request for proposal


[PDF]request for proposal - Rackcdn.comd0a5726d3848a57dbf55-f9b6e4a1aac9d1d600e177fd0406dfb4.r4.cf2.rackcdn.com/...

7 downloads 149 Views 720KB Size

REQUEST FOR PROPOSALS RFP# 124-14-08 Issue Date:

May 29, 2014

Title:

Bus Rapid Transit (BRT) – Professional Engineering & Architectural Design Services

Issuing and Using Agency:

GRTC Transit System Attn: Tonya Thompson Director of Procurement 301 E. Belt Boulevard Richmond, Virginia 23224

Proposals for furnishing the services described herein will be received until: 11:00 a.m. local time on July 14, 2014. All Inquiries For Information Should Be Directed To: ISSUING AGENCY, address listed above at Phone: (804) 358-3871, extension #372 or email [email protected]. IF PROPOSALS ARE MAILED, HAND DELIVERED OR SENT BY COURIER, DELIVER TO: GRTC TRANSIT SYSTEM, PURCHASING DEPARTMENT, 301 E. BELT BOULEVARD, RICHMOND, VA 23224. The RFP number, date and time of proposal submission deadline, as reflected above, must clearly appear on the face of the proposal package. In Compliance With This Request for Proposals and To All Conditions Imposed Therein and Hereby Incorporated By Reference, the Undersigned Offers and Agrees to Furnish and Install the Goods/Services Described Herein in Accordance with the Attached Signed Proposal or as Mutually Agreed Upon by Subsequent Negotiation. Name and Address of Firm: _________________________________________

Date: ______________________________________

_________________________________________

By: ________________________________________ (Signature in Ink)

___________________Zip Code: ______________

Name: _____________________________________ (Please Print)

Telephone: ( Fax Number: (

) __________________________

Title: ______________________________________

) _________________________

FEI/FIN Number:_____________________________

E-Mail Address: ____________________________________

VDMBE-CERTIFIED DISADVANTAGED BUSINESS ENTERPRISE: ( ) YES ( ) NO If YES, Certification Number: _______________ PRE-PROPOSAL CONFERENCE: A mandatory, Pre-Proposal Conference will be held on June 12, 2014 at 10:00am. Reference Section 1-8, Page 6 herein.

THIS SOLICITATION CONTAINS 48 PAGES

2

TABLE OF CONTENTS SECTION 1— INSTRUCTIONS TO PROPOSERS .................................................................................................................. 6 1-1 Introduction ........................................................................................................................................................... 6 1-2 Purpose ................................................................................................................................................................. 6 1-3 Proposal Submission ............................................................................................................................................ 6 1-4 Postponement or Cancellation of Request for Proposals ..................................................................................... 6 1-5 Proposal Signature ............................................................................................................................................... 6 1-6 Addenda ................................................................................................................................................................ 6 1-7 Procurement Schedule ......................................................................................................................................... 6 1-8 Pre-Proposal Conference ..................................................................................................................................... 7 1-9 Inquiries ................................................................................................................................................................ 7 1-10 Interpretation of RFP and Contract Documents .................................................................................................... 7 1-11 Approved Equal .................................................................................................................................................... 7 1-12 Examination of RFP and Contract Documents ..................................................................................................... 8 1-13 Cost of Proposals .................................................................................................................................................. 8 1-14 Samples ................................................................................................................................................................ 8 1-15 Modification or Withdrawal of Proposals Prior to Submittal Date and Late Proposals .......................................... 8 1-16 Errors and Administrative Corrections .................................................................................................................. 8 1-17 Compliance with RFP Terms and Attachments .................................................................................................... 9 1-18 Proposal Requirements ........................................................................................................................................ 9 1-19 Collusion ............................................................................................................................................................. 13 1-20 Pricing, Taxes and Effective Date ....................................................................................................................... 13 1-21 Rejection of Proposals ........................................................................................................................................ 13 1-22 Exclusionary or Discriminatory Specifications..................................................................................................... 13 1-23 Protest Procedures ............................................................................................................................................. 14 1-24 Proposal Alternatives .......................................................................................................................................... 14 1-25 Disadvantaged Business Enterprise (DBE) Participation ................................................................................... 14 SECTION 2 – PROPOSAL EVALUATION & CONTRACT AWARD ..................................................................................... 145 2-1 General ............................................................................................................................................................... 15 2-2 Eligibility for Award .............................................................................................................................................. 15 2-3 Evaluation of Proposals ...................................................................................................................................... 16 2-4 Scoring and Evaluation Criteria .......................................................................................................................... 16 2-5 Competitive Range ............................................................................................................................................. 16 2-6 Negotiations ........................................................................................................................................................ 16 2-7 Cost or Price Analysis ......................................................................................................................................... 17 2-8 Contract Award ................................................................................................................................................... 17 2-9 Execution of Contract and Notice to Proceed ..................................................................................................... 17 2-10 Public Disclosure of Proposals ........................................................................................................................... 17 2-11 Conflicts of Interest and Non-Competitive Practices …………………………………………………………………. 17 SECTION 3 - STATEMENT OF WORK ................................................................................................................. 18 3-1 Project Background/ Description ........................................................................................................................ 18 3-2 Scope of work ................................................................................................................................................. 21 3-3 General Work Scope Elements...................................................................................................................... 26

3-4

Scope of Work for Small Starts Program Grant Application Development and Submittal ………………….. 31

ATTACHMENT A: VENDOR CHECKLIST ............................................................................................................................. 34 ATTACHMENT B: PROPOSAL AFFIDAVIT FOR ENGINEERING TECHNICAL SERVICES................................................. 35 ATTACHMENT C: FEE PROPOSAL FOR ENGINEERING TECHNICAL SERVICES .......................................................... 37 ATTACHMENT D: REQUEST FOR CLARIFICATION / APPROVED EQUAL ...................................................................... 38 ATTACHMENT E: INELIGIBLE PROPOSERS CERTIFICATION ......................................................................................... 39 ATTACHMENT F: INELIGIBLE PROPOSERS CERTIFICATION ......................................................................................... 40 ATTACHMENT G: NON-COLLUSION AFFIDAVIT ............................................................................................................... 41 ATTACHMENT H: FEDERAL LOBBYING CERTIFICATION ................................................................................................ 42 ATTACHMENT I: FIRM DATA SHEET .................................................................................................................................. 43 ATTACHMENT J: DBE LETTER OF INTENT........................................................................................................................ 44 ATTACHMENT K: DBE AFFIDAVIT ...................................................................................................................................... 45 ATTACHMENT L: SWAM LETTER OF INTENT.................................................................................................................... 46 ATTACHMENT M: SWAM AFFIDAVIT ……………………………………………………………………………………………… 47

DRAFT AGREEMENT ......................................................................................................................... EXHIBIT A

3

DEFINITION OF WORDS AND TERMS

Words and terms shall be given their ordinary and usual meanings. Where used in the Contract documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, feminine and neuter of the words and terms. Acceptance or Accepted: Written documentation of GRTC’s determination that the Contractor’s Work has been completed in accordance with the Contract. Addendum/Addenda: Written additions, deletions, clarification, interpretations, modifications or corrections to the solicitation documents issued by GRTC during the Solicitation period and prior to contract award. Administrative Change: Documentation provided by GRTC to Contractor, which reflects internal GRTC procedures not affecting the Contract terms or Scope of Work. Best and Final Offer: Best and Final Offer shall consist of the Proposer’s revised proposal, the supplemental information, and the Proposer’s Best and Final Offer. In the event of any conflict or inconsistency in the items submitted by the Proposer, the items submitted last will govern. Bidder/Proposer or Offeror: Individual, association, partnership, firm, company, corporation or a combination thereof, including joint ventures, submitting a bid/proposal to perform the Work. Buyer: Individual designated by GRTC to conduct the Contract solicitation process, draft and negotiate contracts, resolve contractual issues and supports the Project Manager during Contract performance. Change Documentation: A written document agreed upon by Project Managers, which if it creates a material change to the Contract term or Scope of Work shall be executed as a Contract Amendment. Change Order: Written order issued by GRTC, with or without notice to sureties, making changes in the Work within the scope of this Contract. Contract Amendment: A written change to the Contract modifying, deleting or adding to the terms or scope of work, signed by both parties, with or without notice to the sureties. Contract or Contract Documents: The writings and drawings embodying the legally binding obligations between GRTC and the Contractor for completion of the Work under the Contract. Contract Administrator: The individual designated by GRTC to administer the Contract and be the Contractor’s primary point of contact. The Contract administrator will approve orders, receipts, invoices and document the Contractor’s performance. This Person may be the Project Manager. Contract Period: The period of time during which the Contractor shall perform the Services or Work under the Contract. Contract Price: Amount payable to the Contractor under the terms and conditions of the Contract for the satisfactory performance of the Services or Work under the Contract. Contractor: The individual, association, partnership, firm, company, corporation, or combination thereof, including joint ventures, contracting with GRTC for the performance of Services or Work under the Contract. Cost Analysis: The review, evaluation and verification of cost data and the evaluation of the specific elements of costs and profit. Cost analysis is the application of judgment utilizing criteria to project from the data to the estimated costs in order to form an opinion on the degree to which proposed costs represent what the Contract should cost, assuming reasonable economy and efficiency. Day: Calendar Day.

4

Documentation: Technical publications relating to the use of the Work to be provided by Contractor under this Contract, such as reference, user, installation, systems administration and technical guides, delivered by the Contractor to GRTC. DOT: Department of Transportation. Final Acceptance: The point when GRTC acknowledges that the Contractor has performed the entire Work in accordance with the Contract. FTA: Federal Transit Administration. GRTC: Greater Richmond Transit Company. Person: Includes individuals, associations, firms, companies, corporations, partnerships, and joint ventures. Price Analysis: The process of examining and evaluating a price without evaluating its separate cost elements and proposed profit. Project Manager: The individual designated by GRTC to manage the project on a daily basis and who may represent GRTC for Contract administration. This Contract may be part of a larger GRTC project. Provide: Furnish without additional charge. Reference Documents: Reports, specifications, and/or drawings that are available to Proposers for information and reference in preparing proposals but not as part of this Contract. RFP or Solicitation: Request for proposals. Also known as the solicitation document. Scope of Work or Statement of Work (SOW): A section of the Contract consisting of written descriptions of Services to be performed, or the goods to be provided, or the technical requirements to be fulfilled under this Contract contained within the Scope of Work Section. Services: The furnishing of labor, time or effort by a Contractor, but not involving the delivery of any specific manufactured goods. Shall or Will: Whenever used to stipulate anything, Shall or Will means mandatory by either the Contractor or GRTC, as applicable, and means that the Contractor or GRTC, as applicable, has thereby entered into a covenant with the other party to do or perform the same. Specifications or Technical Specifications: A Section of the Request for Proposals consisting of written descriptions of services to be performed under this Contract. Subcontractor: The individual, association, partnership, firm, company, corporation, or joint venture entering into an agreement with the Contractor to perform any portion of the Work covered by this Contract. Submittals: Information that is submitted to the Contract Administrator in accordance with the Scope of Work/Specifications. VDMBE: Virginia Department of Minority Business Enterprise Work: Everything to be provided and done for the fulfillment of the Contract and shall include all goods and services specified under this Contract, including Contract Amendments and settlements.

5

SECTION 1— INSTRUCTIONS TO PROPOSERS 1-1

Introduction GRTC is the primary mass transit carrier in the Richmond region. The geographic region in which we operate includes the City of Richmond and Counties of Henrico and Chesterfield. Our system consists of 46 routes with nearly 9 million passengers annually. GRTC Transit System is sponsoring the implementation of Bus Rapid Transit (BRT) along a 7.6 mile stretch of the Broad Street Corridor. The Broad Street BRT will improve reliability and transit times for transit riders, and support economic development throughout the Broad Street Corridor. The Broad Street BRT will offer transit service from Rocketts Landing east of downtown Richmond to Willow Lawn in Henrico County. GRTC Transit System seeks consultant services to provide architectural design services for the Broad Street Rapid Transit (BRT) Project.

1-2

Purpose GRTC seeks professional engineering and architectural design services, including Plans, Specifications and Estimates (PS&E), for the Broad Street BRT Project. Design services are needed for six (6) project phases, Preliminary Engineering (PE), Final Design, Permitting, Bidding and Award Support, Construction Management/Design Services during Construction and Commissioning Services.

1-3

Proposal Submission The proposer will submit one (1) fee proposal in a sealed envelope, one (1) original technical proposal with the originals of all the required certifications and affidavits along with six (6) hard copies of the proposal, required certificates and affidavits. Each proposal, complete with affidavits and certifications, will be bound together with the required RFP Cover Page and Vendor Checklist (Attachment A) on top. The package containing the proposal must be clearly marked with the words "Proposal for BRT Professional Engineering and Architectural Design Services. If no proposal is to be submitted, do not return the solicitation unless otherwise specified. A letter or postcard should be sent to the GRTC Director of Procurement advising whether future solicitations for the type of supplies or services covered by this solicitation are desired. Failure of the recipient to notify GRTC that future solicitations are desired may result in removal of the name of such recipient from the mailing list for the type of supplies or services covered by this solicitation.

1-4

Postponement or Cancellation of Request for Proposals GRTC reserves the right to cancel the RFP at any time or change the date and time for submitting proposals by announcing same prior to the date and time established for proposal submittal.

1-5

Proposal Signature Each proposal shall include the RFP Cover Page signed by a person authorized to bind the proposing firm to the terms of the Contract. Proposals signed by an agent are to be accompanied by evidence of that person's authority, unless such evidence has been previously furnished to GRTC.

1-6

Addenda Receipt and review of Addenda by each proposer must be acknowledged on the Addendum Page (Attachment C). All addenda must be signed and returned with each proposal.

1-7

Procurement Schedule The projected schedule for this procurement is: Request for Proposals available: Pre-Proposal Conference:

May 29, 2014 June 12, 2014 6

Deadline for requests for clarification/changes to the RFP and requests for approved equals: Deadline for addenda and responses to approved equal requests: Proposals due by 11:00 a.m. local time: Evaluation of proposals by selection committee and possible interviews: Contract negotiations: Resolution to Award @ Board Meeting: Contract signing/Notice to Proceed/Notice of Award: Commencement of Project: 1-8

June 19, 2014 June 27, 2014 July 14, 2014 July 14, 2014 – July 25, 2014 July 28- August 7, 2014 August 19, 2014 August 20, 2014 August 25, 2014

Pre-Proposal Conference There will be a mandatory pre-proposal conference on June 12, 2014 at 10:00am at GRTC’s Corporate Office located at 301 E. Belt Boulevard, Richmond, VA 23224. Offerors must attend with a hardcopy of this solicitation. Attendance must be in person and will not be accommodated through conference call or any other means.

1-9

Inquiries The proposer is required to show on all correspondence with GRTC the following: "Proposal for BRT Professional Engineering & Architectural Design Services". Any communication with GRTC should be written and directed to: Tonya Thompson, Director of Procurement, GRTC Transit System, 301 E. Belt Boulevard, Richmond, VA 23224. Written communication may also be forwarded via facsimile to (804) 622-8028 or email to [email protected]. Correspondence will not be accepted by any other party. Contact with any other person may result in the Proposer being disqualified from consideration.

1-10 Interpretation of RFP and Contract Documents No oral interpretations as to the meaning of the RFP will be made to any proposer. Any explanation desired by a proposer regarding the meaning or interpretation of the RFP, specifications, etc., must be requested in writing and with sufficient time allowed (a minimum of fifteen (15) calendar days before date set to receive proposals) for a reply to reach proposers before the submission of their proposals. Any interpretation or change made will be in the form of an addendum to the RFP, specifications, etc., as appropriate, and will be furnished as promptly as is practicable to all parties to whom the RFP has been issued, but at least seven (7) calendar days prior to the proposal due date. All Addenda will become part of the RFP and any subsequently awarded Contract. Oral explanations, statements, or instructions given by GRTC before the award of the Contract will not be binding upon GRTC. 1-11 Approved Equal In all cases, services and materials must be furnished as specified. Where brand names or specific items are used in the specifications, consider the term "or approved equal" to follow. Any unapproved deviations, exceptions, substitutions, alternates or conditional qualifications contained in a proposal may be cause for its rejection. If potential proposers believe that their product is equal to the product specified, they must submit a written request to GRTC on the provided form (Attachment D) and this request will be approved or rejected by GRTC at least seven (7) calendar days prior to due date of proposals. Requests for approved equals and clarification of specifications must be received by GRTC in writing a minimum of fifteen (15) days before the proposal opening to allow analysis of the request. Any request for an approved equal must be fully supported with catalog information, specifications and illustrations, or other pertinent information, as evidence that the substitute offered is equal to or better than the specification. Where an approved equal is requested, the Proposer must demonstrate the equality of this product to GRTC to determine whether the Proposer's product is or is not equal to that specified.

7

1-12 Examination of RFP and Contract Documents Proposers are expected to examine the scope of services required, specifications, schedules, all instructions, and form agreement. Failure to do so will be at the proposer's risk. It is the intent of these specifications to provide services of first quality, and the workmanship must be the best obtainable in the various trades. The goods and services, which the vendor proposes to furnish, must be high quality in all respects. No advantage will be taken by Contractor or vendor in the omission of any part or detail, which goes to make the services complete. All manner of workmanship and material used in the provision of the services and not herein contained or specified shall be of the industry standard and shall conform to the best practices known in the industry. Contractor will assume responsibility for all equipment used in the proposal item, whether the same is manufactured by Contractor or purchased ready made from a source outside Contractor's company. It is the sole responsibility of Contractor to read the requirements and understand them. The submission of a proposal shall constitute an acknowledgment upon which GRTC may rely that the Proposer has thoroughly examined and is familiar with the solicitation and form agreement, including any work site identified in the RFP, and has reviewed and inspected all applicable statutes, regulations, ordinances and resolutions addressing or relating to the goods and services to be provided hereunder. The failure or neglect of a Proposer to receive or examine such documents, work sites, statutes, regulations, ordinances, or resolutions shall in no way relieve the Proposer from any obligations with respect to its Proposal or to any Contract awarded pursuant to this RFP. No claim for additional compensation will be allowed which is based on lack of knowledge or misunderstanding of this RFP, work sites, statutes, regulations, ordinances, or resolutions. 1-13 Cost of Proposals GRTC is not liable for any costs incurred by Proposers in the preparation, presentation, testing, or negotiation of Proposals submitted in response to this solicitation. 1-14 Samples Samples of items when called for must be furnished free of expense. Samples must be labeled with the Proposer's name, manufacturer's brand name and number, proposal number, and item reference. Request for return of samples shall be accompanied by instructions, which include shipping authorization and name of carrier, and must be received within ninety (90) days after proposal opening date. If instructions are not received within this time, the commodities shall be disposed of by GRTC. 1-15 Modification or Withdrawal of Proposals Prior to Submittal Date and Late Proposals At any time before the time and date set for submittal of proposals, a Proposer may request to withdraw or modify its Proposal. Such a request must be made in writing by a person with authority as identified on the RFP Cover Page, provided their identity is made known and a receipt is signed for the proposal. All proposal modifications shall be made in writing executed and submitted in the same form and manner as the original proposal. Any proposal or modification of proposal received at GRTC's office designated in the solicitation after the exact time specified for proposal receipt will not be considered. 1-16 Errors and Administrative Corrections GRTC will not be responsible for any errors in proposals. Proposers will only be allowed to alter proposals after the submittal deadline in response to requests for clarifications or Best and Final Offers. GRTC reserves the right to request an extension of the proposal period from a Proposer or Proposers. GRTC reserves the right to allow corrections or amendments to be made that are due to minor administrative errors or irregularities, such as errors in typing, transposition or similar administrative errors. Erasures or other changes or entries made by the proposer must be initialed by the person signing the proposal.

8

1-17 Compliance with RFP Terms and Attachments GRTC intends to award a Contract based on the terms, conditions, and attachments contained in this RFP. Proposers are strongly advised to not take any exceptions. Proposers shall submit proposals which respond to the requirements of the RFP. An exception is not a response to a RFP requirement. If an exception is taken, a “Notice of Exception” must be submitted with the proposal. The “Notice of Exception” must identify the specific point or points of exception and provide an alternative. Proposers are cautioned that exceptions to the terms, conditions, and attachments may result in rejection of the proposal. GRTC may, at its sole discretion, determine that a proposal with a Notice of Exception merits evaluation. A proposal with a Notice of Exception not immediately rejected may be evaluated, but its competitive scoring will be reduced to reflect the importance of the exception. Evaluation and negotiation will only continue with the Proposer if GRTC determines that a Contract in the best interest of GRTC may be achieved. The Notice of Exception will be used as part of GRTC’s evaluation of the proposal, and, therefore, must be made known during the course of the proposing process. Comments and exceptions substantially altering the form agreement will not be considered after conclusion of the review process. Failure to submit a marked-up copy of the form agreement with a proposal will be interpreted by GRTC as the proposer’s acceptance of the form agreement provided herein. 1-18 Proposal Requirements Proposals shall fully explain their ability to fulfill all requirements described in GRTC’s Statement of Work. They must contain the following items and follow the exact sequence outlined below: A.

Cover Letter, providing the following information: 1. Identification of the proposer(s), including name, address and telephone number of the appropriate contact person at each firm. 2. Working relationship among proposing firms, i.e., prime-subcontractor, if applicable. 3. Signature of a person authorized to bind the proposing firm to the terms of the proposal.

B.

RFP Cover Page and Attachments A-M

C.

Notice of Exception (if applicable)

D.

Qualifications and Capabilities of the Firm(s)

1. Virginia Licensed Professional Engineers, Traffic Engineers, Architects, and Surveyors of appropriate discipline employed or under contract to the selected Consultant shall be required to stamp and sign drawings, design documents, and specifications and/or calculations as required. The Organization Chart at a minimum shall name the following key personnel and percent utilization of each on this project: Design Project Manager Quality Control/Assurance Manager Lead Civil Engineer Lead Architect/Urban Designer Lead Systems Engineer/Lead ITS/Traffic Engineer Utility Relocation/Service Coordinator Right-of-Way Coordinator Public Outreach Manager Provide the names and resumes of all staff to be dedicated to the successful completion of this project. Names of the Consultant’s Design Project Manager and the individual 9

authorized to negotiate the contract on behalf of the Firm. Consultants must list the specific individuals in the Proposal and provide resumes for the key personnel, to be committed throughout the term of the Contract, and meeting the requirements listed below: Design Project Manager The Design Project Manager (DPM) must have at least ten (10) years’ experience in managing large, complex multidisciplinary design projects that include BRT systems and implementations in a complex transit or transportation environment. The DPM shall be responsible for management of the overall design/engineering contract, including cost, schedule, and technical performance for all products delivered to the GRTC. The DPM must maintain cognizance of the current state of the project, and act as the high-level technical point of contact between GRTC and the Consultant. The DPM must have experience in successfully managing the design phase of at least three (3) completed projects of comparable size and complexity that demonstrate the DPM’s qualifications. The DPM shall have at least a BA degree in engineering, architecture or the equivalent. The DPM must be licensed professional engineer or architect in the Commonwealth of Virginia. The DPM must personally oversee/direct the work of all lead Designers. The DPM shall have demonstrated success in keeping programs/projects involving multiple sub-consultants on schedule and within budget, and in providing high quality products meeting the GRTC expectations. The DPM shall have reporting relationship on all matters to the GRTC Project Manager. Quality Control/Quality Assurance Manager The Quality Control/Assurance Manager must have a BA degree from an accredited institution in engineering, engineering technology, management, business administration or related field and a minimum of five (5) years project quality control/assurance experience. The project Quality Control/Assurance Manager will have a reporting relationship above the DPM to the Consultant’s Principal-in-Charge and the GRTC Project Manager for matters relating to quality. Lead Civil Engineer The Lead Civil Engineer provides expertise in transit guideway, roadway modifications, traffic signals, and BRT station and platform design and construction. The Lead Civil Engineer must have considerable experience (preferably minimum five (5) years) in related roadway and transit station design and construction and hold at least a BA degree in civil engineering, or equivalent. The Lead Civil Engineer prepares and reviews technical plans and specifications for delivery to GRTC. Lead Architect/Urban Designer The lead Architect/Urban Designer provides expertise for design of BRT features including streetscaping and station amenities such as shelters, lighting, kiosks, signage, and other platform furniture. The Lead Architect/Urban Designer shall lead the process for obtaining local/County agency design approval of BRT features. The lead Architect/Urban Designer must have considerable (preferably a minimum of five (5) years) experience in related streetscape and transit station design and hold a BA degree in architecture, urban design, or equivalent. His or her’s area of knowledge must include, but not be limited to, work within R.O.W., ADA standards, and local Agency art and streetscape, historic master plans and design standards. The lead Architect/Urban Designer prepares and reviews technical plans and specifications for delivery to the GRTC, leads public/stakeholder workshops for design feature development, presents design concepts to local agency design committees and boards, VA DHR, coordinates with GRTC branding committee or consultant, and oversees work for signage and landscape design sub-consultants. Lead Systems Engineer The Lead Systems Engineer provides expertise in safety/security, fare collection, and communication system design and construction. The Lead Systems Engineer must have considerable (preferably a minimum of five (5) years) experience in related systems development and hold at least a BA degree in electrical engineering, electronics engineering, communications engineering, or equivalent. Coordination with GRTC’s IT and 10

Planning /Scheduling Department as necessary. The Lead Systems Engineer’s area of knowledge must include, but not be limited to, Intelligent Transportation Systems, passenger information display systems, and network communications. The Lead Systems Engineer prepares and reviews technical reports, plans and specifications for delivery to GRTC. This position may be combined with or supplement the role of Lead ITS/Traffic Engineer described below. Lead ITS/Traffic Engineer The Lead ITS/Traffic Engineer provides expertise in real time information, Transit Signal Priority (TSP), traffic and parking studies, traffic signals, signal timing development, and parking facility design and construction. The Lead ITS/Traffic Engineer must have considerable (preferably a minimum of five (5) years) experience in related ITS development and Traffic Engineering and hold at least a BA degree in civil engineering, electrical engineering, or equivalent. The Lead ITS/Traffic Engineer’s area of knowledge must include, but not be limited to, communications for real time information and automatic vehicle location (AVL) systems, evaluation of TSP detection equipment, signal controller programming for TSP and coordination timings, and development of computer traffic simulation models and visualizations. Coordination with GRTC’s IT and Planning /Scheduling Department as necessary. The Lead ITS/Traffic Engineer prepares and reviews technical reports, plans and specifications for delivery to GRTC. Utility Relocation/Service Coordinator The Utility Relocation/Service Coordinator provides expertise in developing agreements for relocation or adjustment of existing public and privately-owned utility facilities within the public right-of-way and obtaining new electrical, communication and water services. The Utility Relocation/Service Coordinator must have a minimum of five (5) years of related project experience. The Utility Relocation/Service Coordinator will have a reporting relationship to GRTC’s project manager for matters relating to utility relocations and service connections. Third Party Agreement/Permit Coordinator The Third Party Agreement/Permit Coordinator provides expertise in developing multijurisdictional agreements for operations and maintenance of facilities in the right-of-way and in obtaining permits for construction from public agencies and other jurisdictions with authority along the BRT corridor. The Third Party Agreement/Permit Coordinator must have a minimum of five (5) years of experience on projects requiring Encroachment permits. The Third Party Agreement/Permit Coordinator will have a reporting relationship to GRTC’s Project Manager for matters relating to third party agreements and permits. Public Outreach Manager The Public Outreach Manager shall assist in the development and implementation of GRTC’s BRT community outreach efforts including fact sheets, brochures, website content, power point presentations, white papers, press releases and other outreach materials for the GRTC. Work will include the preparation of documents and website content that summarize the plans, activities, reports, and project descriptions for the BRT. The Public Outreach Manager must have a minimum of five (5) years of experience in agency relations. The Public Outreach Manager is responsible for providing public outreach management and technical support to GRTC’s Project Manager and coordination with GRTC Marketing Department as required. The position requires expertise in the areas of public education and outreach for complicated and detailed transportation projects. In addition, the position requires demonstrated writing skills in the preparation of fact sheets, power point presentation preparation, email updates, white papers, brochures, websites and press releases for the BRT project. The position also requires demonstrated skills in the areas of public meeting facilitation, oversight of graphic representations, familiarity and experience with public groups and organizations in the Richmond metro area. 2. Provide a brief profile of the Proposer, including its principal line of business, year founded, 11

form of organization, number and location of branch and home offices, location of office to service this account, number of employees, and a general description of the Proposer’s financial condition, as well as the name, address, and telephone number of the Proposer’s financial institution. Identify any conditions (bankruptcy, pending merger, pending litigation, planned office closures) that may impede the Proposer’s ability to perform the work. 3. Identify all qualifications and organizational capabilities that will establish the proposer as a satisfactory provider of the required work by reason of its strength and stability. Proposers must provide a statement of why they are most qualified to handle GRTC’s project, describing why its services are suited for transit operations. 4. Identify subcontractors, if any, by company name, address, contact person, telephone number, and project function. Provide the same information for each subcontractor as requested above. E.

Related Experience and References 1. This section of the Proposal should establish the ability of the Proposer to satisfactorily provide the required work by demonstrating competence in the performance of services to be provided; the nature and relevance of other contracts; record of satisfactory performance on similar projects; and supportive customer references. Provide examples of similar contracts that Proposer has been awarded (indicating current status of each) within the last three years. For each reference cited as related experience, furnish the name, title, address, and telephone number of the person(s) at the purchaser’s organization who is the most knowledgeable about the work performed. 2. For each subcontractor cited in the section above, provide examples of similar contracts performed by the subcontractor, citing the same client information.

F.

Technical Proposal (to include) 1. Proposers must demonstrate their understanding of the project, describe their project approach, and explain how they will meet GRTC’s needs. The merit of the proposed services will be judged largely on the basis of your narrative description. It is important that the proposal contain all information required for an effective review process. 2. A response to each line item in the Statement of Work (Section 3). Proposers will identify the response to each line item in the order the line item appears in the solicitation. The proposer will identify how the line item requirements will be met. This response will incorporate all approved equals and addenda to the RFP. Each response should be clearly defined and will include, but not be limited to, a detailed statement of how the Proposer intends to achieve full compliance, or an explanation of why full compliance cannot be attained. 3. To the extent that there are any disclaimers or caveats pertaining to the provision of services as described in GRTC’s statement of work, they must be listed. Except as clearly stated in this section, it shall be assumed that GRTC’s requirements shall supersede any and all such suggestions that may be described and/or included in the proposal. 4. Proposed project delivery schedule in days, phases, and/or steps. Identify the total length of time required to complete the project.

G.

Fee Proposal (under separate envelope) The Fee Proposal should respond to each requirement in the Statement of Work. Proposers will identify the cost response to each item in the order the item appears in the Statement of Work. Man-hours by discipline and title shall be prepared by Task and by salary rate. Direct expenses shall be itemized by Task and by category. Direct expenses to the Proposer are in addition to compensation for payroll additives, salaries, and profit, and include actual expenditures made by 12

the Proposer’s technical employees and professional consultants for such expenses as:    

Travel, sustenance and lodging; Reproduction of packages and presentation materials; Telephone, computer time; Expense of overtime work requiring higher than regular rates, only when authorized in writing by GRTC.

The man-hours and direct expenses shall be summarized by firm in the Proposer’s fee proposal and include overhead, profit, etc. Direct salary cost is defined as base salary paid to technical employees. If clerical support is required but is not included in overhead or direct expenses, it must be itemized in the same fashion as other staff in the proposed cost detail. Finally, a summary of the fee proposal for each firm in the proposal is required, showing fees for the basic work program. The same summary, but for the entire proposal, is also required. The firm must demonstrate its financial capability, including financial resources to sustain operations between the time expenses are incurred and the time payment is made. 1-19 Collusion The proposer guarantees that the proposal submitted is not a product of collusion with any other proposer, and no effort has been made to fix the proposal price of any proposer or to fix any overhead, profit, or cost element of any proposal price (Attachment G). Failure to submit the signed affidavit at the time proposals are due shall be grounds for disqualification of the proposer's offer. If GRTC determines that collusion has occurred among Proposers, none of the proposals from the participants in such collusion shall be considered. GRTC’s determination shall be final. 1-20 Pricing, Taxes and Effective Date The price to be quoted in any proposal will include all items of labor, materials, tools, equipment, delivery and other costs necessary to fully meet the requirements of GRTC. Any items omitted, which are clearly necessary for the provision of service, will be considered a portion of such specifications, although not directly specified. Price proposals shall include all applicable freight charges, FOB to the designated delivery points. GRTC is exempt from payment of Federal, Excise and Transportation Tax, and Virginia Sales, Excise and Use Tax. Proposers will not include these taxes in their price(s). All other government taxes, duties, fees, licenses, permits, royalties, assessments, and charges shall be included in the proposed price. In the event of a discrepancy between the unit price and the extended amount for a required item, the unit price will govern. The price quoted by the proposing firms will not change for a period of ninety (90) days, beginning from the date the proposal is opened. 1-21 Rejection of Proposals GRTC reserves the right to reject any or all proposals and waive any minor informalities or irregularities. 1-22 Exclusionary or Discriminatory Specifications GRTC agrees that it will comply with the requirements of 49 U.S.C. Section 5323(h)(2) by refraining from using any Federal assistance awarded by the Federal Transit Administration to support procurements using exclusionary or discriminatory specifications. GRTC further agrees to refrain from using state or local geographic preferences, except those expressly mandated or encouraged by Federal Statute.

13

1-23 Protest Procedures Any protest or objection to the Conditions and Specifications will be submitted for resolution to GRTC’s CEO. Each protest must be made in writing and supported by sufficient information to enable the protest to be considered. A protest or objection will not be considered by GRTC if it is insufficiently supported or if it is not received within the specified time limits. All protests based upon restrictive specifications, alleged improprieties, or similar situations prior to proposal opening must be submitted to GRTC’s CEO no later than seven (7) calendar days prior to the specified proposal opening date. Protests arising after the opening of proposals based upon grounds that were known or should have been known will be submitted to GRTC’s CEO within five (5) business days after notification of Contract award. All protests will be considered by the Protest Review Board. The decision of the Protest Review Board is final. The Protest Review Board will consist of the Chief Executive Officer, Chief Operating Officer, and the Legal Counsel for GRTC. No further appeals will be considered by GRTC. The proposer may file a protest with FTA provided that the proposal complies fully with the requirements of FTA Circular 4220.1F. A.

Protest Bond Any proposer wishing to protest the awarding of a contract by GRTC to the apparent most responsive and responsible proposer will be required to furnish, at its own expense, a protest bond in the amount of one-half of one percent (.5%) of the total offer before GRTC will consider the protest. This protest bond will serve as a guarantee by the proposer of the validity and accuracy of the protest. Failure to provide this bond may result in GRTC denying the proposer's protest. If the Protest Review Board denies the proposer's protest, the bond will be used by GRTC to recover the costs and damages incurred because of the protest and the resulting delay in the provision of services. The bond will be either a cashier's check or certified check made payable to GRTC

B.

Review Process Except as otherwise provided in this Contract, any Protest concerning a question of fact arising under this Contract which is not disposed of by agreement shall be decided by a Protest Board comprised of GRTC’s Chief Executive Officer, Chief Operating Officer, and Legal Counsel. This board shall reduce their decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the Protest Board shall be final, unless determined by a court of competent jurisdiction to have been fraudulent, capricious, arbitrary, so grossly erroneous as necessarily to imply bad faith, or not supported by substantial evidence. In connection with any appeal proceeding under this clause, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a Protest hereunder, the Contractor shall proceed diligently with the performance of the Contract and in accordance with the Protest Board's decision. This clause does not preclude consideration of law questions in connection with decisions provided for in this clause, provided that nothing in this Contract shall be construed as making final the decision of any administrative official, representative, or board on a question of law.

1-24 Proposal Alternatives Proposals shall address all requirements identified in this solicitation. In addition, GRTC may consider proposal alternatives submitted by Proposers that provide enhancements beyond the RFP requirements. Proposal alternatives may be considered if deemed to be in GRTC’s best interests. Proposal alternatives must be clearly identified. 1-25 Disadvantaged Business Enterprises (DBE) & Small, Women, and Minority Businesses (SWAM) It is the policy of GRTC that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 26 shall have a maximum opportunity to participate in the performance of federally funded contracts. GRTC 14

has a race-neutral DBE Program goal of 3.1%. Also GRTC encourages the utilization of Small, Women, and Minority (SWAM) Businesses to participate. A list of certified DBE and SWAM firms are maintained on the Virginia Department of Minority Business Enterprise’s (DMBE) website at www.dmbe.virginia.gov under the DBE and SWAM Vendor Links. Proposers are encouraged to take all necessary and reasonable steps to ensure that DBE firms have a maximum opportunity to compete for and perform services on the contract. If the proposer intends to subcontract a portion of the services on the project, the proposer is encouraged to seek out and consider DBE firms as potential subconsultants. No DBE goal was established for this solicitation. Any DBE participation on the contract will be counted as race-neutral DBE participation. SECTION 2 – PROPOSAL EVALUATION & CONTRACT AWARD 2-1

General Any contract resulting from this solicitation will be between GRTC and the Contractor responsible for providing the goods and/or performing the services described herein. GRTC is not party to defining the division of work between the Contractor and its Subcontractors, if any, and the Specifications and/or Statement of Work have not been written with this intent. GRTC shall employ the qualification-based selection in a negotiated purchase method in making the award for this procurement. Technical information and price information will be evaluated separately. Offerors will be required to submit supporting documentation on the technical aspects and cost. The Evaluation Committee may elect to interview proposers in order to clarify their proposals and/or for the Proposers to make oral presentations. If interviews, presentations, or negotiations are held, the evaluation team may reevaluate the proposals of those firms interviewed. GRTC expects all offerors to fully cooperate with its evaluation process.

2-2

Eligibility for Award In order to be eligible for award, proposers must be responsive and responsible. A.

Responsive proposals are those complying in all material aspects of the solicitation, both as to the method and timeliness of submission and as to the substance of the resulting Contract. Proposals that do not comply with all the terms and conditions of the solicitation may be rejected as non-responsive.

B.

Responsible proposers are those prospective Contractors who, at a minimum, must: 

have adequate financial resources, as required during performance of the Contract.



be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing business commitments.



have a satisfactory record of past performance.



have necessary technical capability to perform.



certify that they are not on the U.S. Comptroller General's list of ineligible Contractors.



be qualified as a regular provider of the services being offered.



allow GRTC or designated third party to conduct a Pre-Award Audit to verify accuracy of Buy-

15

America certification in accordance with 49 CFR 663. 

2-3

be otherwise qualified and eligible to receive an award under applicable laws and regulations.

Evaluation of Proposals The Evaluation Committee will evaluate the proposals in accordance with the criteria set forth below. The total evaluation points, as separately determined by each team member, will be added and each proposer will be ranked in numerical sequence, from the highest to the lowest score. GRTC may then select the proposal that is considered to be the most advantageous to GRTC.

2-4

Scoring and Evaluation Criteria The statement of work, as amended through the request for approved equal or exception process, and any addenda thereto, set forth the minimum requirements of the components, warranty, service, support, and other deliverables GRTC requires through this procurement. Proposer’s level of response to requested information will be considered throughout the scoring process. The evaluation criteria and corresponding weight of each are listed as follows:

2-5

A.

Project Approach (25%)

B.

Organizational Background, Qualifications and Capabilities (15%)

C.

Related Experience and References (20%)

D.

Technical Proposal (25%)

E.

Personnel (15%)

Competitive Range The competitive range is determined through a preliminary evaluation of proposals, which applies the evaluation criteria as set forth above. The groups remaining in the competitive range may be invited to participate in additional evaluations, testing, Best and Final Offer, or negotiations.

2-6

Negotiations GRTC may undertake concurrent negotiations with proposers determined to be within a competitive range. GRTC does, however, reserve the right to award a contract based on the original proposal without any negotiations. The decision to award without negotiation may be made by GRTC if, in the sole opinion of GRTC, preliminary evaluation of the proposals received indicates that the best achievable and technically acceptable proposal has been received. Concurrent negotiations with all proposers whose proposals are within the competitive range may be conducted by GRTC. Negotiations may be entered with one or more proposers to finalize contract terms and conditions. In the event negotiations are not successful, GRTC may initiate negotiations with the next ranking proposer or reject proposals. Negotiation of a Contract will be in conformance with all applicable federal, state, and local laws, regulations, rules, and procedures. The objective of the negotiations will be to reach agreement on all provisions of the proposed Contract. Upon completion of negotiations, the proposal that best meets the requirements of the RFP and ranks the highest evaluation score earned by its proposal based on the evaluation criteria shall be recommended to GRTC’s Board of Directors as the successful proposer for award.

16

2-7

Cost or Price Analysis GRTC reserves the right to conduct a cost or price analysis for any purchase. GRTC may be required to perform a cost analysis when competition is lacking for any purchase. Sole source procurements which result in a single proposal being received will be subject to a cost analysis which will include the appropriate verification of cost data, the evaluation of specific elements of costs and the projection of data to determine the effect on proposal prices. GRTC may require a Pre-Award Audit and potential Contractors shall be prepared to submit data relevant to the proposed work which will allow GRTC to sufficiently determine that the proposed price is fair, reasonable, and in accordance with Federal, State and local regulations. Procurements resulting in a single proposal will be treated as a negotiated procurement and GRTC reserves the right to negotiate with the single proposer to achieve a fair and reasonable price. If a negotiated price cannot be agreed upon by both parties, GRTC reserves the right to reject the single proposal. Contract change orders or modifications will be subject to a cost analysis. If only one proposal is received in response to the RFP, a detailed cost proposal and analysis of three (3) contracts, if available, awarded to the proposer within the past two (2) years may be requested of the single proposer. A cost/price analysis and evaluation and/or audit may be performed of the cost proposal in order to determine if the price is fair and reasonable.

2-8

Contract Award Contract award, if any, will be made by GRTC to the responsible Proposer whose proposal best meets the requirements of the RFP, and will be the most advantageous to GRTC with respect to operational plan, quality, and other factors as evaluated by GRTC. GRTC shall have no obligations until a Contract is signed between the Proposer and GRTC.

2-9

Execution of Contract and Notice to Proceed The Proposer to whom GRTC intends to award the Contract shall sign the Contract and return it to GRTC. Upon authorization by GRTC’s Board of Directors, or designee, the Contract will be countersigned. Upon receipt by GRTC of any required documentation and submittals by the Proposer, a Notice to Proceed or Purchase Order may be issued, if appropriate.

2-10 Public Disclosure of Proposals GRTC is subject to the Virginia Freedom of Information Act. Therefore, the contents of this RFP and the Contractor’s proposal submitted in response to this RFP shall be considered public documents and are subject to the Virginia FOIA statutes. As such, all proposals submitted to GRTC will be available for inspection and copying by the public after the selection process has been concluded. There are, however, various items that may be exempt under public disclosure laws. If any proprietary, privileged, or confidential information or data is included in the Contractor’s proposal, each page that contains this information or data should be marked as such (e.g., “Proprietary,” “Confidential,” “Business Secret,” or “Competition Sensitive”) in order to indicate your claims to an exemption provided in the Virginia FOIA. It is GRTC’s sole right and responsibility, however, to make the determination whether these items are exempt or not exempt under the Virginia FOIA statutes. All data, documentation and innovations developed as a result of these contractual services shall become the property of GRTC. 2-11 Conflicts of Interest and Non-Competitive Practices A. Conflict of Interest – Contractor, by submitting a proposal to GRTC to perform or provide work, services, or materials, has thereby covenanted that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any interest, which conflicts in any manner or degree with the work, services, or materials required to be performed and/or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, is shall immediately disclose such interest to GRTC and take action immediately to eliminate the conflict or to withdraw from this Contract, as GRTC may require. 17

B. Contingent Fees and Gratuities – Contractor, by submitting a proposal to GRTC to perform or provide work, services, or materials, has thereby covenanted: No person or selling agency except bona fide employees or designated agents or representatives of Contractor has been or will be employed or retained to solicit or secure this Contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and No gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by Contractor or any of its agents, employees, or representatives, to any official, member or employee of GRTC or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this Contract. Section 3 – Statement of Work 3-1 Project Background/Description The Federal Transit Administration (FTA), as the lead federal agency, and GRTC, as the project sponsor, with support from the Virginia Department of Rail and Public Transportation (DRPT), the City of Richmond, Virginia, and Henrico County are proposing a Bus Rapid Transit (BRT) System along a 7.6 mile long segment of Broad Street in Richmond, Virginia. Refer to Figure 1 below Broad Street corridor map. Refer to project website http://study.ridegrtc.com for technical memos.

Figure 1 The conceptual plan for the BRT corridor includes many characteristics common in other BRT operations. The Richmond BRT service will provide a high frequency, limited stop service that uses specialized vehicles on dedicated right of way to transport passengers along Broad Street and a portion of Main Street. The plan also proposes to include real-time next bus arrival information and other ITS systems that will give signal prioritization to BRT vehicles.

18

In accordance with the requirements of the National Environmental Policy Act (NEPA) an Environmental Assessment (EA) was conducted for the proposed improvements as GRTC is seeking financial assistance from FTA. In April 2014, based upon the review of the project’s EA document, FTA determined that the project meets the criteria of a Class II Documented Categorical Exclusion. Funding for Preliminary Engineering has already been committed by the project partners. GRTC applied for a TIGER grant for Final Design and Construction of the Broad Street BRT Project. In the event the TIGER application is not successful, GRTC and project partners will seek funding under FTA’s Section 5309 Capital Investment Grant Small Starts Program. Refer to Section 3-4 – Scope of Work for Small Starts Program Grant Application Development and Submittal. The completed Environmental Assessment (EA), Alternatives Assessment (AA), and cost estimates were developed using FTA guidance and staged with meeting the requirements of the Small Starts Program Grant application. GRTC is seeking professional engineering and architectural design services for Preliminary Engineering, Final Design, Permitting, Bid and Award Support, Design Services and Construction Management Services during Construction and Commissioning. The PE, Final Design and Construction, and Operational Phases of this project are contingent upon receipt of funding for the project. Project delivery method will be by A&E Design and Construction Management at Risk (CMAR). A Construction Manager at Risk RFP will be developed and awarded to assist the A&E firm during design as well as act as the General Contractor during construction. A Guaranteed Maximum Price (GMP) will be obtained from the CMAR at the 60% design phase. Design components of the project are described below: Dedicated Guideway (Bus Lanes) - The essential features of the BRT include a guideway (dedicated bus lanes) for portions of the 7.6 mile route between Willow Lawn and Rocketts Landing. From Willow Lawn to Thompson Street, the BRT would operate in mixed traffic. From Thompson Street to Adams Street the system would use a center running dedicated guideway. Between 4th Street and North Adams Street, the center guideway would open to traffic as buses transition to the curb where they would travel in mixed traffic until 3rd Street Station. From 4th Street to 14th Streets they would use the existing dedicated curb lane but that lane would be widened. From 14th Street to Rocketts Landing the BRT would operate in mixed traffic. The dedicated bus lanes would be reserved for transit operations 24 hours a day, as opposed to peak hours. BRT service would generally operate from 5:30 AM to 11:30 PM daily. • Lane width – The proposed lanes would be wider than the existing bus lanes (from 9 ft. to 11 ft.), minimizing conflicts between BRT operations and adjoining general traffic. • Operational Restrictions – Usage of dedicated bus lanes would be limited to BRT vehicles (i.e., no local buses or automobiles) between Thompson and Adams Streets, except where left turns must cross over bus lanes. At these points, signal and signage improvements would be necessary to define the interface between BRT and general traffic operations. • Physical Enforcement of the Bus Lane – general transit and auto traffic would be discouraged from using the bus lane through a combination of improvements that may include: tactile markings, raised lane delineators, lane markings, and/or signage. Construction of the BRT guideway is expected to occur within the existing ROW and will not require substantial reconstruction of the curb and sidewalk facilities. The sole potential exception is in the eastbound direction of Broad Street at Belvidere Street. Final determination of the need for roadway widening and of the sidewalk width narrowing in this area will be determined by the Consultant after corridor mapping and evaluation. BRT Stations – Fourteen (14) new BRT stations (sheltered bus stops) will be installed. Stations in the outlying portions of the Broad Street corridor will be spaced farther apart to maximize speed and accessibility to the proposed limited stop services. Where median bus lanes are used, stations will adjoin the bus lane with right-side platforms on the far side of each station’s cross street with respect to the direction of travel. Refer to http://study.ridegrtc.com for technical memorandum - Station Area 19

Screening - for more detailed discussion of the BRT stations. Where BRT stops are located curbside, two approaches will be used. Outside the Central Business District (CBD) (where BRT vehicles use general traffic lanes), local buses will share the new distinctive stations and loading areas of the BRT. The branding of vehicles will help customers distinguish between local and BRT services. Within the CBD (between 4th Street and 14th Street), all local bus stops between 2nd and 14th Street, will be removed and consolidated stops will be utilized at 3rd Street, 6th Street, 9th Street, and 12th Street. Refer to Consolidated Stations below. • Consolidated Stations - Under the existing conditions, there are bus stops at every corner along Broad Street, increasing transit travel times and bus queuing. This project eliminates all local bus stops between 2nd street and 14th Street and requires local buses to stop at four (4) new, consolidated stations at 3rd Street, 6th Street, 9th Street, and 12th Street. From Thompson Street to Adams Street the system will use a center running dedicated guideway with four (4) new center stations. From 3rd Street to Rocketts Landing the system will use the existing dedicated curb lane but the lane will be widened and have six (6) curb line stations. • Multiple Platforms at Each Station – GRTC operating rules only allow one bus at a time to accept and discharge passengers at a bus platform; therefore it is not sufficient to consolidate bus stops, as this alone would decrease the number of boarding points on Broad Street while increasing the length and duration of bus queues at each station. Therefore to solve this problem, there will be 2-3 bus platforms per direction at each of the consolidated stations. These stations will include new canopies and street furniture (benches, trash receptacles, shelters) to accommodate higher volumes of passengers. Additionally, the shoulder lane at each platform will provide a concrete pad, allowing the guideway to better accommodate the additional wear-and-tear to the pavement associated with idling buses. • Station Amenities – Common to all BRT stations will be enhanced shelters and signage with unique BRT branding, real-time schedule information, bicycle racks, benches, trash receptacles, lighting, CCTV cameras, passenger information displays, fare and ticket validation machines, system maps, BRT route maps and schedules, etc. Landscaping and/or art work may be included at some stations and physical integration with adjoining buildings and/or land uses. At multiple platform stations, real-time kiosks will be present at each platform to identify which buses will stop at which platform. Pedestrian and bicycle connectivity to the stations from adjoining land uses will be considered as part of station area design. Improvements to be considered include (but are not limited to): pedestrian and bicycle crossings, bicycle storage, pedestrian-level streetlights, and pedestrian and/or bicycle-actuated signals. Safety/Security – In addition to CCTV cameras, emergency phones and lighting at the stations will be considered. Each passenger amenity shall include a high level of security measures and vandalism proofing. Fare Collection –Marketing and branding initiatives will be coordinated to reduce confusion concerning fare collection policies. BRT service will use an Off-Board Fare Collection System. The recommended approach will allow passengers with validated tickets to board through all doors of BRT vehicles. The off-board/proofof-payment system will provide ticket vending machines installed at stations for customers needing to purchase fare media. The ticket vending machines (TVMs) will also provide ticket validation of fare media prior to boarding the BRT buses. Because of the configuration of the CBD stations, which will have large station platforms with the inclusion of non-BRT vehicles, Stand Alone Validators (SAV) shall be installed at these stations to provide additional devices for fare media 20

validation. These will only be used to validate the fare media and two SAVs are recommended for each of the four CBD stations. Refer to http://study.ridegrtc.com for technical memorandum - BRT Fare Collection Strategies - for more detailed discussion of the fare collection strategy. Park-and-Ride – In order to encourage use of the BRT system as an alternative to driving into downtown Richmond, a 95-space Park-and-Ride facility in the northeast corner of Staples Mill Road and Broad Street, in partnership with Anthem, will be provided adjoining the BRT station at this location. Minor adjustments to route timetables and operating protocols may be considered to ensure that local route operations do not interfere with BRT operations along Board Street. Timed transfers between BRT service and other routes with high transfer activity to the existing Route 6 may be considered. Communications – A continuous fiber optic trunk communication system may be provided along the length of the BRT transit way. Wireless communication systems may be utilized for various systems as is feasible. Intelligent Transportation Systems (ITS) – It is assumed that the traffic signal system for the corridor will allow for Transit Signal Priority (TSP) for BRT operations. It is assumed that TSP will be implemented at all signalized intersections present along dedicated bus lanes. This offers the potential to improve transit travel speeds and schedule reliability while minimizing potential conflicts with general traffic turns onto and off Broad Street. Bus Frequencies – The BRT service proposed will operate every 10 minutes during peak hours of operation (7:00 to 9:00 AM and from 4:00 to 6:00PM) and every 15 minutes during off-peak hours (early morning, afternoon, and evening.) It will operate during the same hours as modified Routes 6 and 53, from 5:30 AM to 11:30 PM on weekdays and from 6:00 AM to 11:30 PM on weekends. BRT Vehicles – Dedicated Low-floor CNG powered vehicles will serve the BRT route. BRT vehicles will have markings (paint scheme, logo, etc.) to differentiate them from local bus routes. BRT vehicle amenities that may be considered include: Automated Vehicle Location (AVL) systems, optical guidance to provide precision boarding, two or three-side doors, Wi-Fi services, and other passenger amenities. The project budget contains allowance for nine (9) BRT buses. It is GRTC’s intent to purchase buses under a separate contract. Branding – Branding is a critical element in the success of a BRT system. In order to develop Broad Street as a premium transit corridor, it is necessary to create an identity and an image that allows choice riders to identify the BRT service as being visually and functionally distinct from the other services offered by GRTC. The proposed system will use distinct vehicles, stations, lane markings, signage and way-finding, and marketing to create an identity for the new BRT system. Other visual elements of the branding strategy might include the development of a BRT logo, name, and color scheme that can be used on vehicles, facilities, and way-finding materials (maps, signage). It is GRTC’s intent to hire a Branding Consultant under a separate contract for this service; however, the selected A&E Firm will be responsible to work with and coordinate design elements with that Branding Consultant. Additionally, the branding and way-finding system must be coordinated with the City of Richmond and Henrico County.

3-2 Scope of Work GRTC is seeking consultant services to provide professional architectural and engineering design services including Plans, Specifications and Estimates (PS&E) for the Broad Street BRT Project. Design services shall be provided for the following project phases: Phase 1 - Preliminary Engineering (PE) Phase 2 - Final Design Phase 3 - Permitting

21

Phase 4 - Bidding and Award Support Phase 5 - Construction Management/Design Services during Construction Phase 6 - Commissioning Services GRTC intends to select the most qualified proposer based on the entire scope of work which includes all phases of the project, although the initial contract award is for Phase 1- Preliminary Engineering (PE) (0% - 30%). Interested proposers must provide a technical proposal based upon the entire project as firms will be evaluated based on the entirety of the scope of work. Prior to the completion of Preliminary Engineering, GRTC may initiate negotiations with the selected Consultant for work related to subsequent phases of the project, contingent upon the project continuing to be viable and the satisfactory performance of the Consultant. Notwithstanding the foregoing, GRTC reserves the right to re-solicit for services related to subsequent phases of the project. Project delivery method will be by A&E Design and Construction Management at Risk (CMAR). A Construction Manager at Risk RFP will be developed and awarded to assist the A&E firm during design as well as act as the General Contractor during construction. A Guaranteed Maximum Price (GMP) will be obtained from the CMAR at the 60% design phase. The selected A&E Firm is accountable to the following schedule: PE (0-30%): May 2014 August 2014 September 2014 May/June 2015 August 2015 (12m) Final Design and Construction: September 2015 June 2016 (10m) July/August 2016 Sept 2016 – June 2017 (10m) June 2016 – June 2018 July 2018

Issue RFP A&E PE Services Award A&E contract Start design work Issue RFP for Construction Management at Risk (CMAR) Complete PE (30%) and Award CMAR

Authorize or Award Final Design (30-100%) Complete 60% and obtain GMP by contract from CMAR Obligation of funding/early construction commitments by CMAR Complete Final Design (60-100%)/obtain permits/start early construction components (September 2016) Substantial Construction Substantial Completion

The Consultant shall provide the services described in this Scope of Work and will be responsible for all aspects of the coordination and management of planning and engineering activities. The Consultant shall work under the direction of GRTC’s designated Project Manager, and will coordinate activities with FTA, DRPT, County of Henrico, VDOT, Commonwealth Department of Historic Resources (DHR), and GRTC’s planning and engineering staff, legal counsel, transit operations, and other departments and technical consultants as necessary to complete the Scope of Work. The Consultant’s work must comply with all applicable city and state building and environmental and public works codes and standards and be implemented in compliance with the Final Environmental document in compliance with FTA and NEPA. Proposers shall provide written descriptions of three (3) relevant projects completed within the past ten (10) years and indicate the total cost and client references. The selected Consultant (Prime and Sub-consultants) should demonstrate the technical qualifications and experience to provide a Project Execution Plan, architectural design, engineering, planning, experience with CMAR project delivery methods, support for public outreach and marketing, branding coordination, third party and utility coordination and design and construction project management services for the following primary project tasks: 1. BRT Transitway and Roadway Modifications Design This discipline includes but is not limited to planning and engineering for dedicated bus lanes, intersection improvements, bicycle facilities, roadway pavement rehabilitation and resurfacing, mediums and curb rehabilitation, drainage, utility relocations, traffic signals, on-street parking and 22

street lighting along the BRT corridor. This discipline shall include topographic surveys (if necessary), base mapping, site assessments, soils and pavement testing, right-of-way engineering in support of creation of easements (if necessary), GIS administration, development of construction staging plans, support for third party agreements, utility and permit coordination, support for public outreach, marketing, and cost estimating during design, construction and commissioning of the BRT Transitway and Roadway Modifications. 2. BRT Station and Platform Design Station locations in the EA were selected based on current ridership trends and proximity to population and employment centers, but remain flexible to some degree. This discipline includes but is not limited to expanding and developing the selection criteria for final location of stations in response to land use and availability at the proposed station locations, planning and engineering for BRT stations and platforms, and installation of amenities and associated improvements to pedestrian facilities including crossings, curb ramps and sidewalks. Modifications to existing drainage, traffic signals, on-street parking, street lighting as well as utility relocations are to be included, as necessary, to accommodate the stations, platforms and amenities. Final design decisions regarding precise station locations, configuration, and appearance will be determined as part of this task work. The potential for project impacts to significant NRHP-listed, Eligible, or Potentially Eligible architectural and archaeological resources is generally acknowledged to be minimal, given the BRT’s confinement within existing ROW, having no direct or physical impacts to any architectural resources along the BRT corridor. VDHR agreed that any impacts to known historic properties would be indirect and visual in nature. Early and continued engagement and coordination with VDHR is required by the Consultant as the design progresses. Additionally there will be no adverse effect on historic resources as long as station design incorporates the design conditions outlined in Appendix B: Agency Correspondence – Environmental Assessment. Refer to study.ridegrtc.com. 3. Architecture, Urban Design, Signage, Branding and Landscaping Architecture and urban design services shall be provided for station amenities including shelters, windscreens, kiosks, benches, trash receptacles, lighting, decorative paving, detectable warning strips, art work, all signage, bicycle racks and components, and other features. The design and placement of amenities shall facilitate pedestrian and wheelchair access to and within the stations, boarding and alighting from the buses, and enhance the comfort, safety and security of riders. The station environment shall provide for pedestrian circulation and waiting areas, along with public spaces for potential integration of public art. Passenger information and signage shall be developed specific to each station to inform riders about the station location, BRT and other transit routes servicing the station, the location of other BRT stations along the corridor, and nearby points of interest or destinations. Passenger information signage and electronic real time arrival displays (and announcements) shall be incorporated into kiosks or other station amenities. This discipline shall include incorporation of BRT branding elements developed by GRTC’s branding team and Consultant’s Public Outreach Manager in coordination with GRTC’s Marketing Department, including logos, signage and colors, landscaping and irrigation design, support for obtaining community design reviews and approvals, and cost estimating during design, construction and commissioning of the Architecture, Urban Design, Signage, Branding and Landscaping. Understanding and experience in working in the right-of-way, applicable City of Richmond and Henrico County Department of Public Works and VDOT community streetscape master plans and incorporation of the design features of historic events throughout the corridor with existing and planned developments is a vital component of the project to integrate the BRT stations and transit ways into the community. 4. Safety/Security, Fare Collection and Communications Systems Design This discipline includes various aspects of systems engineering to fully support the planning, design, operation and maintenance of new BRT systems such as CCTV cameras, emergency phones, lighting, ticket vending and validation machines. The functioning of each of these systems should be monitored from GRTC’s Operations Control center. Electrical service to power each system shall be 23

provided by the local electric utility, or where feasible, via solar systems integrated into the system components or mounted on the station shelters. The BRT system may use a combination of any of the following for communications: 1. Install continuous duct bank for (fiber optic) communications to TVMs, real time information displays, public address, lighting, telephone communication and CCTV cameras; 2. Install spare capacity conduct in communications duct banks; 3. Use wireless technology. The Consultant shall provide expertise on the team to provide the GRTC with an evaluation of the most cost-effective or flexible way to provide these system components and develop a System Operations and Maintenance Plan with Standard Operating Procedures (SOP) with input from GRTC’s IT Department. The Consultant shall develop concepts for equipment to be installed on station platforms to assist the GRTC in working with project stakeholders and the community to obtain input and acceptance for the design, and City of Richmond and Henrico County design approvals. This discipline shall include support for procurement and installation of equipment at the stations and at GRTC’s Operations Control center, support to manufacturers for development of systems (if necessary based on the BRT system requirements), support for third party and utility service agreements, support for public outreach and marketing and cost estimating during design, construction and commissioning of the Safety/Security, Fare Collection, and Communications Systems. 5. Intelligent Transportation Systems (ITS) Design This discipline includes various aspects of ITS engineering to fully support the planning, design and operation of ITS systems such as Transit Signal Priority (TSP) and Next Bus System real time arrival information. A needs assessment shall be completed along with an evaluation of available new TSP detection system technologies to determine feasibility of integration of the BRT service and its new equipment into GRTC’s existing Next Bus System. Once a technology is selected, power and communications along with the new devices will be provided. This discipline includes development of a Concept of Operations and System Requirements, design for procurement and installation of the equipment, support for system integration, support for third party agreements, construction and commissioning of the ITS Systems. 6. Traffic Studies, Signal Timing and Coordination This discipline includes traffic engineering services to complete tasks such as project studies, traffic modeling and simulation, level of service analysis for connections to feeder routes and evaluation of potential project mitigations, travel forecasting, assessment of TSP and signal coordination impacts on transit/BRT travel times in the corridor for use by GRTC in Service Planning, development of TSP and coordination timing plans, inventorying existing signal equipment, support for traffic signal controller software development and programming, support for programming TSP detection ranges, support for third party agreements, support for public outreach and marketing and cost estimating during the design, construction and commissioning of the BRT system. Coordinate all aspects of traffic, signal timing and TSP with City of Richmond Traffic Engineering Department, Henrico County Department of Public Works and VDOT. 7. Parking Studies and Design The BRT will have a number of impacts to on-street parking and some minor impacts to off-street parking. Commensurate with GRTC’s current practice of excluding on-street parking at all bus stops, on-street parking would be prohibited at all station areas, though most stations are already GRTC stops. Outside the station areas, on-street parking will be further reduced in areas with the dedicated guideway. The Consultant will be required to address the traffic impacts of the BRT to onstreet parking particularity as result of median and curbside guideway. The Consultant will develop methods of mitigation and avoidance to loss of on-street parking within the existing ROW. 8. Public Outreach, Marketing, and Branding Coordination Public outreach, marketing and branding coordination services shall be provided to support GRTC staff and our branding Consultant with specific tasks including policy and stakeholder engagement, meeting facilitation, public workshops, presentations to both private business groups and local 24

government Councils, Committees and the PAC/TAC groups, multi-faceted marketing and promotional campaigns, marketing collateral, targeted promotional materials, other promotional materials, media campaigns, and website development, design and support, and development of PowerPoint presentation materials. 9. City and County Agreements and Permits Specific tasks include support for development of third party (City) maintenance and use agreements and memorandums of understanding between GRTC and the City of Richmond and Henrico County. Coordination with City and County staffs and committees will be necessary to facilitate design reviews of preliminary and final design documents and PS&E for construction. Arrangements, attendance and preparation of minutes for design meetings with City and County staffs are to be included. GRTC will be responsible for executing all agreements and paying all fees. Additionally, the Consultant will assist GRTC in discussions with private property owners whose businesses might be negatively impacted by Station locations and/or construction. 10. VDRPT, VDOT and Other Authorities with Jurisdiction Agreements and Permits This discipline includes support for development of third party agreements and use agreements and memorandums of understanding between GRTC and the Commonwealth of Virginia and other authorities with jurisdiction along the corridor. Coordination with Virginia Department of Transportation (VDOT) and Department of Rail and Public Transportation (DRPT) and other agency staffs will be necessary to facilitate design reviews or preliminary and final design documents and PS&E for construction. The Consultant shall make arrangements, attend and prepare minutes for design meetings with VDOT and VADRPT and other staffs. The Consultant will be responsible for preparing all design review applications and any mandatory Design Exceptions required by VDOT and others. GRTC will be responsible for executing all agreements and paying all fees. 11. Operational Design and Integration The consultant will work with GRTC staff and the technical assistant on evaluating and making recommendations on fare structure, transfers, fare collection/enforcement, and integration with fixed-route and/or express service and a potential transfer center. 12. Policy Advisory Committee (PAC) and Technical Advisory Committee (TAC) Meetings The goal of the PAC/TAC is to develop a partnership among the various stakeholders to maximize the benefits of the project and consistency of the BRT system through multiple jurisdictions. The PAC/TAC provide opportunities to discuss on a regular basis the high level approach to planning and implementation of the BRT, refine proposed concepts and bring to light any special partnership arrangements necessary to construct, operate and maintain the BRT system. The Consultant is expected to make arrangements and participate in regular PAC/TAC meetings throughout the duration of the project. PAC/TAC meeting times are envisioned to coincide with key development periods. GRTC will be responsible for providing meeting accommodations and issuing invitations to participating stakeholders. The Consultant will assist with coordination of such meetings. The Consultant will prepare meeting agendas and presentation materials, assumed to into PowerPoint presentations and hand-outs, and for preparing meeting minutes and action items. 13. Construction Contract Packaging and Phasing The Consultant shall make recommendations to GRTC for contract packaging and phasing to help mitigate potential impacts during construction, adhere to the project schedule, and conform to requirements in the Third Party Agreements and Permits. 14. Design Project Management and Project Execution Plan, Quality Assurance and Integration This discipline task includes formulation of a Project Execution Plan, all the administrative, management, integration, engineering management, coordination of third party design reviews and permitting, support for public outreach and third party agreements, reporting and quality control functions needed to coordinate the work of other Consultant team members and to ensure delivery of an integrated design. 1. Quality Control Program – The Consultant shall establish a Program and procedures for Quality Control and Quality Assurance of its own work and sub-consultant’s work and perform Quality 25

Reviews of preliminary Engineering and Final Design documents, which include configuration management as a component of the Program and Procedures. The Consultant shall: a. Prepare project-specific Quality Program Plan that addresses FTA quality elements for design, design control, configuration control, etc. b. Assure documented promulgation of and adherence to the Program and procedures in the conduct of the work. c. Assure quality for all work when submitted as Draft for review. d. Convene Quality Control audits on a quarterly basis to assure compliance to the Quality Program Plan for its work and sub-consultant work and document their findings. e. Provide document control filing structure and a site for storage of all documents in electronic form. This site shall be accessible by assigned GRTC staff, Consultants and sub-consultants. When the work is completed turn over the site to GRTC. The site shall be protected from public disclosure. 2. Project Integration Program - The Consultant shall identify, develop, implement, and systematically document active programs for Project Integration. Aspects of the Project Integration will include at a minimum: a. Interface Integration 1. Civil/Systems checks 2. Systems/Systems checks 3. Architecture/Civil checks 4. Architecture/Systems checks 5. Private and Publicly-owned Utilities integration 6. Applicable codes and Regulations compliance b. Technical interface with local agencies to identify design needs and issues c. Regulatory Agencies Integration d. Project Design Commitments made in Third Party Agreements e. Private and Public Utilities Master Agreements f. Identification and resolution for Community Concerns (to the extent feasible), including development of Construction Impact Mitigation Plans for the City of Richmond. g. Conformance with GRTC’s Financial Controls and Reporting h. Review Preliminary Mapping provided by GRTC, the City and Henrico County, ensure its quality and completeness for use in Preliminary Engineering and Final Design and provide a plan for any required improvements to satisfy Preliminary Engineering requirements. i. Integration of potential corridor enhancement projects to be completed by others. j. Exhibits of urban design concepts will be provided for community review. 3. Project Execution Plan and Contract/Project Administration - Design project management responsibility will span from preliminary engineering, to final engineering, to support during bidding, award, and construction management and commissioning. Contract and project administration tasks shall include but not be limited to: a. Administering Sub-consultant contracts b. Submitting monthly progress reports to GRTC’s Project Manager, which includes information identifying progress on contract deliverables and trending against contract budgets and identifying and addressing variances. Progress reports shall also include identification of potential risk factors, an assessment of their likelihood and potential consequences and recommendations for mitigating them. c. Submitting monthly Disadvantaged Business Enterprise (DBE) and Small Business Enterprise Reports to GRTC’s Project Manager. d. Establishing and controlling Baseline Documents per the Consultant’s Quality Control program developed specifically for this project. e. Controlling uniformity in preparation of preliminary Engineering Documents. f. Tracking review comments, coordinate such comments, and respond in accordance with the Master Design review Schedule. g. Verifying and documenting that all concerns are addressed and, if required, included in the 26

Preliminary Engineering Documents. h. Preparing a Project Execution Plan (PEP). i. Creating the master design schedule. j. Preparing and submitting periodic project communications directed toward team members, GRTC Board of Directors and executives.

3-3 General Work Scope Elements The primary goal of the Consultant’s efforts shall be to provide Engineering and Architectural design services and products for the completion of the Preliminary Engineering phase of the BRT project to arrive at a baseline cost estimate, baseline schedule and a packaging and phasing plan with specified scope delivery methods for each contract package for final design, bidding and award, construction and commissioning. In order to achieve this goal, the following objectives shall be achieved during the PE phase by the Consultant:     

Establish a cost effective base design criteria, baseline estimate and schedule, and contract packaging and delivery action plan. Develop design solutions to all issues as described in the Project Background and Description and the Technical Proposal sections of this document or as they are raised during the PE process. Resolve architectural, urban design, signage, and landscaping issues with the community and stakeholders through the development of conceptual designs for BRT transitways, stations, and amenities. Further define BRT/ITS systems elements including TSP, real time information, station lighting, CCTV, and off-board ticket vending and provide an operations and maintenance plan for all items. Evaluate options and provide recommendations for communications and power to system elements.



Develop baseline mapping for existing ROW of the BRT corridor indicating all elements such as cross streets, intersections, setbacks, easements, fire hydrants, utilities, bus shelters and other amenities, light poles (and guy wires), sign poles, signal poles, inlet boxes, sidewalks, crosswalks, curb cuts, develop relocation plans as necessary for the above and for utility relocation and protection (as necessary) (including required property rights) to clear the bus lanes and stations for construction, and identify new utility services necessary to provide electrical and communication services to the BRT stations, transitways and traffic signals.



Prepare preliminary engineering (30%) plans to define extent of street reconstruction and rehabilitation, identify utility relocations (both private and municipal), environmental remediation (if necessary), environmental compliance mitigations as specified in the technical memos, and define any encroachments.



Assess the BRT impacts to on-street parking resources in the corridor and recommend opportunities for avoidance and/or mitigation of loss of parking.



Develop staging construction plans for BRT transitwayss, stations and intersections and resolve issues with the traffic, community and stakeholders during construction of the BRT. Also confirm approach/access of providing pedestrian and automobile access along the corridor and to adjacent properties during construction.



Identify major points of interface with third parties and develop a list of permits, regulatory approval processes, and agreements required for City/County/State project design approvals and for construction.



Perform first level of interdisciplinary interface integration.



Prepare detailed construction cost estimates in FTA Standard Cost categories broken down by 27

quantities. 

 

Conduct public outreach, media and public relations including maintenance of the project website, press releases, project handouts, branding and logo material, facilitation of project meetings and development of promotional and informational material for meetings with agencies and the public. Provide design project management, quality assurance and quality control services. Assist GRTC to develop the RFP for CMAR. Develop justification, tasks, and fee amount schedule/estimates for GRTC to use in negotiations for contract w/CMAR. Participate with the selected CMAR in design development meetings. In support of GRTC participate in the review/evaluation of bids and award of subcontracts of the CMAR including technical review, responses to RFI, substitutions, approved equals, etc.

The Consultant shall provide a detailed description of work tasks (including estimated hours, by task) of key staff for completion of the PE phase of the project. This will not only assist GRTC to technically evaluate the proposal, but later will serve as the base Scope of Services for negotiations and award of the contract. The Consultant shall provide descriptions of additional work tasks (and estimated hours) for the completion of subsequent phases of the project including final design, preparation of PS&E, permitting, bidding and award support, design services during construction and commissioning for evaluation by GRTC. The general work scope elements for each phase of the design services include the following: Preliminary Engineering A preliminary list of the expected work tasks to be completed by the Consultant for the Preliminary Engineering (PE) phase is as follows: 1. Review of supporting technical memos and other documents. 2. Data gathering, topographic surveys (if necessary) and mapping for site features, right-of-way and utilities. 3. Supplemental project studies - Traffic Studies, Parking Studies, Signal Timing and Coordination. 4. Prepare agreements and Permits with VDRPT, VDOT, City of Richmond, Henrico County and Other Authorities with Jurisdiction. 5. Assist GRTC Project Manager to develop CMAR RFP Scope of Work, Services, and fee structure. 6. Prepare 30% BRT Improvement Plans. 7. Prepare Preliminary Construction staging plans, traffic mitigations and access plans, and parking loss avoidance and mitigation plans; prepare detailed construction cost estimates in FTA Standard Cost categories broken down by quantities. 8. Prepare Operations and Maintenance Plan for BRT systems including waste management during and after construction. 9. Prepare Operations and Systems Requirements for ITS development. 10. Right-of-Way Engineering/Support 11. Utility Coordination. 12. Coordinate Third Party Design Reviews. 13. Support Development of Third Party Agreements 28

14. PAC/TAC meetings. 15. Public Outreach and Marketing. 16. Prepare Contract Packaging and Phasing Plan 17. Design Project Management including: a. Quality Control Program b. Project Integration Program c.

Project Execution and Contract and Project Administration

The Consultant is encouraged to expand on or revise the task list as necessary to complete the Preliminary Engineering phase of the project.

Final Design The goals and expected tasks for Final Design of the BRT will be negotiated with the Consultant prior to authorization to proceed with the work. A preliminary list of tasks to be completed by the Consultant for the Final Design Phase is as follows: 1. Supplemental Data Gathering, Topographic Surveys (if necessary) and Mapping. 2. Prepare Preliminary (30% to 60%) PS&E. Just prior to completion of 30% PS&E GRTC will award a Construction Manager at Risk contract to assist the Consultant during design as well as act as the General Contractor during construction. A Guarantee Maximum Price (GMP) will be obtained from the CMAR at the 60% design phase. The Consultant is to work, assist, coordinate with, and incorporate appropriate project design input with the CMAR in this design phase. The contractual agreement with the CMAR is with GRTC. 3. Prepare Design Development documents (60% - 90%) Plans, Specifications, and Final Cost Estimated (PS&E). 4. Prepare detailed designs for the BRT Systems and ITS elements. 5. Prepare 100% PS&E for use by GRTC and the CMAR in permitting and constructing the BRT improvements. 6. Prepare Final Construction Staging Plans, traffic control and access plans, street parking loss avoidance and mitigation plans, and waste mitigation plans. 7. Develop detailed TSP and signal coordination timings. 8. Perform Right-of-Way Engineering/Support. 9. Coordinate Third Party Design Reviews along with the CMAR. 10. PAC/TAC meetings. 11. Design Project Management including: a. Quality Control Program b. Project Integration program

29

c.

Contract and Project Administration

The Consultant is encouraged to expand on or revise the task list as necessary to complete the Final Design Phase of the project.

Permitting The list of expected permits for construction of the BRT improvements will be updated during the Preliminary Engineering phase of the project. A preliminary list of tasks to be completed by the Consultant for permitting is as follows: 1. Prepare Plan Review Applications including copies of all materials necessary for Design Reviews) for GRTC, City of Richmond, County of Henrico, VDOT, VDRPT, and other jurisdictions with authority. 2. Coordinate design reviews and meetings with permitting Agencies. 3. Update project PS&E related to comments received from permitting Agencies and resubmit for additional reviews as necessary. 4. Design Project Management including: a. Quality Control Program b. Project Integration Program c.

Contract and Project Administration

The Consultant is encouraged to expand on or revise the task list as necessary to complete the Permitting Phase of the project.

Design Services During Construction A preliminary list of tasks to be completed by the Consultant for Design Services during construction is as follows: 1. Participate in Pre-Construction Conferences. 2. As Engineer–of-Record provide reviews/recommendations/responses of CMAR Submittals, Shop Drawing review and material approvals, Approved Equals, and Substitutions and cost basis for approval. 3. Provide reviews/recommendations/responses to CMAR Requests for Information. 4. Assist GRTC with Change Order reviews and evaluations/estimates/recommendations/ responses and preparation of documents. Cost estimates shall include material quantities and direct and indirect costs, and an analysis of the Contractor’s proposal for alternate methods and materials. In addition, the Consultant will prepare all necessary change order documents, designs, specifications, cost estimates, schedule analysis, etc. as required by GRTC for effective change order evaluation, negotiation and construction. 5. Participate in regular construction status and coordination meetings. As necessary throughout the construction period and post-construction period, the Consultant will provide the required technical expertise necessary to respond to any design document related question, request for clarification, etc. This service shall be available for issues brought forward by GRTC, the CMAR, his subcontractors, or any related or impacted Federal, State, County or municipal entity. 30

6. Construction Management/Inspections and Special Inspections/Quality Assurance & Quality Control – This responsibility includes all activities of the overall construction management function that determine quality control and assurance functions, procedures, and responsibilities for construction, system installations, and integration of system components. Such items include daily and special inspections and material testing – tests shall be performed to verify the basic strength of materials/and/or fabrication and construction techniques. The Consultant will be required to provide a Special Inspector to comply with City of Richmond and County of Henrico standards. Testing plans should be done to organize inspection and testing to ensure adequate control over the work to verify acceptability. These plans should control the progress of the work to provide evidence of acceptability and to discover nonconforming conditions at the earliest time. 7. Designate a representative having defined authority and responsibility as the Engineer ofRecord. Establish procedures to maintain and control nonconforming work. Investigate nonconforming work and action needed to prevent recurrence. Document and implement corrective actions. 8. Design Project Management including: a. Quality Control Program b. Project Integration Program c.

Contract and Project Administration

The Consultant is encouraged to expand on or revise the task list as necessary to complete the Design Services during Construction Phase of the project. Commissioning Services/Project Close-Out A preliminary list of tasks to be completed by the Consultant for Commissioning Services and Project Close-Out is as follows: 1. Operational Start-Up and Testing – prior to accepting the project, the Consultant is to activate and test all operational systems including but not limited to – TSP, ITS, electrical, communications, real-time, solar trash receptacles (if provided), lighting, CCTV cameras, passenger information displays, fare and ticket validation machines, system maps, BRT route maps and schedules, realtime schedule information at kiosks, etc. Establish and implement procedures to maintain and control nonconforming work. Investigate nonconforming work and action needed to prevent recurrence. Document and implement corrective actions. 2. Provide Final Project Integration Program checks. 3. Prepare intersection timing sheets for TSP and signal coordination and assist the City of Richmond and Henrico County with timing input as necessary. 4. Assist with fine tuning TSP and signal coordination timings. 5. Project Close-Out – The Consultant will participate in the inspection and development of the final punch list to be received by the CMAR prior to Final Acceptance. The Consultant will provide the necessary services to qualify or not qualify the project as “substantially complete” and offer documented notification of the same. As the Engineer-of-Record, the Consultant will participate in the final project inspection following completion of punch list activities, and provide GRTC with formal written notification of project acceptance. 6. Design project Management including: a. Quality Control Program 31

b. Project Integration Program c.

Contract and Project Administration

The Consultant is encouraged to expand on or revise the task list as necessary to complete the Commissioning Services/Project Close-Out Phase of the project.

3-4 Scope of Work for Small Starts Program Grant Application Development and Submittal It is the intention of GRTC to fund 50% of the project costs with a TIGER Grant; however, the completed Environmental Assessment (EA), Alternatives Assessment (AA), and cost estimates were developed using FTA guidance and staged with the intent of meeting the requirements of the FTA Section 5309 Capital Investment Grant Small Starts Program application. If GRTC is unsuccessful in obtaining TIGER funding, the project funding plan calls for submittal of a Small Starts Program Grant application for funding of the Final Design and Construction components. Therefore the following scope of work is contingent upon GRTC‘s need to employ said application; however, the scope of work under this section is considered a part of the Preliminary Engineering (PE) Phase and if required shall be completed within the same PE scope schedule. Under the rules of the Small Starts program, an application for funding is submitted once PE phase is completed, which is expected by August 2015. The selected Consultant (Prime and Sub-consultants) should demonstrate the technical qualifications and experience to prepare the necessary readiness documentation, development and assembly of a grant application for GRTC’s submittal for Small Starts funding. Such materials shall be required to meet the measures and methods for Small Starts evaluation criteria and rating process for calculating the project justification and local financial commitment criteria. 1. Consultants shall address each of the following Small Starts evaluation criteria and rating processes and the before and after study requirements. Consultants are advised, they do not st cover new items included in Moving Ahead for Progress in the 21 Century Act (MAP-21) that have not yet been the subject of a rulemaking process such as: the core capacity improvement program evaluation and rating process; the program of interrelated projects evaluation and rating process; the pilot program for expedited project delivery; the measures and breakpoints for ratings for congestion relief criterion; and the process for an expedited technical capacity review for project sponsors that have recently and successfully completed at least one new fixed guideway or core capacity project. They also do not cover how steps in the Small Starts process will be implemented by FTA because of changes made in MAP-21 to those steps. Those items will be the subject of future interim policy guidance and rulemaking, and the Consultant should be advised there may be required revisions to their work under this scope after an opportunity for public comment to the final rules. The following individual and summary criteria for Small Starts evaluation criteria, rating processes and required documentation in preparation for application and submittal are: a. b. c. d. e. f. g. h. i. j. k.

Mobility Improvements Environmental Benefits Congestion Relief Cost-Effectiveness Economic Development Land Use Current Condition Commitment of Funds Reliability/Capacity Project Justification Local Financial Commitment

Travel Demand Modeling - Specifically addressing Mobility Improvements, Cost Effectiveness, 32

and Environmental Benefits measures, FTA arrays the travel time benefits, ridership estimates and vehicle miles traveled (VMT) data against the associated costs. Building off of previous analysis sponsored by DRPT (the analysis will be made available to the selected Consultant), the Consultant is to continue travel demand modeling for the update of the build alternative, prepare the analysis in accordance with the FTA Small Starts evaluation criteria listed above, and provide support for the development of the application to FTA. The Consultant is to secure FTA approval of the travel demand forecasting approach and resulting forecasts. The key to satisfying the FTA evaluation criteria is to find the optimal blend of project elements, project benefits and associated project costs. 2. The Consultant will assemble all materials that are required for the Small Starts Application, verifying and checking source data for consistency and completeness relative to the FTA template. The materials will be reviewed by senior Consultant staff experienced on other FTA Small Starts Applications, and any inconsistencies or omissions will be addressed. The Consultant shall prepare the Case for the Project Document. It should identify substantive benefits backed by demonstrable analytical results – not assertions. Reasons for the benefits should be explained, and evidence for such conclusions provided. The analysis should extend beyond a justification for why a given corridor is in need of improvement to why the proposed project is better than any other reasonable transportation investment in the corridor. The Case for the Project should contain: a. b. c. d. e. f. g. h.

Project Identification Setting Current Conditions Conditions in the Expected Opening Year of the Project Purpose of the Project Merits of the Project Uncertainties Summary

3. Draft FTA Small Starts Template – The Consultant team will prepare the draft Small Starts Template that FTA requests for mid-review. This entails putting all of the information gathered and developed into FTA templates, ensuring that links within the template are functioning properly and checking the output for correctness and consistency. The Consultant will package the template document with all reference documents from the AA/EA processes for submittal to FTA, providing references as needed between the template and the source documents. The criteria in the certification of technical methods and planning assumptions will be reviewed with DRPT, GRTC, and FTA to ensure that all parties are comfortable that the project can be certified. Also the cost tables and productivity factors used in the cost calculations will be reviewed with FTA at this time if they have not been already approved by FTA. 4. Assembly of the Small Starts Application – The Consultant will assemble final documents, application and submittal package in this task, including incorporating any comments received from FTA on the draft submittal. This task includes preparation of a presentation on the final application package and attendance at one meeting of the study team with FTA. Additionally, the Consultant will be available to coordinate with the study team and FTA for any follow-up questions until the end of the contract. This will also cover additional project management efforts related to the extension of the project effort through the application process. Both the capital and O&M costs may require further revisions in response to revisions from FTA, Stakeholder, and/or Public meetings, or to downward revisions to the travel demand forecast, or lower levels of local funding. If the cost estimates need to be revised, it will be necessary to incorporate these changes into both the Small Starts templates and the financial cost model. It will be the responsibility of the Consultant to make such revisions. If FTA requires that the Build Alternatives be modified (e.g. include additional routes on bus lanes, test assumptions with the consolidated stations, etc.), it will be necessary to revise the service and facility assumptions for this alternative. These changes in turn would require updates to the O&M cost model, capital costs, and definition of alternatives presented in the Environmental Assessment.

33

3-5 Additional Meetings and Presentations Additional PAC/TAC, Stakeholder Meetings, GRTC Board of Director/City or County Presentations, and/or Public Meetings – The Consultant will provide PowerPoint presentation(s) that can be adapted to present the relevant aspects of the project and application to the above groups. It is assumed the Consultant along with GRTC’s Project Manager and DRPT’s Project Manager will give the presentations. The Consultant will prepare a PowerPoint presentation and boards to be displayed at the meetings, as well as a handout and comment form. Electronic PowerPoint file copies of all presentations must be provided to GRTC. GRTC will retain the right to edit, reuse, and/or deliver the presentations at any time.

34

ATTACHMENT A: VENDOR CHECKLIST

(to verify that all necessary documents are included) This form must be completed and returned with the technical proposal. Failure to return this form may be cause for considering your proposal non-responsive.

Cover Letter RFP Cover Page Attachment A Vendor Checklist Attachment B Proposal Affidavit Attachment C Addendum Page Attachment D Request for Clarification/Approved Equal Attachment E Ineligible Proposers Certification (prime contractor) Attachment F Ineligible Proposers Certification (subcontractors) Attachment G Non-Collusion Affidavit Attachment H Federal Lobbying Certification Attachment I Firm Data Sheet Attachment K DBE Letter of Intent Attachment L DBE Affidavit Attachment M DBE Unavailable Certification Attachment O SWAM Letter of Intent Attachment P SWAM Affidavit Attachment Q SWAM Unavailable Certification Notice of Exception Qualifications and Capabilities of the Firm(s) Related Experience and References Technical Proposal Proposer’s DBE Program Proposer’s SWAM Program Fee Proposal (separate)

35

Vendor Check-Off

GRTC Check-Off

________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________

________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________ ________

ATTACHMENT B: PROPOSAL AFFIDAVIT FOR: ENGINEERING TECHNICAL SERVICES

The undersigned hereby declares that he/she has carefully read and examined the Advertisement, the Statement of Work, Form Agreement, the Specifications, Warranty and Quality Assurance Requirements with all supporting certificates and affidavits for the provision of goods and services specified at the price stated in the fee proposal.

SIGNED :

TITLE:

FIRM NAME : Subscribed and sworn to before me this Notary Public

day of

My Commission Expires:

36

_ , 20____

FEE PROPOSAL FOR BRT PROFESSIONAL ENGINEERING & ARCHITECTURAL DESIGN SERVICES SUBMIT SEPARATELY FORMAT (to be submitted for each company proposed on the project)

Hours Required

Position Title or Discipline

Total Overhead Rate Subtotal – Salary and Overhead Fixed Fee Direct Expenses TOTAL COST FOR TASK

37

Hourly Rate

Total Labor

ATTACHMENT C: ADDENDUM PAGE

The undersigned acknowledges receipt of the following addenda to the Documents. (Give number and date of each) Addendum Number

Dated

Addendum Number

Dated

Addendum Number

Dated

Addendum Number

Dated

Addendum Number

Dated

Addendum Number

Dated

Addendum Number

Dated

Failure to acknowledge receipt of all addenda may cause the proposal to be considered nonresponsive to this Request for Proposal, which will require rejection of the proposal.

Signature

Title

38

ATTACHMENT D: REQUEST FOR CLARIFICATION / APPROVED EQUAL

DATE: _________________________________________

PROPOSER: ___________________________________

SECTION:

______ ____

PAGE: _______________

PROPOSERS REQUEST:

GRTC RESPONSE: APPROVED DENIED COMMENTS:

GRTC SIGNATURE

DATE

39

ATTACHMENT E: INELIGIBLE PROPOSERS CERTIFICATION (Prime Contractor)

The Contractor certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or involuntarily excluded from participation in this transaction by any Federal Department or Agency. Where the Contractor is unable to certify to any of the statements in this certification, such Contractor shall attach an explanation to this proposal. Contractor (Name) certifies or affirms the truthfulness and accuracy of the contents of the statement submitted on or with this certification and understands that the provisions of 31 U.S.C. Sections 3801 ET Seq. are applicable thereto.

AUTHORIZED OFFICIAL:

SIGNATURE:

ATTORNEY'S SIGNATURE:

DATE:

40

ATTACHMENT F: INELIGIBLE PROPOSERS CERTIFICATION (Subcontractors)

The Lower Tier Participant (Applicant for a third party subcontract or sub-grant under an Federal Transit Administration Project), , certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, of involuntarily excluded from participation in this transaction by any Federal Department or Agency. Where the Lower Tier Participant (Applicant for a third party subcontract or sub-grant under a Federal Transit Administration Project) is unable to certify to any of the statements in this certification, such Contractor shall attach an explanation to this proposal. The Lower Tier Participant (Applicant for a third party subcontract or sub-grant under a Federal Transit Administration Project) certifies or affirms the truthfulness and accuracy of the contents of the statement submitted on or with this certification and understands that the provisions of 31 U.S.C. Sections 3801 ET Seq. are applicable thereto.

AUTHORIZED OFFICIAL:

SIGNATURE:

ATTORNEY'S SIGNATURE:

DATE:

41

ATTACHMENT G: NON-COLLUSION AFFIDAVIT

Affidavit of Non-Collusion I hereby swear (or affirm) under the penalty for perjury: 1.

That I am the proposer (if the proposer is an individual), a partner in the proposal (if the proposer is a partnership), or an officer or employee of the proposing corporation having authority to sign on its behalf (if the proposer is a corporation);

2.

That the attached proposal(s) has been arrived at by the proposer independently and has been submitted without collusion and without any agreement, understanding, or planned common course of action with any other vendor or materials, supplies, equipment, or service described in the request for proposals, designed to limit independent proposals or competition;

3.

That the contents of the proposal(s) have not been communicated by the proposer or its employees or agents to any person not an employee or agent of the proposer or its surety on any bond furnished with the proposal(s), and will not be communicated to any such person prior to the official opening of the proposal(s); and

4.

That I have fully informed myself regarding the accuracy of the statements made in the affidavit: Signed Firm Name

Subscribed and sworn to before me this

day of

, 20

Notary Public My Commission expires

, 20

Proposer's E.I. Number Federal Tax Return)

(number used on Employer's Quarterly

42

ATTACHMENT H: FEDERAL LOBBYING CERTIFICATION

The undersigned certifies to the best of his/her knowledge and belief, that: (1)

No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of ANY federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2)

If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with THIS federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

(3)

The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. By: (Signature of Company Official)

(Date)

(Official's Title)

43

ATTACHMENT I: FIRM DATA SHEET

The prime contractor is responsible for submitting the information requested below on all firms on the project team, both prime and all subcontractors. All firms are to be reported on one combined sheet unless the number of firms requires the use of an additional sheet. Failure to submit complete data will result in the Expression of Interest not being considered. Firm’s Name and Address

DBE Status*

* Y = DBE Firm Certified by VDMBE N = DBE Firm Not Certified by VDMBE

Firm’s Age

Firm’s Annual Gross Receipts

NA = Firm Not Claiming DBE Status IP = Certification w/VDMBE In-Process

44

ATTACHMENT J: DBE LETTER OF INTENT

To: ______________________________________________________ (Name of Prime Contractor) The undersigned intends to perform work in connection with the above project as a DBE (check one) ______________________ individual _____________________ corporation ______________________ partnership _____________________ joint venture. The Disadvantaged Business status of the undersigned is confirmed: (a) on the reference list of Disadvantaged Business Enterprises dated ___________, or (b) on the attached Disadvantaged Business Enterprise Identification Statement. The undersigned is prepared to perform the following work in connection with the above project (Specify in detail particular work items or parts thereof to be performed): _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ At the following price: _____________________________________________________________________ You have projected the following commencement date for such work, and the undersigned is projecting completion of such work as follows: Items

Projected Commencement Date

Projected Completion Date

The above work will not be sublet to a non-Disadvantaged Business Enterprise at any tier. The undersigned will enter into a formal agreement for the above work with you, conditioned upon your execution of a contract with GRTC. Date ___________________

_________________________________________ Name of Disadvantaged Business Enterprise By ________________________________________

45

ATTACHMENT K: DBE AFFIDAVIT

STATE OF ________________________________

(Date ___________________)

COUNTY OF ______________________________ The undersigned being duly sworn, deposes and says that he/she is the (sole owner, partner, president, treasurer or other duly authorized official of a corporation) of _____________________________________________________________________ (Name of DBE) and certifies that since the date of its certification by VDMBE (Virginia Department of Minority Business Enterprise), the certification has not been revoked nor has it expired nor has there been any change in the minority status of _____________________________________________________________________. (Name of DBE)

_____________________________________________________________________ (Signature and Title of Person Making Affidavit)

Sworn to before me this __________ day of _______________________, 20_______

____________________________________ (Notary Public) NOTE: The offeror must attach the DBE’s most recent certification letter or document to this affidavit.

46

ATTACHMENT L: SWAM LETTER OF INTENT

_________________________________________________________________________ (Name of Proposer) is committed to using the SBE, WBE and/or MBE-certified businesses listed below in the performance of the contract resulting from this solicitation. Instructions to Prime Proposer: List the names of the SWAM businesses your firm intends to use during the performance of this contract. State whether each business is a SBE, WBE or MBE. Briefly identify the role of each business in the performance of the contract, and the amount (i.e., dollar value) of the work to be performed by each business. Use additional pages if necessary. Name of Businesses:

SBE, WBE or MBE

Role in contract

Amount ($)

_________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________

Total Commitment for Utilization of SWAM Businesses: $___________________________, representing _______________ % of the total proposal price. Offeror understands and acknowledges that the percentages stated above represent a commitment by the Offeror to utilize SWAM businesses.

Date ___________________

______________________________________________ Signature ______________________________________________ Name/ Title (Print) 47

ATTACHMENT M: SWAM AFFIDAVIT

STATE OF ________________________________ COUNTY OF ______________________________ The undersigned being duly sworn, deposes and says that he/she is the ________________ ________________________________________________ (sole owner, partner, president, treasurer or other duly authorized official of a corporation) of _________________________ _______________________________________________________ (Name of SWAM firm) which intends to perform the following work on this contract: _________________________? _________________________________________________________________________ (Brief description of role in contract / work to be performed) at a cost of $______________________ (Amount). The undersigned certifies that: ______________________________________________ (Name of SWAM firm) is currently certified by the VDMBE as a SBE, WBE or MBE. The undersigned also certifies that since the date of its certification by VDMBE, the certification has not been revoked, nor has it expired, nor has there been any change in the status of the firm that would change the firm’s certification. _________________________________ (Signature)

____________________________________ (Name, Printed)

Sworn to before me this __________ day of _________________, 20_______ ___________________________________ (Notary Public) NOTE: The Offeror must attach a copy of the SWAM’s most recent certification letter or document to this affidavit.

48