The above list of anticipated projects was included as a demonstration of current need; projects are subject to be modified, eliminated, or added to the list as planning needs change during the contract period. Projects will be initiated on an on-call basis and performed with a project specific scope of work. D. Statement of Qualifications: Each respondent must submit a Statement of Qualifications (SOQ) in response to this RFQ. The format of this submission is described in Section III.A below. The SOQ must illustrate how the organization can meet the following minimum qualifications: 1. Firm Qualifications a. Be a qualified and licensed architectural and/or professional engineering company registered in the Commonwealth of Massachusetts. b. Must have at least five (5) years of experience in the design and construction of public buildings and other related engineering projects in Massachusetts. 2. Key Personnel a. Project manager with five years minimum experience managing public projects b. Possess a thorough knowledge of all Massachusetts State Building Codes, the regulations of the Massachusetts Architectural Access Board, and the Americans with Disabilities Act. c. Have past successful performance on previous projects G-2312 RFQ for On-Retainer A&E Services 3 3. Capacity a. Experience managing multiple simultaneous projects; b. Depth of available personnel; c. Responsiveness to work requests i. Acknowledging request ii. Preparing a time and cost estimate for work iii. Completing request within agreed timeline III. QUALIFICIATIONS SUBMISSION A. Submission Content Each submission must comply with the guidelines set forth below. Each Statement of Qualifications (SOQ) shall consist of the following elements in the prescribed order: 1. Cover Letter The SOQ shall begin with a letter describing the firm’s interest and commitment to a potential multi-year contract for A&E services for multiple projects. It shall include the name, title, address, email, and telephone number of the individual to whom correspondence should be directed during the selection process. The person authorized by the firm to negotiate a contract with MeVa shall sign the cover letter. 2. Project Team and Availability The SOQ shall provide the name and address of the A&E organization with the names and addresses of the officers, directors, and owners. Please indicate those officers, directors, and owners who are registered architects and/or professional engineers. Provide a brief written description of the proposed key team members anticipated for the duration of the project. This section is intended to be brief. More detailed discussion of each key team member’s experience and qualifications shall be provided in response to Item 5 below. Each firm shall identify a Project Manager (PM) to serve as the point of contact for MEVA throughout the duration of the contract. The PM shall have recent, relevant experience. It will be the PM’s responsibility, when called upon, to identify and articulate the A&E needs of MEVA. MEVA will issue Task Orders to the PM, who will coordinate the various disciplines within their organization and/or subcontractors. It should be noted that it is the MEVA’s expectation that all key personnel listed as part of this Item will be available as appropriate for work on MEVA projects. For each key team member, include a resume at Attachment 1 of the Appendix. 3. Minimum Qualifications The SOQ shall provide a clear and concise explanation of how this team satisfies the Minimum Qualifications described in Section II.D of this RFQ. In response to this item, the respondent may provide a cross reference to relevant information provided elsewhere in the SOQ. 4. Project Management and Approach The SOQ shall provide the firm’s proposed approach and management plan for providing A&E services. The respondent shall provide an organization chart listing the team members by area of expertise. The respondent shall describe how it will organize team members (including potential subcontractors), using G-2312 RFQ for On-Retainer A&E Services 4 the talents available to effectively assist MEVA. Identify the processes and procedures that will be implemented to manage and coordinate between the various entities involved in each project. In addition, this item should discuss the firm’s approach for delivering the services for project completion on-time and within budget constraints. Provide any other information that the respondent may deem relevant. In particular, the respondent is invited to describe any particular aspects of its organization that sets its team apart from the competition. 5. Qualifications and Experience The SOQ should provide the qualifications and experience of the entire team that will be available for providing the requested services. Please emphasize the specific qualifications and experience of key team members from similar projects. This section should address each relevant category of services anticipated in the Scope of Services. Each SOQ shall express the respondent’s understanding of the unique environment of MEVA’s services, including local conditions and challenges, and the respondent’s understanding of and experience with applicable federal, state, and local requirements that may pertain to work conducted under the Scope of Services. 6. References Provide five (5) client references (names and current phone numbers) from recent work (previous three (3) years) that is specific to the different disciplines outlined in the Scope of Services (II.B). Include a brief description of each project associated with the reference and note the roles of the respective team members. MEVA may request information from these clients and any other available sources while investigating the respondent’s experience and qualifications. Submittal of the SOQ constitutes consent to such requests. 7. Fee Information Fee information must be emailed as a separate document with the words “Service Rates” at the beginning of the document name so as to be clearly identified. Fee information will not be used in the evaluation process, but will be used in the negotiation process once tentative award has been made. The fee information must include the following: • Labor rates for the personnel anticipated to support task order projects; • Indirect cost proposal; • Profit proposal. 8. Required Forms & Certifications The following certifications are required to be submitted with the proposal (Forms are included in Appendix B) a. Financial & Legal Status Statement b. W-9 c. Non-Collusion Certification d. Statement of Tax Compliance e. Lobbying Certification f. Addenda Acknowledgement Form G-2312 RFQ for On-Retainer A&E Services 5 If any subcontractors are to be used in the performance of this contract, then the “DBE Participation Schedule” form found in Appendix C must be submitted. This form must be submitted regardless of whether or not the subcontractor is a Certified DBE. If the subcontractor is a DBE, then the other two forms located in Appendix C must also be submitted. There are no DBE Contract Goals for this RFQ. B. General Requirements Proposals must be submitted via email to procurement@mevatransit.com. MeVa will accept hard copies mailed or hand-delivered (in a labeled sealed envelope); but it is NOT preferred. C. Submission Deadline Proposals must be received by MeVa by the End of Day (EOD) on Monday April 22, 2024. Proposals received after the date and time specified will be considered late. However, MeVa reserves the right to accept or to reject any and/or all responses. D. Pre-Proposal Meeting A pre-proposal site visit is not required for this solicitation. E. Q & A Questions and clarifications maybe submitted to MeVa via email at procurement@mevatransit.com by Friday April 5, 2024. Responses will be published in the form of an Addendum available on MeVa’s website on or before Tuesday, April 9, 2024. A notification of addenda posting will be emailed to all known interested parties. F. Other Applicable Processes: 1. Changes to RFQ MeVa reserves the right to make changes to the RFQ. All changes shall be issued via written addendum. Addenda will also be posted on MeVa’s website. Requests for clarification to the scope of services, etc. must be received by MeVa, in writing, in accordance with the Q&A period defined above in Section III.D. MeVa will evaluate any requests submitted but reserves the right to determine whether or not to respond. Proponents shall not rely on verbal or written representations regarding this RFQ, except for written addenda issued by MeVa. 2. Rejection of Proposals MeVa reserves the right to postpone, accept, or reject any and/or all proposals, or part of any proposal, to re-advertise, or to waive any informalities or irregularities in the RFP process as it deems to be in its own best interest. 3. Single Response In the event of a single bid response, FTA Guidelines for negotiation will be followed. If the bid is accepted a cost analysis must be performed. All proposers must comply with the information request to perform this analysis. 4. Cancellation of RFQ MeVa has the authority to terminate this Request for Qualifications at any time. mailto:procurement@mevatransit.com mailto:procurement@mevatransit.com G-2312 RFQ for On-Retainer A&E Services 6 IV. Submission Evaluation & Selection A. Evaluation: All submissions will be evaluated and ranked according to the following Selection Criteria. As a prospective bidder please be sure to include all information, paperwork, and any other selection criteria outlined below to receive full points for each item. The criterion below is listed in order of importance and value and is based upon the Submission Content detailed in section III.A. above. 1. Experience & Performance: a. Evaluation is based on extent of directly related experience in the design and management of public construction projects, including those under federal funding. b. Past performance on contracts with government agencies and transit authorities; c. Record of completing work within the agreed timeline and budget; 2. Capacity and Approach: a. Ability to respond to work requests and complete requests within agreed timeline; b. Approach to project and team management; c. Depth of available team members d. Experience managing multiple simultaneous projects 3. Key Personnel: a. Professional qualifications and certifications of personnel assigned to work on the contract; b. Staff knowledge and experience working on varying engineering and construction projects; 4. Required Documentation: All documentation asked for in this RFQ is mandatory (unless otherwise noted) and will be a minor evaluation factor as to completeness of response. B. Selection This RFQ is meant to create a pool of firms to perform A&E services so a number of candidates will be selected. All submittals will be reviewed and evaluated by the Evaluation Team based on the weighted evaluation criteria above. The top five candidates will be required to give an oral presentation to the MeVa Evaluation Team to clarify or elaborate on the submitted SOQ. Notification for candidates’ interviews will be sent via email to the contact person indicated in the cover letter on April 25, 2024 with interviews to be scheduled the following week. Proponents are advised that the Administrator of the MeVa, as Chief Executive Officer, is solely responsible for the award of a contract. Any proponent who communicates with any MeVa Advisory Board members, the press, or engages the services of any individual or firm for the purposes of influencing the outcome of the proposal process will be disqualified from further consideration as this is considered collusion. A ‘Certification of Non-Collusion’ is required under section III.A.8 above. V. Miscellaneous Provisions A. Submission and Modifications The SOQ and all other accompanying documents or materials submitted by the respondent will be deemed to constitute part of the submission. Changes in the certificates, alternative proposals, or modifications of the submission documents that are not specifically called for in the RFQ will result in rejection of the proposal. Any proposed change in the response to the RFQ should be submitted in writing to MeVa for its prior approval. Any changes made to this Request for Qualifications will be made by addendum. Should any G-2312 RFQ for On-Retainer A&E Services 7 addendum be issued, certification of receipt of such must be included in the proposal. Use the form provided in Appendix B B. Withdrawal of Submission Submission may be withdrawn by written request received by the Authority at any time prior to the deadline for proposals. All proponents specifically waive any right to withdraw a submission after it has been submitted to MeVa for a period of 90 days after the deadline set herein, except as provided in the following: 1. A respondent may withdraw a submission if a written request to withdraw the proposal is emailed, hand-delivered or sent by U.S. mail to MeVa by an accredited Representative. This representative should be the same individual that sent the submission to guarantee that knowledge of the withdrawal is known and certified. The most senior executive or owner may be a substitute for this representative with a statement that the representative has been notified of the withdrawal or has left the employ of the respondent. C. Cost of Proposal Preparation No reimbursements will be made by MeVa for any costs incurred in the preparation of the submission. D. Tax Exemption MeVa (as an Authority of the Commonwealth) is exempt from the payment of Federal, State, and Local taxes. Taxes must not be included in proposal prices. The Authority will furnish any necessary exemption certificates upon request. Any additional sales tax, import, revenue, excise, or other taxes which are now, or which may be levied hereafter by Congress, the Commonwealth of Massachusetts, or any other political subdivision, which would be applicable to this proposal, and which by terms of the tax law, may be passed directly to MeVa, will be paid by MeVa. E. Contract Eligibility Any name appearing on the U.S. Comptroller General’s list of ineligible contractors will be considered an ineligible proponent. F. Protests Procedures MeVa’s procedures for filing a protest against any aspect of this procurement are provided for your reference in Appendix E. G. Award of Contract 1. MeVa shall award a single contract to the most responsive and responsible proposer based on the selection criteria presented in IV: Proposal Evaluation & Selection. 2. The final selection will be at the sole discretion of MeVa. 3. MeVa reserves the right to cancel the award of any contract at any time before the execution of such contract by all parties without any liability against MeVa. 4. MeVa will provide written notification of its intent to award a contract to the successful proponent. 5. The successful proposer will supply, after notification of award, Certificates of Insurance that provides evidence of the limits contained in the Contract Form. 6. The successful proposer will be expected to execute a contract with MeVa. See Sample Agreement Included in Appendix F. The agreement form is provided for as a guide to MeVa contract standards. Most information will remain the same with additions to include the Final Scope of Work based on this RFP, your proposal, and any negotiations. G-2312 RFQ for On-Retainer A&E Services 8 7. The successful proposal, with approved changes, will be incorporated into the contract by reference and made a part thereof. H. Inquiries and Correspondence. All correspondence relating to this RFP should be addressed via email to procurement@mevatransit.com I. Commonwealth of Massachusetts Public Records Law The Public Records Law; General Laws, Title X, Chapter 66, Sections 1 through 21 of the Commonwealth of Massachusetts allows access to all public records held by agencies or divisions of the state. Please review this statue if you have any concerns about proprietary submissions other than price contained in your proposal. The Secretary of the Commonwealth and the Division of Public Records has produced a guide which may be downloaded at: www.sec.state.ma.us/pre/prepdf/guide.pdf VI. Required Federal Clauses for Procurement of Professional Services The following Federal clauses apply to this contract, see Appendix D. 1) Access To Records and Reports 2) Civil Rights and Equal Opportunity 3) Energy Conservation 4) Federal Changes 5) Incorporation Of Federal Transit Administration (FTA) Terms 6) No Government Obligation to Third Parties 7) Notice to Third Party Participants 8) Program Fraud and False or Fraudulent Statements and Related Acts 9) Prohibition On Certain Telecommunications and Video Surveillance Services or Equipment 10) Safe Operation of Motor Vehicles 11) Trafficking in Persons 12) Procurement Of Recovered Materials 13) Termination a. Termination for Convenience (General Provision) b. Termination for Default [Breach or Cause] (General Provision) c. Opportunity to Cure (General Provision) d. Waiver of Remedies for any Breach e. Termination for Convenience or Default (Architect and Engineering) 14) Debarment And Suspension 15) Federal Tax Liability & Recent Felony Convictions 16) Notification To FTA 17) Restrictions on Lobbying 18) Clean Air Act and Federal Water Pollution Control Act 19) Violation And Breach of Contract 20) Disadvantaged Business Enterprise (DBE) 21) Prompt Payment 22) Americans With Disabilities Act (ADA) 23) Seismic Safety G-2312 RFQ for On-Retainer A&E Services 9 APPENDIX A Cost Proposal Form No specific form is given or required for this RFQ. Submitted cost information must follow the instructions located in Section III.A.7 of this RFQ. G-2312 RFQ for On-Retainer A&E Services 10 APPENDIX B Required Certifications & Forms 1. Financial & Legal Status Statement 2. W-9 3. Non-Collusion Certification 4. Statement of Tax Compliance 5. Debarment Certification 6. Lobbying Certification 7. Addenda Acknowledgement Form G-2312 RFQ for On-Retainer A&E Services 11 FINANCIAL AND LEGAL STATUS STATEMENT A. Identification of Company and General Information 1. Tax Identification Number: Name of Organization: Business Address: Telephone Number: 2. Legal Status of Organization: (Check One) For-profit corporation or Joint Venture Corporation For-profit partnership or sole proprietorship Non-profit corporation Public Agency Other (Identify): 3. How many years has your firm been engaged in this business under its present name? _______ 4. Have you ever refused to sign a contract at your original proposal or proposed price? ________ 5. Have you ever defaulted on a contract: __________________________ 6. Upon request you will furnish any other information (appropriate to this solicitation) that MeVa may require. ________________________ 7. Name of Chief Executive Officer (or Administrator) of Organization: 8. Name of individual designated to represent your organization in subsequent discussions or negotiations related to this solicitation: (Name) (Phone) SIGNATURE OF CHIEF EXECUTIVE OFFICER DATE G-2312 RFQ for On-Retainer A&E Services 12 G-2312 RFQ for On-Retainer A&E Services 13 AFFIDAVIT OF NON-COLLUSION PROJECT NAME: The undersigned being duly sworn according to law on my oath depose and say that that I am the (Sole Owner; Partner, President, Treasurer, or Other Duty Authorized Official of a Corporation) of (Name of Firm as Appearing in Submitted Proposal) having a usual place of business in (City/Town, State and County) And that I executed this proposal with the full authority to do so. I certify under penalties of perjury that this proposal is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this paragraph the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The bidder/proposer has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above-named project; and that all statements contained in the proposal and in this affidavit are true and correct. (Signature) (Name and Title of Person Making Affidavit) Sworn to before me this day of, 20 Notary Public: My commission expires: G-2312 RFQ for On-Retainer A&E Services 14 STATEMENT OF TAX COMPLIANCE Pursuant to Massachusetts General Laws, Chapter 62C, Section 49A, the undersigned certifies under the penalties of perjury that to the best of their knowledge and belief that I, the owner, and principals thereof are in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. ___________________________ _________________________ Name of Individual or Social Security Number Corporate Name or Federal Identification Number By: ________________________________________ Date: _____________________ _______________________________________________________________________ (Name and Title) Approval of a contract or other agreement will not be granted unless this certification is signed by the contractor. Your Social Security Number (SSN) or Federal Employer Identification Number (FEIN) may be furnished to the Massachusetts Department of Revenue to determine whether you have met tax filing or tax payment obligations. Providers who fail to correct their non-filing or delinquency will not have a contract or other agreement issued, renewed, or extended. NOTE: Any questions concerning the law, or its implementation may be directed to the Massachusetts Department of Revenue; Telephone Number (617) 727- 4201. FEDERAL TAX LIABILITY AND RECENT FELONY CONVICTIONS The contractor certifies that it: 1. Does not have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and 2. Was not convicted of the felony criminal violation under any Federal law within the preceding 24 months. If the contractor cannot so certify, MeVa will refer the matter to FTA and not enter into any Third-Party Agreement with the Third-Party Participant without FTA’s written approval. 3. The contractor will flow this requirement down to participants at all lower tiers (subcontractors), without regard to the value of any sub-agreement. By: ________________________________________ Date: _____________________ _______________________________________________________________________ (Name and Title)

85 Railroad Avenue, Haverhill, MA 01835Location

Address: 85 Railroad Avenue, Haverhill, MA 01835

Country : United StatesState : Massachusetts

You may also like

ARCHITECTURAL/ENGINEERING SERVICES

Due: 15 May, 2024 (in 13 days)Agency: New York Department of Transportation

NBAF A-E IDIQ MINIMUM GUARANTEE

Due: 29 Sep, 2024 (in 5 months)Agency: AGRICULTURAL RESEARCH SERVICE

ARCHITECTURAL/ENGINEERING SERVICES

Due: 08 May, 2024 (in 6 days)Agency: New York Department of Transportation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.