View
1
Download
0
Category
Preview:
Citation preview
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS i February 13, 2014
Request for Qualifications
General Instructions
REQUEST FOR STATEMENTS OF
QUALIFICATIONS
NO. 14-094
CL-2014-135
NORTHERN 215 BELTWAY & ARTERIAL
INTELLIGENT
TRANSPORTATION SYSTEMS (ITS)
Issued: February 13, 2014
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS ii February 13, 2014
Request for Qualifications
General Instructions
This page intentionally left blank
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS i February 13, 2014
Request for Qualifications
General Instructions
TABLE OF CONTENTS
PURCHASING & CONTRACTS CONFIRMATION FORM
1.0 INTRODUCTION AND GENERAL INFORMATION ................................................................ 3
1.1 ABBREVIATIONS AND DEFINITIONS ................................................................................... 3
1.1.1 Abbreviations ................................................................................................................... 3
1.1.2 Definitions ....................................................................................................................... 4
1.2 PROJECT GOALS ....................................................................................................................... 7
1.3 ROLE OF THE RTC .................................................................................................................... 7
1.4 ROLE OF THE DESIGN-BUILDER ........................................................................................... 8
1.5 PRINCIPAL PARTICIPANTS, DESIGNER AND SUBCONTRACTORS ............................... 8
1.6 PROJECT SCHEDULE ................................................................................................................ 9
1.7 CONTRACT TYPE ...................................................................................................................... 9
1.8 PAYMENT AND LIQUIDATED DAMAGES ........................................................................... 9
1.9 GOVERNING LAW ..................................................................................................................... 9
1.10 QUALITY CONTROL/QUALITY ASSURANCE ..................................................................... 9
1.11 INSURANCE, BONDING, LICENSING AND SECURITIES ................................................... 9
1.12 RESTRICTIONS ON LOBBYING AND RTC CONTACTS .................................................... 10
1.13 COST .......................................................................................................................................... 10
1.14 INELIGIBLE FIRMS ................................................................................................................. 10
1.15 PRE-SOQ MEETING ................................................................................................................. 11
1.16 CONFLICTS OF INTEREST ..................................................................................................... 11
1.17 BIDDER’S PREFERENCE ........................................................................................................ 13
2.0 PROCUREMENT PROCESS ........................................................................................................ 13
2.1 OVERALL PROCUREMENT PROCESS ................................................................................. 14
2.1.1 RFSOQ Step .................................................................................................................. 14
2.1.2 RFP Step ........................................................................................................................ 14
2.2 PROCUREMENT SCHEDULE ................................................................................................. 15
2.3 RESPONDENT QUESTIONS ................................................................................................... 15
2.4 RFSOQ ADDENDA ................................................................................................................... 15
2.5 NOTIFICATION OF FIRMS ON THE SHORT-LIST ............................................................. 16
3.0 EVALUATION PROCESS FOR THE STATEMENT OF QUALIFICATIONS ..................... 16
3.1 EVALUATION OBJECTIVES .................................................................................................. 16
3.2 REVIEW AND EVALUATION OF THE STATEMENT OF QUALIFICATIONS................. 16
3.3 EVALUATION FACTORS FOR THE STATEMENT OF QUALIFICATIONS ..................... 16
3.3.1 Pass/Fail Evaluation Factors .......................................................................................... 16
3.3.2 Qualification Evaluation Factors ................................................................................... 17
3.4 REQUESTS FOR CLARIFICATION ........................................................................................ 20
3.5 DETERMINATION OF THE SHORT-LIST ............................................................................. 20
3.6 CHALLENGE ............................................................................................................................ 21
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS ii February 13, 2014
Request for Qualifications
General Instructions
4.0 STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS ............................ 21
4.1 DATE AND TIME OF RECEIPT .............................................................................................. 21
4.2 SUBMITTAL ADDRESS .......................................................................................................... 21
4.3 PAGE LIMIT, FORMAT AND QUANTITIES ......................................................................... 21
4.4 CONTENT OF STATEMENT OF QUALIFICATIONS ........................................................... 21
4.4.1 Confidential/Proprietary Information ............................................................................ 22
4.4.2 Evaluation Factor Objectives and Requirements ........................................................... 23
4.4.2.1 PACKAGE A – BACKGROUND AND CERTIFICATIONS ............................... 23
TAB A-1 Submittal Letter ............................................................................................. 23
TAB A-2 Evidence of good standing and licenses; Authorized Execution ................... 23
TAB A-3 Statutory Statement on Past Performance...................................................... 24
TAB A-4 Bonding, Insurance, Financial and Related Information ............................... 24
4.4.2.2 PACKAGE B – QUALIFICATION EVALUATION FACTORS.......................... 25
TAB B-1 Staffing Plan and Management//Organizational Structure of Team .............. 25
TAB B-2 Qualifications, Experience and References ................................................... 26
TAB B-3 Work Plan ...................................................................................................... 27
TAB B-4 Local Knowledge and Experience ................................................................. 27
TAB B-5 Subcontracting Plan ....................................................................................... 28
TAB B-6 Safety ............................................................................................................. 28
TAB B-7 Geographical Eligibility ................................................................................ 29
5.0 PROTESTS ...................................................................................................................................... 30
6.0 RTC RIGHTS AND DISCLAIMERS ........................................................................................... 32
6.1 RTC RIGHTS ............................................................................................................................. 32
6.2 RTC DISCLAIMERS ................................................................................................................. 33
7.0 RESOLUTION 315 ......................................................................................................................... 33
8.0 EQUAL EMPLOYMENT OPPORTUNITY ............................................................................... 34
9.0 COMPLIANCE WITH APPLICABLE LAWS ........................................................................... 34
EXHIBITS
Exhibit 1 SUBMITTAL LETTER FORM
Exhibit 2 PROJECT SCOPE OF WORK
Exhibit 3 RESOLUTION 315 – FUEL REVENUE INDEX
PURCHASING & CONTRACTS
CONFIRMATION FORM
If you are interested in this invitation, immediately upon receipt, please email this
confirmation form to the email address provided at the bottom of this page.
Failure to do so means you are not interested in the project and do not want any associated
addenda information or other project notifications emailed to you.
SUPPLIER ACKNOWLEDGES RECEIVING THE FOLLOWING DOCUMENT:
RFSOQ NO. 14-094, CL-2014-135
PROJECT: NORTHERN 215 BELTWAY & ARTERIAL ITS
PURCHASING REPRESENTATIVE: DEBRA COLEMAN, C.P.M.
SUPPLIER MUST COMPLETE THE FOLLOWING INFORMATION:
Company Name: ________________________________________________________
Company Address: ______________________________________________________
City / State / Zip: ________________________________________________________
Contact Name / Title: _____________________________________________________
Area Code/Telephone Number: _____________________________________________
Area Code/Fax Number: ___________________________________________________
Email Address: __________________________________________________________
EMAIL THE COMPLETED CONFIRMATION FORM TO:
colemand@rtcsnv.com
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 3 February 13, 2014
Request for Qualifications
1.0 INTRODUCTION AND GENERAL INFORMATION
This Request for Statements of Qualifications (RFSOQ) is issued by the Regional Transportation
Commission of Southern Nevada (RTC) to select a limited number of qualified Design-Builders (DB) for
a design, construct, and conduct other identified activities for the Northern 215 Beltway & Arterial
Intelligent Transportation System (ITS) project.
Statements of Qualifications (SOQs) will only be accepted from DB Respondents intending to provide all
services required under the Contract. Responses from individual engineering, construction, or consultant
firms not offering to provide all required services will not be accepted.
It is imperative that you fill out and return the confirmation page to Debra Coleman at
colemand@rtcsnv.com immediately, or you will not receive any additional information regarding the
solicitation (including addendum notices). Each Respondent is responsible for acknowledging in its
submittal letter that it has received all addenda issued. A list of potential respondents will be generated
from these confirmation pages and will be updated on the website regularly.
This RFSOQ is being issued subsequent to the projects approved under Fuel Revenue Indexing.
1.1 ABBREVIATIONS AND DEFINITIONS
This RFSOQ includes abbreviations and specific defined terms as indicated below.
1.1.1 Abbreviations
CFR Code of Federal Regulations
DB Design-Build
DBE Disadvantaged Business Enterprise
DRB Disputes Review Board
FHWA Federal Highway Administration
IA Independent Assurance
ITR Instructions to Respondents
ITS Intelligent Transportation System
JV Joint Venture
LD Liquidated Damages
LLC Limited Liability Company
N/A Not Applicable
NDOT Nevada Department of Transportation
NRS Nevada Revised Statute
NTP Notice to Proceed
PI Public Information
QA Quality Assurance
QC Quality Control
QCM Quality Control Manager
RFP Request for Proposals
RFSOQ Request for Statements of Qualifications
RTC Regional Transportation Commission of Southern Nevada
ROW Right(s)-of-Way
SOQ Statement of Qualifications
US United States
US DOT United States Department of Transportation
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 4 February 13, 2014
Request for Qualifications
1.1.2 Definitions
“Addenda/Addendum” means supplemental additions, deletions, and modifications to the
provisions of the RFSOQ after the Advertisement date of the RFSOQ.
“Advertisement” means a public announcement inviting prospective Respondents to obtain a
Request for Qualifications (RFSOQ) and submit a SOQ. The Advertisement shall include a brief
description of the Work proposed to be the subject of the procurement, with an announcement
where the RFSOQ may be obtained, the terms and conditions under which SOQ will be received,
and such other matters as the RTC may deem advisable to include therein.
“Affiliate” means the following:
A) Any Person which directly or indirectly, through one or more intermediaries, controls, is
controlled by, or is under common control with the following:
1) The Design-Builder; or
2) Any other Principal Participant.
B) An Affiliate may also be any Person for which 10% or more of the equity interest in such
Person is held directly or indirectly, beneficially or of record, by the following:
1) The Design-Builder;
2) Any Principal Participant; or
3) Any Affiliate of the Design-Builder under part (A) of this definition.
For purposes of this definition, the term “control” means the possession, directly or indirectly, of
the power to cause the direction of the management of a Person, whether through voting
securities, by contract, by family relationship, or otherwise.
“Contract” means the written agreement between the RTC and the Design-Builder setting forth the
obligations of the parties thereunder, including, but not limited to, the performance of the Work,
the furnishing of labor and material, and the basis of payment. The Contract includes the Contract
Documents identified in the RFSOQ.
“Contract Documents” means the Design-Build Contract, Design Requirements, Performance
Specifications, any Addenda or amendment to the documents listed above, and all provisions
required by law to be in the Contract whether actually included or incorporated by reference.
Whenever separate publications are referenced in the Contract Documents, it is understood to
mean the publication, as amended, which are current on the date of Advertisement, unless
otherwise noted.
“Deficiency” means a material failure of a Statement of Qualification to meet the RTC’s
requirements in a SOQ that increases the risk of unsuccessful Contract performance to an
unacceptable level.
“Design-Build” means the Project’s delivery method under which the RTC contracts with a single
entity that has responsibility for the design and construction of the Project under a single contract
with the RTC.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 5 February 13, 2014
Request for Qualifications
“Design-Builder” means the private partner selected pursuant to the RFP that enters into the
Contract with the RTC to design and construct the Northern 215 Beltway & Arterial Intelligent
Transportation System (ITS) project (also referred to as the “Design-Build Team.
“Designer” means a Principal Participant or designer that leads the team furnishing or performing
the design of the Project.
“Disadvantaged Business Enterprise” means a for-profit small business concern which meets the
definition set forth in 49 Code of Federal Regulations (CFR) Part 26.
“Governing Body of the RTC” means the elected representatives of the entities of Clark County,
Nevada, including the County of Clark and the cities of Las Vegas, North Las Vegas, Henderson,
Boulder City and Mesquite, who make up the voting membership of the Regional Transportation
Commission of Southern Nevada.
“Independent Assurance” means activities that are an unbiased and independent evaluation of all
the sampling and testing procedures, equipment calibration, and qualifications of personnel
(Design-Builder’s or RTC’s) used in the Acceptance Program, including the Design-Builder’s
Quality Control (QC).
“Key Personnel” means the Design Builder’s Project Manager, Design Manager, Construction
Manager, Quality Control Manager, Safety Manager, and Project Scheduler.
“Lead Principal Participant” means the Principal Participant that is designated by the Respondent
as having the lead responsibility for managing the Design-Builder’s organization.
“Person” means any individual, firm, corporation, company, Limited Liability Company (LLC),
Joint Venture (JV), voluntary association, partnership, trust, or unincorporated organization, or
combination thereof.
“Principal Participant” means any of the following entities:
A) The Design-Builder (or Respondent);
B) An individual firm, all general partners or JV members of the Design-Builder (or
Respondent); and/or
C) All Persons and legal entities holding (directly or indirectly) a 15% or greater interest in
the Design-Builder (or Respondent).
“Public-Private Partnership” or “P3” means a contract entered into by the RTC and a private
partner under which the private partner:
A) Assists the RTC in defining a project and negotiates terms for potentially carrying out the
planning, designing, financing, constructing, improving, maintaining, operating or acquiring
rights-of-way for, or any combination thereof, the project or any portion thereof; or
B) Assumes responsibility for planning, designing, financing, constructing, improving,
maintaining, operating or acquiring rights-of-way for the project or any portion thereof.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 6 February 13, 2014
Request for Qualifications
“Project” means the improvements to be designed and constructed by the Design-Builder and all
other Work product to be provided by the Design-Builder in accordance with the Contract
Documents.
“Proposal” means the offer of the Proposer for the Work, when executed and submitted in
response to an RFP in the prescribed format and on the prescribed forms. The Proposal includes
the Technical Qualification Proposal and the Price Proposal.
“Proposer” means a Shortlisted Respondent submitting a Proposal for the Project in response to
the RFP.
“Quality Assurance” means all planned and systematic oversight actions necessary to provide
confidence that the Design-Builder is performing Quality Control in accordance with the Quality
Management Plan, that all Work complies with the Contract and that all materials incorporated in
the Work, all equipment, and all elements of the Work will perform satisfactorily for the purpose
intended. Oversight actions include, but are not limited to, monitoring and verification of design
through auditing, spot-checking and participation in the review of the design, and monitoring and
verification of construction through auditing, spot inspections and Verification Sampling and
Testing at production sites and the Project site.
“Quality Control” means the total of all activities performed by the Design-Builder, Designer,
Subcontractor, producer or manufacturer to ensure that the Work meets Contract requirements.
For design this includes, but is not limited to, procedures for design quality, checking, design
review including reviews for constructability, and review and approval of working plans. For
construction this includes, but is not limited to, procedures for materials handling and
construction quality, inspection, sampling and testing of materials, plants, production and
construction; material certifications, calibration and maintenance of equipment; production
process control; and monitoring of environmental compliance. Quality Control (QC) also
includes documentation for all QC design and construction efforts.
“Quality Control Manager” means the individual employed by the Design-Builder who is
responsible for the overall QC program of the Design-Builder, including the quality of
management, design and construction.
“Reference Documents” means the documents provided with and so designated in the RFP. The
Reference Documents, including plans contained therein and/or so designated, are not Contract
Documents and are provided to the Design-Builder for informational purposes only and are relied
upon at the Design-Builder’s own risk.
“Request for Proposals and RFP” means a document identifying the Project and the Work to be
performed and materials to be furnished, in response to which a Proposal may be submitted by a
Proposer. The RFP will include the Instructions to Proposers (ITP), Contract Documents, and
Reference Documents. The RFP will be issued only to Respondents who are on the Short-List.
“Request for Statements of Qualifications and RFSOQ” means the written solicitation issued by
the RTC seeking Statements of Qualifications to be used to identify and short-list the
Respondents to receive the RFP for the Project.
“Respondent” means a Person submitting a SOQ for the Project in response to this RFSOQ.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 7 February 13, 2014
Request for Qualifications
“RTC” means the Regional Transportation Commission of Southern Nevada.
“RTC’s Project Manager” means the engineer representing the RTC and having direct
supervision of the administration and execution of the Contract.
“Short-List” means the list of those Respondents that have submitted Statements of Qualifications
that the RTC determines, through evaluation, are eligible to receive an RFP and to be invited to
submit Proposals
.
“Specialty Subcontractor” means those consultants or Subcontractors identified by the
Respondent/Design-Builder to perform Work critical to the success of the Project such as the
Subcontractor for blasting, bridges, retaining structures, pavement, landscaping, ITS, public
information, or other specialty work.
“Statement of Qualifications and SOQ” mean the response to this RFSOQ.
“Subcontractor” means an individual, person, or entity having a direct contract with the Design-
Builder for the performance of a part of the Work
“Verification Sampling and Testing” means sampling and testing performed to validate the
quality of the product. The RTC, or a firm retained by the RTC, will perform Verification
Sampling and Testing.
“Work” means the furnishing of all labor, material, equipment, and other incidentals necessary or
convenient to the successful completion of the Project, the performance of all administrative,
design, engineering, and other services required for the Project, and the carrying out of all other
duties and obligations imposed by the Contract.
1.2 PROJECT GOALS
The RTC’s goals for the Project are as follows:
A) A high quality, durable, maintainable, aesthetic and safe project;
B) Cost below or matching budget;
C) Minimization of impacts to the traveling and adjacent public during construction;
1.3 ROLE OF THE RTC
In the context of the Project, the RTC is responsible for the following activities:
A) Overall program administration;
B) Preparation of the RFSOQ and RFP, evaluation of the Statements of Qualifications,
determination of the Short-List, evaluation of Proposals, and selection of the Design-
Builder;
C) Design-Build Contract procurement and administration;
D) Quality Assurance oversight and audit of the Design-Builder’s design and construction
processes; Acceptance Sampling and Testing; and Independent Assurance Inspection,
Sampling and Testing, including Verification Testing;
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 8 February 13, 2014
Request for Qualifications
E) Provision of information and data included in the RFP;
F) Review of Work and payment for Work; and
G) Final acceptance of the Work.
At the RTC’s sole discretion, it may use its consultants in fulfilling the responsibilities noted in this
Section 1.3.
1.4 ROLE OF THE DESIGN-BUILDER
The Design-Builder shall be responsible for furnishing all labor, material, plant, equipment, services and
support facilities for the following (this list is not intended to be all-inclusive):
1) Design and construction of all Project elements;
2) Project design management and construction management;
3) Project-related public information activities;
4) Coordination with Project stakeholders, other contractors and utility owners;
5) Preparation of a comprehensive Quality Management Plan and provision all design and
construction Quality Control in compliance with an approved Quality Management Plan
for the Project;
7) Maintenance of traffic and access to properties (both temporary and permanent access);
8) Project safety and security;
9) Construction waste disposal and handling;
10) Required clearances, licenses, construction easements and permits for Design-Builder
Work, work sites, and storage areas, on and off site;
11) Obtain and comply with all required and necessary construction permits and all other
assigned permits and supporting the RTC with permits to be obtained after DB contract
execution;
12) Coordinate utility relocations that are designated to be designed and constructed by utility
companies;
13) Coordinate the design of the Project with the utility companies to avoid conflicts and
provide required clearances to existing power transmission facilities not designated for
relocation;
14) Maintenance of the Project during the Contract period;
15) Meet or exceed Minority Business Enterprise goals
1.5 PRINCIPAL PARTICIPANTS, DESIGNER AND SUBCONTRACTORS
A Principal Participant and Designer, as well as Affiliates of a Principal Participant or Designer, may
only be a member of a single Design-Build/Respondent Team. However, the RTC is not requiring that
Subcontractors be exclusive to a single Design-Build/Respondent Team.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 9 February 13, 2014
Request for Qualifications
1.6 PROJECT SCHEDULE
The anticipated time of Contract award is June 12, 2014, with completion not to exceed 12 months from
notice to proceed. The actual completion date will be determined by the Design-Builder, and submitted
as part of its Proposal.
See Section 2.2 for the procurement schedule.
1.7 CONTRACT TYPE
The Contract will be a fixed price, lump sum, Design-Build Contract.
1.8 PAYMENT AND LIQUIDATED DAMAGES
The Contract will provide for periodic progress or milestone payments with a 5% retention. The final
retention amount and the amount of the Contract will be paid upon final acceptance of the Project. The
form of retention will be specified in the RFP.
The Contract will provide for Liquidated Damages relating to failure to meet the specified completion
dates. The calculation of Liquidated Damages will be set forth in the RFP.
1.9 GOVERNING LAW
The laws of the State of Nevada will govern the RFSOQ, RFP, and the Contract.
1.10 QUALITY CONTROL/QUALITY ASSURANCE
The Design-Builder will be required to implement quality control in accordance with the Quality
Management Plan for the Work. This plan shall be developed by the Design-Builder using ISO 9001
standards.
The Design-Builder's Quality Management Plan must follow the requirements of 23 CFR Part 637 and
the Contract Documents. The RTC will review the Design-Builder’s plan to assure that it meets
guidelines and minimum requirements established by the RTC. RTC approval of the plan will
constitute RTC agreement that it meets these criteria, but the Design-Builder shall maintain ownership
of the plan, shall be fully responsible for its execution, and shall maintain sole responsibility for the
quality and workmanship of the Work.
The RTC may establish and maintain its own QA and/or an independent QA organization to oversee
and/or perform quality audits of the Design-Builder’s management, design, construction, and
maintenance activities, the Design-Builder’s QC procedures, Verification Sampling and Testing, and
the quality of the final product.
1.11 INSURANCE, BONDING, LICENSING AND SECURITIES
The Design-Builder shall provide specified insurance, including commercial general liability, workers’
compensations, and professional liability insurance covering design, project management, and
construction management. Details of the insurance requirements will be provided in the RFP.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 10 February 13, 2014
Request for Qualifications
The Design-Builder will be required to provide performance and payment bonds and/or other security
acceptable to the RTC as provided in the RFP.
To be eligible for Contract award, all Persons participating in this procurement and/or the Contract must
obtain all licenses and permits and take all necessary steps to conduct business in the State of Nevada
and perform the Work required under the Contract, including proposing and carrying out contracts
consistent with the laws of the State of Nevada.
The Design-Builder may, in the discretion of the RTC, be required to provide a number of other
commitments including the following, where applicable:
A) Parent company and other guaranties;
B) Statements of joint and several liability by Principal Participants;
C) Parent company securities; and
D) Warranties.
1.12 RESTRICTIONS ON LOBBYING AND RTC CONTACTS
A) Prohibition on Commissioner Contacts. During the period beginning on the date of
issuance of this RFSOQ by the RTC and ending on the date of determination of the Short
List of Respondents by the Governing Body of the RTC, no person or firm submitting a
SOQ in response to this RFSOQ, nor any officer, employee, representative, agent, or
consultant representing such a person or firm, shall contact through any means or engage
in any discussion with any member of the RTC Governing Body, or his or her personal
staff, regarding this RFSOQ, a SOQ submitted in response to this RFSOQ, or the scope of
services described herein. Any contact in contravention of this prohibition shall be
grounds for the disqualification of the Respondent.
B) Limitation on RTC Staff Contacts. During the period beginning on the date of issuance of
this RFSOQ by the RTC and ending on the date of determination of the Short List of
Respondents by the Governing Body of the RTC, no person or firm submitting a SOQ in
response to this RFSOQ, nor any officer, employee, representative, agent, or consultant
representing such a person or firm shall communicate with any RTC staff, employees, or
agents regarding this RFSOQ, a SOQ submitted in response to this RFSOQ, or the scope
of services described herein. The only exceptions shall be for (1) requests for clarifications
or other communications with the RTC’s Purchasing and Contracts Analyst identified in
Section 3.4 of this RFSOQ; and (2) communications/discussions with RTC staff and/or
evaluators during the course of any interviews (if applicable). Any contact in
contravention of this restriction shall be grounds for the disqualification of the
Respondent.
1.13 COSTS
Respondents are solely responsible for all costs and expenses of any nature associated with responding
to this RFSOQ, attending briefing(s), providing supplemental information and all subsequent costs and
expenses.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 11 February 13, 2014
Request for Qualifications
1.14 INELIGIBLE FIRMS
Respondents are responsible for being aware of the conflict of interest requirements of 23 CFR 636.116
and for submitting the RTC Organizational Conflict of Interest Statement with their SOQ, as required
by Section 1.17D hereof. In addition, any firm that is rendered ineligible through any State or federal
action is ineligible to participate on any Design-Build Team.
1.15 PRE-SOQ MEETING
Attendance by at least one person from a Principal Participant of a Respondent team at the Pre-Proposal
Meeting is mandatory. A Pre-SOQ Meeting for this Project will be held from 9:00 a.m. – 10:00 a.m.,
local time, February 20, 2014 at the offices of the RTC, 600 Grand Central Parkway, Las Vegas, NV
89106.
1.16 CONFLICTS OF INTEREST
A) Individual Conflict of Interest. No employee, officer, or agent of the RTC shall
participate in the selection, or in the award or administration, of the Contract (including
the determination of the Short-List pursuant to this RFSOQ) if a conflict of interest, real or
apparent, would be involved. Such a conflict would arise when one of the following has a
financial or other interest in any firm proposing on or selected for the award:
1) The employee, or an officer or agent of the employee;
2) Any member of the employee’s immediate family;
3) The employee’s business partner; or
4) An organization which employs, or is about to employ, any of the above.
B) Gratuities. The RTC’s officers, employees, and agents shall neither solicit nor accept
gratuities, favors, or anything of monetary value from Respondents, prospective
Respondents, Subcontractors to Respondents, or other parties to sub agreements whereby
the intent could reasonably be inferred as influencing the employee in the performance of
his or her duties or was intended as a reward for any official act on his or her part.
C) RTC Employees. The RTC seeks to eliminate and avoid actual or perceived conflicts of
interest and unethical conduct by current or former RTC employees in transactions with
the RTC.
1) Consistent with this concept, no current or former RTC employee may contract with,
influence, advocate, advise, or consult with a third party about an RTC transaction, or
assist with the preparation of SOQs or Proposals submitted to the RTC while employed
by the RTC or within one (1) year after leaving the RTC’s employment if he/she was
substantially involved in determining the work to be done or process to be followed
while an RTC employee.
2) All Respondents, vendors, or contractors who anticipate contracting with the RTC must
identify, in their SOQ (or Proposal if there is a subsequent change) submission, any
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 12 February 13, 2014
Request for Qualifications
such current or former RTC employees involved in the preparation of their SOQ or
Proposal or the anticipated performance of work or services if awarded the Contract.
Failure to identify former RTC employees involved in this transaction may result in the
RTC denying or terminating the successful Proposer’s contract.
D) Organizational Conflict of Interest. Prior to entering into the Contract, the Design-Builder
is required to inform the RTC of any real or apparent organizational conflict of interest.
Such organizational conflict of interest exists when the nature of the work to be performed
under a contract may, without some restriction on future activities, result in an unfair
competitive advantage to the Design-Builder, or may impact the Design-Builder’s
objectivity in performing the Contract work.
Each Proposer (Respondents on the Short-List) will be required to sign and submit with
their Proposal in response to the RFP, an Organizational Conflict of Interest Statement
certifying that it has no organization conflicts of interest with the RTC. An organizational
conflict of interest exists when a person or business entity has an unfair competitive
advantage because of other activities or relationships with other persons. An
organizational conflict of interest exists when any of the following circumstances arise:
1) Lack of Impartiality or Impaired Objectivity – when the Respondent is unable, or
potentially unable, to provide impartial and objective assistance or advice to the RTC
due to other activities, relationships, contracts, or circumstances.
2) Unequal Access to Information – The Respondent has an unfair competitive advantage
through obtaining access to nonpublic information during the performance of an earlier
contract.
3) Biased Ground Rules – During the conduct of an earlier procurement, the Respondent
has established the ground rules for a future procurement by developing the
specifications, evaluation factors, or similar documents.
E) Disclosure of Ownership/Principals. Respondents are hereby notified that for the contract
which will be awarded by the Governing Body of the RTC, the Proposer who will be
recommended for award must complete and sign the Disclosure of Ownership/Principals
form. The purpose of the Disclosure of Ownership/Principals form is to gather ownership
information pertaining to the business entity for use by the RTC Commissioners (RTC) in
determining whether members of the RTC should exclude themselves from voting on
agenda items where they have, or may be perceived as having a conflict of interest, and to
determine compliance with Nevada Revised Statute 281A.430, contracts in which a public
officer or employee has interest is prohibited. The Disclosure of Ownership/Principals
form can be found on the RTC Purchasing & Contracts website at
http://rtcsnv.com/about/business/index.cfm, and must be completed and signed by the
Respondent/Proposer who will be recommended for the award of the project, within 24
hours of the Purchasing Representative’s request.
1.17 BIDDER’S PREFERENCE
The bidders preference on this project is in accordance with NRS 338.1727(3).
2.0 PROCUREMENT PROCESS
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 13 February 13, 2014
Request for Qualifications
2.1 OVERALL PROCUREMENT PROCESS
The authority of the RTC for the procurement of the Work to be performed under this Contract is
authorized by and will be in accordance with 23 CFR 636 and Nevada Revised Statutes 338.1721
through 338.1727, and SB 506 (Nevada Legislature 2011) using “best value” as the basis of selection.
The intent of the RTC is to award the Contract to the Proposer who provides the Proposal with the best
combination of price and qualifications.
The procurement process will include the following two steps:
A) RFSOQ (determination of no more than 3 Short-Listed firms); and
B) RFP (selection of a Design-Builder from Short-Listed firms that submit Proposals).
Evaluation of the Statements of Qualifications and Proposals will be based on information submitted in
the Statements of Qualifications and Proposals to the RTC. Pass/fail and qualification evaluation factors
will be present in both the RFSOQ and RFP phases. The selection of the Design-Builder for the
Contract will be based on both pass/fail factors and a combined evaluation of qualification and price
factors contained in the RFSOQ or RFP, as applicable. The selected Design-Builder for the Contract
will not be eligible to be selected for other RTC Design Build ITS projects and this Contract is
substantially complete.
2.1.1 RFSOQ Step
Statements of Qualifications submitted in response to this RFSOQ must include a response to each
pass/fail and each qualification evaluation factor. This RFSOQ sets out what is required during the
RFSOQ step of the procurement (see Section 4.0 for Statement of Qualification Submittal
Requirements).
Following the SOQ evaluations, based on the evaluation of pass/fail and qualification factors set forth
herein, the RTC will determine a “Short-List” of Respondents. Only the Respondents on the Short-
List will be provided with a RFP and will be given access to other information necessary for
submitting Proposals.
2.1.2 RFP Step
No more than three Respondents will be placed on the Short-List, based on the evaluation of their
SOQs. Those Respondents will be issued a RFP.
The RFP will provide further specific instructions on the information required to be submitted in
proposals by Shortlisted Respondents, the proposal, evaluation factors, the price proposal information
required, the objectives and requirements for evaluation of proposals and the evaluation rating
guidelines for the RFP step of the procurement. The RFP will solicit both price proposals and
technical qualification submissions from the Proposers. Technical submissions included in each
proposal will be evaluated based on RFP Qualification Evaluation Factors.
The weighting of price versus qualification in the selection of the successful Proposer will be set forth
in the RFP. The RTC anticipates a Design-Build Contract in the amount of approximately $7.6
million. The Contract award will be made to the responsive and responsible Proposer offering Best
Value to the RTC, based on the price and qualification factors and weights set forth in the RFP. The
procurement process may include Best and Final Offers.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 14 February 13, 2014
Request for Qualifications
The selected Design Builder will be responsible for performing the scope of work comprised of
required components which will be outlined in the RFP.
2.2 PROCUREMENT SCHEDULE
The following represents the current schedule for the Project. The schedule is subject to change at the
discretion of the RTC.
Activity Due Date
Issue RFSOQ February 13, 2014
Pre-SOQ Meeting February 20, 2014
Final date for receipt of Respondent’s questions February 27, 2014
Issue date for Addendum and/or answers to Respondent’s questions (RFSOQ) March 5, 2014
Statement of Qualifications due date March 12, 2014
RTC Commission approval of Short-List April 10, 2014
Issue Final RFP April 14, 2014
Pre-Proposal Meeting April 21, 2014
Final date for receipt of Respondent’s questions April 28, 2014
Issue date for Addendum and/or answers to Respondent’s questions (RFP) May 5, 2014
Proposals due May 12, 2014
RTC Commission approval of Contract June 10, 2014
*NOTE*
The Pre-SOQ Meeting will be held at 9::00 a.m. on February 20, 2014 at the RTC Administration
Building located at 600 South Grand Central Parkway, Suite 210, Las Vegas, NV 89106.
2.3 RESPONDENT QUESTIONS
The RTC will consider questions submitted in writing by Respondents regarding the RFSOQ, including
requests for additional information, clarifications or modifications, and requests to correct errors. All
such requests must be submitted in writing or electronically to the RTC’s representative:
Debra Coleman, C.P.M. Purchasing and Contracts Analyst,
(RFSOQ 14-094 Respondent Questions),
Regional Transportation Commission of Southern Nevada,
600 Grand Central Parkway
Las Vegas, NV 89106
or colemand@rtcsnv.com.
Only written requests submitted as indicated above and within the time limits set herein will be
considered. No oral requests will be considered. No questions or requests for additional information to
any other RTC office, consultant, employee will be considered.
Only requests received by 5:00 p.m., local time, on the date specified in Section 2.2 will be addressed.
Questions will not be accepted other than described in this section 2.3.
Questions must include the potential Respondent’s name, address, telephone, email address, and fax
numbers, and the potential Respondent he/she represents.
A response to questions will be in writing and will be issued without attribution and sent to all
recipients of this RFSOQ not later than the date specified in Section 2.2. Verbal statements or
responses by staff of the RTC will not be binding on the RTC.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 15 February 13, 2014
Request for Qualifications
2.4 RFSOQ ADDENDA
If necessary, the RTC will issue addenda to modify conditions or requirements of this RFSOQ to
recipients of this RFSOQ not later than the date specified in Section 2.2.
2.5 NOTIFICATION OF FIRMS ON THE SHORT-LIST
Each Respondent will be notified in writing via e-mail and a hard copy letter whether or not it has been
selected for the Short-List.
3.0 EVALUATION PROCESS FOR THE STATEMENT OF QUALIFICATIONS
3.1 EVALUATION OBJECTIVES
The objective of the RFSOQ step of the procurement is to create a Short-List of the most highly
qualified Respondents with the capability (technical, financial and management), capacity and
experience necessary to successfully undertake and complete the Work. The selected Design-Builder
will have primary responsibility to plan, design, manage and control the Project and to complete the
Project on or ahead of schedule and at or under budget. The RTC has set high responsibility standards
for the Design-Builder that are reflected in the qualification evaluation factors of this RFSOQ and will
be reflected in the RFP and the Contract.
Specific objectives relating to each of the evaluation factors listed in Section 3.3 are included in
Sections 4.4.2.1 through 4.4.2.2 of this RFSOQ.
3.2 REVIEW AND EVALUATION OF THE STATEMENT OF QUALIFICATIONS
The information submitted in accordance with Section 4.0 will be evaluated in accordance with both the
pass/fail factors listed in Section 3.3.1 and the factors for qualification rating for the RFSOQ provided
in Section 3.3.2.
3.3 EVALUATION FACTORS FOR THE STATEMENT OF QUALIFICATIONS
This Section 3.3 outlines the evaluation factors for the RFSOQ phase of the procurement. The RTC has
identified for this project the following factors and/or subfactors that are of particular importance to the
RTC.
3.3.1 Pass/Fail Evaluation Factors
B) The pass/fail evaluation factors are as follows:
1) SOQ Responsiveness: All information requested in this RFSOQ is to be provided in the
format specified.
2) Legal: The Respondent has presented evidence showing its organization has the legal
ability to enter into and perform the Contract to design and build the Project as
demonstrated by:
a. Proper identification of all Principal Participants;
b. Demonstrated capability to enter into a contractual relationship with the RTC and a
declaration of willingness to do so;
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 16 February 13, 2014
Request for Qualifications
c. Not having been found liable for breach of contract with respect to a previous project,
other than a breach for a legitimate cause, during the 5 years immediately preceding
the date of the advertisement for statements of qualification.
d. Not having been disqualified from being awarded a contract pursuant to NRS
338.017, 338.13895, 338.1475, or 408.333
e. Possessing the licenses and certificates required to carry out the functions of their
respective professions within the State.
3) Financial: Demonstrated capability to provide required bonds, insurance, and
guaranties and meet other financial requirements identified in Tab A-5, of undertaking
and completing the Work.
If a SOQ passes all pass/fail evaluations, it will be further evaluated using the factors for qualification
rating in Section 3.3.2. If a SOQ fails any single pass/fail requirement resulting in a Deficiency, the
SOQ shall FAIL, and therefore the qualification factors will not be rated nor will the Respondent be
considered for inclusion on the Short-List.
3.3.2 Quality Evaluation Factors
The qualification evaluation factors and associated weightings are as follows:
Criteria Weighting
A) STAFFING PLAN AND MANAGEMENT/ORGANIZATIONAL
STRUCTURE OF TEAM
The Proposer shall provide an explanation of the Proposer’s proposed
management structure and key personnel for the services and/or product.
It should include the following:
1. An identification of the proposed Project Manager and other key
personnel (project staff) who will be responsible, with resumes
(limited to one page per person), describing their qualifications for
each position. Include at least 2 business references per key
personnel, including current contact number and email address. Ensure
that references have given permission to be contacted.
2. Indication of the present workload of the project staff to demonstrate
their ability to devote sufficient time to meet the proposed schedule.
3. A description of the role and responsibilities of each of the key
personnel.
4. A description of the project team’s experience in working together on
similar work.
5. An organizational chart.
6. Estimate the percentage and kinds of work to be accomplished by the
Proposer with staff presently residing locally.
20%
B) QUALIFICATIONS, EXPERIENCE AND REFERENCES
The Proposer shall provide an explanation of the Proposer’s qualification,
experience and business references. The Proposer must include the
following and will be evaluated on the demonstration of the factor and the
25%
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 17 February 13, 2014
Request for Qualifications
quality of its submission:
1. Provide a brief description of the Proposer’s business history and
number of years in operation. If the Project is to be accomplished
through an affiliation or joint venture of several firms, the names and
addresses of those firms must be furnished, including the roles and
responsibilities for each.
2. The Proposer shall provide a listing of the entities, public and/or
private, for which the Proposer has provided similar services and/or
products in the last 5 years.
3. For each listed entity specified in Section 2 above, the Proposer shall
provide the contact information for references that have knowledge of
the background, character and technical competence of the Proposer.
Provide a name, current phone number and email address of each
entity’s contact person(s). Ensure that references have given
permission to be contacted. In addition, this Section shall include:
a. A description of the projects listed.
b. An identification of the particular scope of services and/or
products provided on the identified projects and a statement as to
whether the Proposer was the lead firm on the project.
c. Experience of meeting the schedule(s) and budget(s) for the
projects listed.
d. Identification of any termination action taken by an owner.
e. Identification of any liquidated damages assessed by an owner.
4. Claims, Liquidated Damages, Termination for Cause or Default and
Disciplinary Action:
a. Provide a list of all claims, dispute proceedings, litigation and
arbitration proceedings involving amounts in excess of $50,000 and related
to performance in which any Proposer, Principal Participant, or other firms
has been involved during the past 10 years. Include all claims, dispute
proceedings, litigation and arbitration proceedings initiated by or against
owners and federal, State and local regulatory agencies. Indicate whether
the claim, dispute proceeding, litigation or arbitration proceeding was
resolved against the participant(s) or its insurers/sureties or resulted in
reduction in compensation to the participant. Indicate any unresolved,
outstanding claims, dispute proceedings, litigation, and arbitration
proceedings. For litigation proceedings, indicate if the litigation was
preceded by a Disputes Review Board (DRB), mediation or arbitration
proceeding;
b. Liquidated Damages (LDs): Describe any contract which resulted in
assessment of LDs exceeding $50,000 against any Proposer, Principal
Participant over the past 5 years. Describe the causes of the delays and the
amounts assessed. Describe any outstanding damage claims by or damages
due and owing to any owner/agency;
c. Termination for Cause or Default: Describe the conditions surrounding
any contract (or portion thereof) entered into by any Proposer, Principal
Participant, or other firm over the past 10 years that has been terminated
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 18 February 13, 2014
Request for Qualifications
for cause or default, or which required completion by another party.
Describe the reasons for termination and the amounts involved;
d. Disciplinary Action: Indicate any disciplinary action taken against any
Proposer, Principal Participant, or other firm within the past 10 years by
any governmental agency or licensing board, including suspension from
the right to propose or removal from any list.
C) WORK PLAN
The Proposer shall provide an explanation of the Proposer’s proposed
work plan documenting Proposer’s ability to perform the Scope of Work
(or provide the Specifications) set forth in this RFP. The Proposer must
include the following and will be evaluated on the demonstration of the
factor and the quality of its submission:
1. A description of the Proposer’s management capacity, and
2. A proposed plan to accomplish the Scope of Work (or provide the
Specifications, as applicable) by the required schedule and within the
RTC’s budget.
3. Provide samples of the documentation format(s) that will be used to
complete the project.
15%
D) LOCAL KNOWLEDGE AND EXPERIENCE
The Proposer shall provide evidence of extensive knowledge of the
Southern Nevada region and an understanding of the key transportation
challenges facing the region. The Proposer must include the following and
will be evaluated on the demonstration of the factor and the quality of its
submission:
Provide a summary of transportation related projects completed in
Southern Nevada in the past 10 years. The summary should include, at
a minimum, the scope of work for the project, including location; the
project time frame, including completion date; the specific tasks
performed by the Proposer in the project; the total budget for the
project; contact information for the local agencies involved, including
the sponsoring agency; and the names, titles and technical expertise of
Proposers staff involved in the project.
25%
E) SUBCONTRACTING PLAN:
Subcontracting Plan: Proposed plan for allocating work between
self-performance and subcontracting (including use of Minority,
Women, and small business firms in the performance of the work).
The RTC’s Minority, Women, and Small Business goal for this
project is 4.1%.
5%
F) SAFETY
The Safety Program and records of the members of the Respondent
and its team members for the last 5 years.
5%
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 19 February 13, 2014
Request for Qualifications
G) GEOGRAPHICAL ELIGIBILITY
If desiring local preference in the evaluation, provide a description of the
Proposer’s ability to meet the requirements of Nevada Revised Statue
(NRS) 338.0117 as a minimum, and other related sections as applicable.
5%
During this evaluation, ratings will be assigned for various requirements (see Section 4.4.2) within
each qualification evaluation factor. The ratings assigned to each requirement will be compiled to
determine an overall qualification evaluation factor rating. The ratings assigned to the qualification
evaluation factors will be compiled to determine an overall qualification rating for the SOQ.
Numerical scores will be assigned but not compiled.
3.4 REQUESTS FOR CLARIFICATION
The Respondent shall provide accurate and complete information to the RTC in its SOQ. If information
submitted in the SOQ is not complete, the RTC may, in its sole discretion, either declare the SOQ non-
responsive or notify the Respondents of the insufficiency and request clarifications and/or supplemental
information . Minor informalities, irregularities, and apparent clerical mistakes or minor omissions in a
SOQ, which are unrelated to the qualifications content of the SOQ, shall not be the basis for finding a
SOQ to be non-responsive, if corrected promptly by the Respondent upon receipt of notification from
the RTC.
If such a clarification is requested, Respondents must submit follow-up responses to the request to the
RTC at the address indicated below within two working days of receipt of the clarification request,
except as otherwise specified in writing by the RTC. The Respondent will not be allowed to participate
further in the procurement of this Project until all information required is provided through submittal of
corrected, supplemental or missing documents. If a response is not provided by the deadline established
by the RTC in its request for clarification, the SOQ may be declared non-responsive.
All responses to a request for clarification shall be in writing or e-mail. If in writing, the Respondent
shall be responsible for obtaining a written receipt appropriate to the means of delivery and, if by e-
mail, confirmed by priority mail/express delivery service. Responses shall be limited to answering the
specific information requested by the RTC in the Clarification.
Responses to requests for clarification shall be submitted to the following address:
Debra Coleman, C.P.M. Purchasing and Contracts Analyst
(RFSOQ 14-094 Response to Clarification Request)
Regional Transportation Commission of Southern Nevada
600 Grand Central Parkway, Suite 350
Las Vegas, NV 89106
colemand@rtcsnv.com
3.5 DETERMINATION OF THE SHORT-LIST
The RTC will establish a Short-List of no more than the three (3) most highly qualified Respondents in
order to ensure adequate competition. The Short-List will be created by eliminating the lowest rated
Respondents until a maximum of the three most highly qualified Respondents remain. Neither the
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 20 February 13, 2014
Request for Qualifications
overall ratings nor the ranking of the Respondents on the Short-List will be disclosed to Respondents
during the procurement process.
The RTC does not anticipate conducting interviews during the RFSOQ phase in order to establish the
Short-List, but reserves the right to do so. If the RTC elects to conduct interviews, the Respondents
shall be notified in writing.
In the event a material error is discovered in the RFSOQ during the SOQ evaluation process, the RTC
will issue an Addendum to all Respondents that have submitted Statements of Qualifications requesting
revised Statements of Qualifications based upon the corrected RFSOQ.
3.6 CHALLENGE
The decision of the RTC on the Short-List shall be final and shall not be appealable, reviewable, or
reopened in any way, except as provided in the Protest Procedures in Section 5.0. Parties participating
in the RFSOQ phase of this procurement shall be deemed to have accepted this condition and the other
requirements of this RFSOQ.
Subject to applicable Nevada law, the contents of Statements of Qualifications (other than proprietary
information to the extent protected under applicable Nevada law) will become public information upon
execution of the Contract.
4.0 STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS
4.1 DATE AND TIME OF RECEIPT
All Statements of Qualifications must be received at the RTC no later than 5:00 p.m., local time, on the
SOQ due date specified in Section 2.2. The Statements of Qualifications must be clearly identified and
marked “RFSOQ No. 14-094 and be enclosed in sealed containers. Late submittals will not be
considered and will be returned unopened to the address indicated on the cover of the package.
4.2 SUBMITTAL ADDRESS
Statements of Qualifications shall be delivered to the following address:
Debra Coleman, C.P.M. Purchasing and Contracts Analyst
(RFSOQ 14-094)
Regional Transportation Commission of Southern Nevada
600 South Grand Central Parkway
Las Vegas, NV 89106
Each Respondent shall be responsible for obtaining a written receipt appropriate to the means of
delivery from the RTC office specified in this Section 4.2 at time of delivery of its SOQ . It is the
Respondents sole responsibility to ensure delivery of its SOQ to the RTC at the time and place
specified herein, and the RTC shall have no liability or responsibility therefore.
4.3 PAGE LIMIT, FORMAT AND QUANTITIES
The SOQ shall be limited to no more than 20 pages in Tabs B-1 through B-7 of the SOQ. Information
in Tabs A-1 through A-4 do not count towards the 20 page limit. Pages shall be 8-1/2 x 11 single
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 21 February 13, 2014
Request for Qualifications
sided. Type shall be a minimum of 12 font. The SOQ submissions must be delivered as follows: one
electronic copy, one original and four hard copies of the SOQ Statement of Qualifications and
appendices shall be provided. The original SOQ must be signed in ink by a duly authorized officer of
the Respondent, and must be identified as the original on the cover(s) and marked as “Copy 1 of 4
Copies”. All copies shall be provided in loose-leaf binders. Each copy shall be identified on the cover(s)
as “Copy # of 4 Copies”. The SOQ document must be organized to correspond with the outline
presented in Sections 4.4.2.1 and 4.4.2.2
4.4 CONTENT OF STATEMENT OF QUALIFICATIONS
This section describes the specific information that must be included in the SOQ.
Each SOQ shall include Package A and Package B, which shall provide all of the required information
and materials identified in Section 4.4.2.1 and Section 4.4..2.2, respectively, in the precise order
specified and labeled or “tabbed” in accordance with the Tabs set forth below.
Responders should provide brief, concise information that addresses the objectives and the
requirements of the Project consistent with the evaluation factors described in Section 4.4.2. Lengthy
narratives containing extraneous information are discouraged.
The RTC will maintain a confidential process for the duration of this DB procurement. All records
related to this procurement, including, but not limited to, Statements of Qualifications, Evaluation and
Short-List Procedures, Proposals, evaluation and selection procedures, and any records created during
the evaluation and selection process, will remain confidential until the Contract has been executed by
all necessary officials of the Design-Builder and the RTC.
4.4.1 Confidential/Proprietary Information
The RTC is a public agency as defined by state law, and as such, it is subject to the Nevada Public
Records Law (Chapter 239 of the Nevada Revised Statutes). Under that law, all of the RTC's records
are public records (unless otherwise declared by law to be confidential) and are subject to inspection
and copying by any person. However, in accordance with NRS 332.061(2), a proposal that requires
negotiation or evaluation by the RTC may not be disclosed until the proposal is recommended for
award of a contract. Respondents are advised that at that point, a proposal’s contents will become a
public record and nothing contained in the proposal will be deemed to be confidential, except
proprietary information. Respondents shall not include any information in their SOQ that is
proprietary in nature or that they would not want to be released to the public, except in accordance
with the procedures specified below. SOQs must contain sufficient information to be evaluated
without reference to any proprietary information.
If a Respondent believes that it cannot submit its SOQ without including proprietary information, it
must adhere to the following procedure or its SOQ may be deemed non-responsive and not subject to
further evaluation and review by the RTC.
1) Respondents must submit any alleged proprietary information in a separate, sealed
envelope labeled "Proprietary Information" with the RFSOQ number. The “Proprietary
Information” must be submitted on a separate Compact Disk from the non-proprietary
portion of the submittal.
2) The envelope shall contain a letter from the Respondent’s legal counsel describing the
documents in the envelope, representing in good faith that the information in each
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 22 February 13, 2014
Request for Qualifications
document meets the narrow definitions of proprietary information set forth in NRS
332.025, 332.061 and NRS Chapter 600A, and briefly stating the reasons why each
document meets such definitions.
3) Upon receipt of a SOQ accompanied by such a separate, sealed envelope, the RTC will
open the envelope to determine whether the procedure described above has been
followed. If the procedure has not been followed, the RTC will not consider the
information submitted as confidential or proprietary.
Any information submitted pursuant to the above procedure will be used by the RTC only for the
purposes of evaluating SOQs, and might never be used at all.
If a lawsuit or other court action is initiated to obtain proprietary information, a Respondent who
submits the proprietary information according to the above procedure must have legal counsel
intervene in the court action and defend the proprietary status of the information, at its own cost.
Failure to do so shall be deemed to be the Respondent’s consent to the disclosure of the information
by the RTC, Respondent’s waiver of claims for wrongful disclosure by the RTC, and Respondent’s
covenant not to sue the RTC for such a disclosure.
The Respondent also agrees to fully indemnify and hold harmless the RTC if the RTC is assessed any
fine, judgment, court cost, or attorney’s fees as a result of a challenge to the designation of
information as proprietary.
4.4.2 Evaluation Factors, Objectives and Requirements
In providing the SOQ, Respondents should be guided by the Project goals in Section 1.2 and the
objectives listed in Sections 4.4.2.1 and 4.4.2.2. An objective is stated for each qualification
evaluation factor to provide Respondents the expectations of the RTC. The requirements for each
qualification evaluation factor and the information to be submitted are listed and described in detail.
The SOQ evaluation ratings of Section 3.3 will be based on how well the SOQ responds to the
requirements and meets or exceeds the Project goals and the objectives for each of the evaluation
factors.
4.4.2.1 PACKAGE A -- BACKGROUND AND CERTIFICATIONS
Each Respondent shall submit Package A that includes each of the materials set forth below.
Package A materials will be reviewed on a Pass/Fail basis. Each Tab in Package A shall be
separated by a divider and include the information set forth below. Exhibit forms are provided in
Attachment A. Where forms are provided, the information shall be typed onto each Exhibit and
included in the appropriate tabbed section.
TAB A-1 Submittal Letter
Each Respondent shall provide a Submittal Letter, in the form provided in Exhibit 1 (without
alterations), which shall identify the Respondent and all Principal Participants and shall be signed
by an authorized representative of the Respondent.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 23 February 13, 2014
Request for Qualifications
TAB A-2 Evidence of Good Standing and Licenses; Authorized Execution.
Each Respondent shall provide the Respondent’s organizational information, which shall identify
the Lead Principal Participant, other Principal Participants, the Designer and the Quality Control
firm(s). In addition, the Respondent shall provide the following information:
1) Each Respondent shall provide evidence that it (and each Principal Participant and the
Designer) is in good standing in the State of its incorporation/organization and that it is
qualified to do business in the State of Nevada.
2) Each Respondent shall provide evidence that it and the Principal Participants and the
Designer possess the licenses and certificates required to carry out the functions of their
respective professions within the State, including qualifications to bid on a public work
of the State pursuant to NRS 338.1379, or explain how they will obtain such licenses
and certificates prior to the issuance of the RFP.
3) Each Respondent shall provide evidence that (A) it is authorized to submit the SOQ;
and (B) if placed on the Short-List by the RTC pursuant to this RFSOQ process, it is
authorized to submit a Proposal in response to the RTC’s Request for Proposals. If the
Respondent is a corporation, it shall provide such evidence in the form of a resolution
of its governing body; if the Respondent is a Joint Venture or general partnership, it
shall provide such evidence in the form of a resolution by each Joint Venture member
or general partner.
4) If the Respondent is a Joint Venture, it shall also provide: (A) a power of attorney
executed by each Joint Venture member evidencing the capacity of the person signing
the SOQ to act on behalf of the Joint Venture; (B) a copy of the executed Joint Venture
Agreement; and (C) an affirmative statement by each of the Joint Venture members that
they will, if shortlisted pursuant to this RFSOQ process and subsequently selected for
Contract award, be jointly and severally liable for performance of all of the
Contractor’s obligations under the Contract.
5) Each Respondent shall identify a designated contact(s) that is authorized to act on its
behalf on all matters relating to the RFSOQ.
6) Each Respondent shall provide a signed Organizational Conflict of Interest Statement
indicating that the Principal Participants, Designer and Subcontractors do not have an
organizational conflict of interest or explaining in detail the nature of any
organizational conflict of interest.
TAB A-3 Statutory Statement on Past Performance.
Each Respondent must provide a statement as to whether the Respondent (and each Principal
Participant and the Designer) has:
1) Been found liable for breach of contract with respect to a previous project during the
five (5) years preceding the date of advertisement for this RFSOQ, other than a breach
for legitimate cause; or
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 24 February 13, 2014
Request for Qualifications
2) Been disqualified from being awarded a contract pursuant to NRS 338.017, 338.13895,
338.1475, or 408.333;
TAB A-4 Bonding, Insurance, Financial and Related Information.
Each Respondent shall provide the following information:
1) Each Respondent shall provide a letter from a surety or insurance company indicating
that the Proposer is capable of obtaining (A) a Proposal Bond equal to 5% of the
estimated amount of the Contract; (B) a Payment Bond not less than 50% of the
estimated amount of the Contract; and (C) a Performance Bond not less than 50% of
the estimated amount of the Contract.
2) The surety or insurance company submitting the above required letters must be licensed
to practice in the State of Nevada and must be rated A-VII or better by A.M. Best and
Company.
3) Each Respondent shall affirm that if it is shortlisted by the RTC and invited to submit a
Proposal in response to the RFP, it will, if required by the RTC, execute and provide a
Parent Guaranty.
4) Short listed Respondents will be required to provide, in their Proposals in response to
the RFP, evidence of capacity to obtain specified insurance, including commercial
general liability, workers’ compensation, and professional liability insurance covering
design, project management, and construction management. Details of the insurance
requirements will be provided in the RFP.
4.4.2.2 PACKAGE B – QUALIFICATION EVALUATION FACTORS
Each Respondent shall submit Package B that includes each of the materials set forth below in Tabs
B-1 through B-7. Each Tab in Package B shall be separated by a divider. Package B materials will
be evaluated and rated based on the criteria outlined in Section 3.2.2.
TAB B-1 Staffing Plan and Management / Organization Structure of Team
A) Objective:
1) To identify Respondents who will effectively manage all aspects of the Contract in a
quality, timely and effective manner; and
2) To identify Respondents that have the technical and management experience and
expertise to plan, organize, execute the design and construction and assure the quality
and safety of the Project.
B) Requirements and information to be submitted:
1) Description of the organizational structure of the Respondent’s Team, including
Principal Participants, Designer, Subcontractors and/or Specialty Subcontractors;
2) Proposed Key Personnel Information. If more than one key position is filled by the
same person, so indicate. Provide two references for the Project Manager nominee and
at least one reference for all other Key Personnel. Indicate the name, position, company
or agency and current telephone and fax numbers for each reference. References shall
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 25 February 13, 2014
Request for Qualifications
be owners or clients for whom the Key Personnel have worked within the past five
years and shall not be current or past employers of the Key Personnel;
3) Resumes outlining Key Personnel’s experience and qualifications. Resumes shall be a
maximum of one page each. Resumes should highlight the following information:
a) Proposed role on Project and experience in area of responsibility;
b) History of employment with participant;
c) Experience in the management, design and/or construction of projects, especially
any DB projects; and
d) Project role, if any, in projects included in firm experience (Tab B-3);
4) An organizational chart identifying the management structure, teaming arrangements
and reporting requirements of the Respondent organizations. This should include all
participating firms responsible for major functions to be performed in designing,
constructing, providing QC, environmental compliance and public information services
for the Respondent organization. All Principal Participants, the Designer,
Subcontractors and/or Specialty Subcontractors must be identified on the chart.
Provide a brief description of the significant functional relationships among these
firms. The critical support elements of project management, project/contract
administration, construction management, design management, environmental
compliance and Quality Control shall be identified. Describe prior experience (if any)
the members of the Respondent team have working together.
C) It is a requirement of the RTC that Respondent organizations, including Principal
Participants, Designer, Subcontractors, Specialty Subcontractors, and Key Personnel
identified in the Statement of Qualification remain intact for the duration of the
procurement process including the subsequent Contract. A Respondent may propose
substitutions for participants or additional participants after the Statement of Qualification
submittal; however, such changes will require written approval by the RTC, which
approval may be granted or withheld in the RTC’s sole discretion. Requests for changes
must be made in writing no later than thirty calendar days prior to the due date for
Proposals. Requests for changes in any of the Principal Participants, Designer, or Specialty
Subcontractors will be particularly scrutinized;
TAB B-2 Qualifications, Experience and References
A) Objective:
1) To identify those Respondents demonstrating an understanding of the management and
technical issues and risks associated with a the Northern 215 Beltway & Arterial ITS
Project; and
2) To identify those Respondents demonstrating an understanding of how the DB process
and the Respondent’s organization will contribute to the success of the Project and
meet the RTC’s Project goals, demonstrating an understanding of the risk sharing and
the teaming relationship between the Design-Builder and the RTC.
B) Requirements and information to be submitted:
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 26 February 13, 2014
Request for Qualifications
1) List and briefly describe the significant management and technical issues and risks
facing the selected Respondents and/or the RTC; and
2) Briefly describe how the Respondents will use its organization and the DB process to
ensure a successful Project, considering the RTC’s Project goals listed in Section 1.2.
Experience of the Firms
A) Objective:
1) To identify the best design and construction firms available with demonstrated
experience and expertise in, capacity for, and record of producing quality Work on
projects similar in nature to the Project, particularly DB projects.
2) To identify Respondents that have the following:
a) Experience in successfully managing, designing and constructing projects of
the size and complexity of this Project;
b) Superior records of completing contracts on time and within budget;
c) Experience in successfully managing large scale rock excavation projects
similar to this Project; and
d) Records of managing contracts to minimize delays, claims, dispute
proceedings, litigation and arbitration;
3) To identify Respondents who will effectively manage all aspects of the Contract in a
quality, timely and effective manner and will integrate the different parts of its
organization collectively and with the RTC in a cohesive and seamless manner; and
4) To identify Respondents that have the technical and management experience and
expertise to plan, organize, and execute the design and construction, and assure the
quality and safety of the Project.
B) Requirements and information to be submitted:
1) Firm Experience: Past Project Description, provide no more than ten past project
descriptions, with a minimum of 3 past projects per each Principal Participant and the
Designer and additional project descriptions from other team members and Specialty
Subcontractors, highlighting experience in the last 10 years relevant to the Project.
Describe those projects having a scope comparable to that anticipated for the Project
with particular emphasis on DB projects; and describe the experience/track record in
meeting schedule and budget requirements for each of the Projects listed; and
2) Company brochures may be included as an Appendix and will not count toward the
page limit.
TAB B-3 Work Plan
The proposer shall provide an explanation of the Proposer’s proposed work plan documenting
Proposer’s ability to perform the Scope of Work (or provide the Specifications) set forth in this
RFP. The Proposer must include the following and will be evaluated on the demonstration of the
factor and the quality of its submission:
1. A description of the proposer’s management capacity, and
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 27 February 13, 2014
Request for Qualifications
2. A proposed plan to accomplish the Scope of Work (or provide the Specifications, as
applicable) by the required schedule and within the RTC’s budget.
3. Provide samples of the documentation format(s) that will be used to complete the project.
TAB B-4 Local Knowledge and Experience
A) Objective:
1) To identify those Respondents demonstrating an understanding of the project location
and the characteristics of the freeway corridor and the community it serves.
2) To identify Respondents with Key Personnel demonstrating in-depth knowledge of the
codes, standards and development processes used by local jurisdictions and other
critical stakeholders such as utilities necessary for the successful development of the
project.
B) Requirements and Information to be submitted
1) Describe team’s knowledge and experience on freeway, arterial or heavy civil projects
in the vicinity of the project.
2) Describe key member’s knowledge of codes, standards and development processes
used by local jurisdictions and other stakeholders.
3) Describe the Respondent’s general approach to delivering the project including key
areas of project risk.
TAB B-5 Subcontracting Plan
A) Objective:
1) To identify those Respondents having a logical plan for allocating work between self-
performance and subcontracting and an effective plan for utilizing Minority and small
business firms in the Work.
B) Requirements and Information to be Submitted:
1) Initial draft of subcontracting plan, identifying the elements of the design build scope
of work the Respondent intends to self-perform and the elements of the scope of work
anticipated to be subcontracted.
2) For the work to be subcontracted, identify the procurement method to be used (i.e., low
bid or best value) and identify the specific work anticipated to be performed by
Minority and small business firms. A more detailed version of the Subcontracting Plan
will be required in the Proposal in response to the RFP, and the final Subcontracting
Plan will be a requirement of the Design-Build Contract.
The RTC’s Minority, Women, and Small Business non-mandatory goal for this project
is 4.1%, and participation will be tracked.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 28 February 13, 2014
Request for Qualifications
TAB B-6 Safety
A) Objective:
1) To demonstrate that the Respondent has a track record of implementing effective public
and worker safety programs in accordance with the safety plan and thereby avoid
selecting Respondents with a history of safety problems;
B) Requirements and Information to be Submitted:
1) Safety: Provide information for the last five (5) years indicating number of workdays
lost out of total workdays worked; number of accident reports and. the Workers’
Compensation experience modification factors.
2) Provide a summary of the Respondent’s approach for development and execution of
their construction safety and training program, including how the safety team will be
organized. The summary is to address public safety, and the safety of employees,
subcontractors, and other contractors on site as well as describing how the Proposer
will provide protection to prevent damage, injury, or loss to: (a) all employees of the
Design-Builder and its Subcontractors performing the Work and other persons who are
on the site, and the public; (b) the Work, materials, and equipment on the site; and (c)
all other property on the site.
TAB B-7 Geographical Eligibility
If desiring local preference in the evaluation, provide a description of the Proposer’s
ability to meet the requirements of Nevada Revised Statute NRS 338.00117 as a
minimum, and other related sections as applicable.
5.0 PROTEST PROCEDURES
A) General. Protests of an Interested Party (as defined below) regarding the procurement actions of
the RTC will be considered and determined in accordance with the following procedures. A protest
which is submitted by a party that is not an Interested Party or which is not in accordance with these
procedures shall not be considered by the RTC, and will be returned to the submitting party without any
further action by the RTC.
B) Definitions.
For purposes of this Section:
(1) The term “Days” means, unless otherwise provided, calendar days but if any day of a
time period under this procedure falls on a weekend or holiday, the last day of such
period shall be the next business day of the RTC. Business days of the RTC are Monday
through Thursday, 7 a.m. to 6 p.m. Pacific Time.
(2) The term “Interested Party” means any person (a) who is an actual or prospective
Proposer in the procurement involved, and (b) whose direct economic interest would be
affected by the pending procurement action or decision of the RTC Governing Body.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 29 February 13, 2014
Request for Qualifications
(3) The term “Solicitation” means an invitation to Bid, Request for Qualifications, or
Request for Proposals, as applicable, or other form of document used in a procurement
process to obtain services, equipment, or construction work.
C) Grounds for Protests. An Interested Party may file a protest with the RTC on the following
grounds or bases for protests only:
(1) The RTC has failed to comply with applicable Federal or State law;
(2) The RTC has failed to comply with its procurement procedures; and
(3) The RTC has failed to comply with the terms of this solicitation.
Protests alleging other grounds or bases will not be considered by the RTC.
D) Time Deadlines for Filing Protests. Any protest of an Interested Party regarding the procurement
process, or the proposed Short List of Respondents must be filed with the RTC no later than five (5) Days
after the posting of the RTC’s agenda for action by the Governing Body of the RTC on the prosed Short
List of Respondents. Any protest filed after that date will not be considered by the RTC.
E) Protest Bond. Any party filing a protest is required by the RTC, at the time the protest is filed, to
post a bond with a good and solvent surety authorized to do business in this State or submit other security,
in a form approved by the RTC, to the RTC who shall hold the bond or other security until a
determination is made on the protest. A bond posted or other security submitted with a protest must be in
the amount of Two Hundred Fifty Thousand Dollars ($250,000).
The RTC will not consider any protest that is not accompanied by the required bond. If the protest is
unsuccessful, the RTC will submit a claim for reimbursement of agency administrative and agent costs.
F) Contents. A protest must be filed in writing and must include:
(1) The name and address of the protestor.
(2) The name and number of the Solicitation.
(3) A detailed statement of the grounds for the protest, including all relevant facts, and the
Federal or State law, the provision of the RTC procurement procedures, or specific term
of the solicitation alleged to have been violated.
(4) Any relevant supporting documentation the protesting party desires the RTC to consider
in making its decision.
(5) The desired relief, action, or ruling.
Protests should be submitted to:
Purchasing and Contracts Manager
Regional Transportation Commission of Southern Nevada
600 South Grand Central Parkway
Las Vegas, Nevada 89106
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 30 February 13, 2014
Request for Qualifications
All protests must be received at the RTC offices during normal business hours of 7:00 a.m. to 6:00 p.m.
Pacific Time, Monday through Thursday.
G) Review of Protests by the RTC.
(1) Review Process. The RTC will notify the protestor as to the timely receipt of a protest
and may, where appropriate, request additional information from the protestor within a
time certain to be specified in the notice by the RTC. The RTC will also give notice to
other Respondents in the Solicitation involved and may, in its discretion, permit any
such party to submit information regarding the merits of the protest. The RTC may, in
its discretion, hold a conference with the protestor to review the issues raised by the
protest and may allow the protestor to submit a rebuttal regarding information submitted
to another party.
(2) Effect on Pending Action. Subject to paragraph (3) below, the RTC will defer the
pending action or determination of the Governing Body of the RTC, as posted in the
agenda item that is the subject of the protest, until resolution of the protest. However, if
the review of the protest has been completed, the Governing Body may, in its discretion,
both dispose of the protest and act on the agenda item at its next meeting.
(3) Ability to proceed. Notwithstanding the pendency of a protest, the RTC reserves the
right to proceed with the appropriate next step or action in the procurement process, and
to not defer or suspend an action, in the following circumstances:
a. Where the service to be procured is urgently required;
b. Where the RTC determines, in writing, that the protest is vexatious or frivolous;
c. Where delivery or performance will be unduly delayed, or other undue harm will
occur, by failure to proceed with the procurement;
d. Where the RTC determines that delay will adversely impact the overall
procurement schedule for the Project;
e. Where the RTC determines that proceeding with the procurement is otherwise in
the public interest.
(4) Summary Dismissal. The RTC also reserves the right, by action of the RTC General
Manager, to summarily dismiss all or any portion of a protest that raises legal or factual
arguments or allegations that have been considered and adjudicated by the RTC in a
previous protest in the same solicitation or procurement action.
H) Decision on Protest.
(1) After review of a protest submitted under this Section, the RTC General Manager shall
make a recommendation to the Governing Body of the RTC on the appropriate disposition of such
protest. The recommendation shall be made on the basis of the information provided by the protestor and
other parties, the results of any conferences with the protestor, and the RTC’s own investigation and
analysis. The decision of the Governing Body shall be in writing and shall be the final and binding
agency action. Except in exceptional circumstances, the decision of the Governing Body will be rendered
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 31 February 13, 2014
Request for Qualifications
as soon as possible, but no later than within 30 days after the time deadline for filing the protest under
subsection D, or the date all relevant information is submitted or the date of the conference pursuant to
subsection G (1), whichever last occurs.
(2) If the protest is upheld, the RTC will take appropriate action to correct the procurement
process and protect the rights of the protestor, including re-solicitation, or revised evaluations. If the
protest is denied, the RTC will lift any suspension imposed and proceed with the appropriate stage of the
procurement process.
I) Appeals. A protestor adversely affected by a decision of the RTC may appeal such decision to
the Eighth Judicial District Court of Nevada.
6.0 RTC RIGHTS AND DISCLAIMERS
6.1 RTC RIGHTS
The RTC may investigate the qualifications of any Respondent under consideration, may require
confirmation of information furnished by a Respondent, and may require additional evidence of
qualifications to perform the Work described in this RFSOQ. The RTC reserves the right, in its sole
discretion, to do any of the following:
A) Reject any or all SOQs;
B) Issue a new RFSOQ;
C) Cancel, modify or withdraw the RFSOQ;
D) Issue Addenda, supplements and modifications to this RFSOQ;
E) Modify the RFSOQ process (with appropriate notice to Respondents);
F) Appoint a Team(s) and/or evaluation committee(s) (collectively referred to as the
Committees) to review and assist in the review of the SOQ;
G) Approve or disapprove the use of particular subcontractors and/or substitutions and/or
changes in Statements of Qualifications;
H) Revise and modify, at any time before the SOQ due date, the factors it will consider in
evaluating Statements of Qualifications and to otherwise revise or expand its evaluation
methodology. If such revisions or modifications are made, the RTC shall circulate an
Addendum to all registered Respondents setting forth the changes to the evaluation criteria
or methodology. The RTC may extend the SOQ due date if such changes are deemed by
the RTC, in its sole discretion, to be material and substantive;
I) Hold pre-submittal meetings and exchange correspondence with the Respondents
responding to this RFSOQ to seek an improved understanding and evaluation of the SOQ .
J) Seek or obtain data from any source that has the potential to improve the understanding
and evaluation of the SOQ ;
K) Waive weaknesses, informalities and minor irregularities in Statements of Qualifications;
and/or
L) Disqualify any team that changes its SOQ without RTC written approval.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS 32 February 13, 2014
Request for Qualifications
The RFSOQ does not commit the RTC to enter into a Contract, nor does it obligate the RTC to pay for
any costs incurred in preparation and submission of the Statements of Qualifications or in anticipation
of a Contract. By submitting a SOQ , a Respondent disclaims any right to be paid for such costs.
The execution and performance of a Contract pursuant to this RFSOQ and any subsequent RFP is
contingent upon sufficient appropriations and authorizations being made by the RTC, the Clark County
Board of Commissioners, the Legislature of the State of Nevada, or the Congress of the United States
(US) if federal funds are involved, for performance of a Contract between the successful Proposer and
the RTC.
In no event shall the RTC be bound by, or liable for, any obligations with respect to the Work or the
Project until such time (if at all) as the Contract, in form and substance satisfactory to the RTC, has
been executed and authorized by the RTC and approved by all required parties and, then, only to the
extent set forth therein.
6.2 RTC DISCLAIMERS
In issuing this RFSOQ and undertaking the procurement process contemplated hereby, the RTC
specifically disclaims the following:
A) Any obligation to award or execute a Contract pursuant to this RFSOQ or the subsequent
RFP; and
B) Any obligation to reimburse a Respondent for any costs it incurs under this procurement.
In submitting a Statement of Qualifications in response to this RFSOQ, the Respondent is specifically
acknowledging these disclaimers.
7.0 RESOLUTION 315
The RTC shall not discriminate on the basis of race, color, national origin or sex in the award and
performance of any US Department of Transportation (US DOT) assisted contract or in the
administration of 49 CFR Part 26. The Proposers shall take necessary and reasonable steps to ensure
that businesses owned and controlled by socially and economically disadvantaged individuals are
provided with a fair opportunity to participate in this Project. Please review Resolution 315, Exhibit 3.
8.0 EQUAL EMPLOYMENT OPPORTUNITY
In connection with this RFSOQ and the Contract, Respondents/Proposers shall not discriminate against
any employee or applicant for employment because of race, creed, color, sex, national origin, age,
disability, or marital status. Respondents/Proposers shall take affirmative action to ensure that all
applicants are treated fairly during employment without regard to their race, creed, color, sex, national
origin, age, disability, or marital status. Such action shall include, but not be limited to, the following:
layoff or termination; rates of pay or other forms of compensation; employment, job assignment,
upgrading, demotion, transfer recruitment/recruitment advertising and selection for training, including
apprenticeship, pre-apprenticeship and/or on-the-job training.
9.0 COMPLIANCE WITH APPLICABLE LAWS
In connection with this RFSOQ and the Contract, Respondents shall comply with all applicable laws in all
aspects in connection with the procurement process of this Project and the performance of the Contract.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 12, 2014
Request for Qualifications
REQUEST FOR QUALIFICATIONS NO. 14-094
NORTHERN 215 BELTWAY & ARTERIAL INTELLIGENT
TRANSPORTATION SYSTEMS (ITS)
EXHIBITS
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
EXHIBIT 1
SUBMITTAL LETTER FORM
Debra Coleman, C.P.M., Purchasing and Contracts Analyst
Regional Transportation Commission of Southern Nevada
600 S. Grand Central Parkway
Las Vegas, Nevada 89106-4512
RE: RFSOQ No. 14-094, Northern 215 Beltway & Arterial Intelligent Transportation System (ITS)
Dear Ms. Coleman:
[ name of company ] is hereby submitting its Statement of Qualifications (SOQ) to serve as Design-
Builder Private Partner in response to RFSOQ No. 14-094 issued by the Regional Transportation Commission
of Southern Nevada (RTC). This Statement of Qualifications includes the following Principal Participants
which constitute our proposed Design-Build Team
.
[ name of company ] is a [corporation] [general partnership] [joint venture} organized under the laws of
the State of __________, and authorized to do business in the State of Nevada. (Organizations not presently
authorized to do business in Nevada but with the intention of becoming legally constituted under the laws of
Nevada prior to award of contract shall so indicate.)
We understand that all costs and expenses incurred by us in preparing this SOQ and participating in the
RFSOQ process will be borne solely by us, and that any errors or omissions in this SOQ are solely our
responsibility.
We agree that if we are shortlisted by the RTC pursuant to this RFSOQ process, we will submit a
responsive Proposal in response to the Request for Proposals to be issued by the RTC for this project.
We agree to comply with the Restrictions on Lobbying and RTC Contacts provisions in Section 1.12 of
the RFSOQ and acknowledge that contacts in contravention of those restrictions shall be the basis for
disqualification of the offending Respondent.
[If applicable: We acknowledge receipt of the following Addenda to the RFSOQ: Addendum #1, dated
_______]
Our contact person for all issues relating to this SOQ and the RFSOQ process generally is
_______________ [phone number, email, and address].
Signature Block
By:
Print Name:
Title:
Company Name:
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
EXHIBIT 2
SCOPE OF WORK
NORTHERN 215 BELTWAY & ARTERIAL
ITS
SCOPE OF SERVICES 2/4/2014
1.0 DESCRIPTION OF PROJECT
This project is an approved funding initiative by the State of Nevada (AB 413, Index Fuel Tax) and the
Regional Transportation Commission of Southern Nevada (RTC). Through this project, ITS Infrastructure will
be installed, configured and tested onto the new FAST IP/Ethernet Communication Network which includes but
not limited to; Fiber-Optic Cable, Dynamic Message Signs (DMS), Closed Circuit Televisions (CCTV), Traffic
Information Detector Stations (TIDS), Service Pedestals for power, connectivity to existing traffic signals, and
other ITS Infrastructure will be installed along various portions of the Northern 215 Bruce Woodbury Beltway
between Tenaya Way and Aliante Parkway. Through this project, Fiber-Optic Cable, Emergency Pre-Emption,
Closed Circuit Televisions (CCTV), Traffic Signal Controllers and other ITS Infrastructure will also be
installed on Nellis Blvd. between Lake Mead Blvd. and Flamingo Rd., on Stewart Ave. between Nellis Blvd.
and Pecos Road and along various arterial corridors within the Las Vegas Valley. This network will provide
connectivity to traffic signals via fiber optic cable and will improve capabilities to manage coordinated traffic
signal timing on the roadway network. ITS Equipment and Software that is not installed will be furnished and
delivered to RTC-FAST.
2.0 GENERAL DESCRIPTION OF SERVICES
CONTRACTOR, which could be some combination of a construction contractor firm and one or more
architectural and design firms, if needed, will undertake a program of designing and implementing various
infrastructure elements as described in the Schedule of Basic Services. These services are likely to be slightly
adjusted by RTC after award of contract, and possibly throughout the course of the project. Any such
adjustments up or down in quantity will be accommodated by CONTRACTOR at the unit prices proposed and
contracted for. The RTC may negotiate with the CONTRACTOR and accept or deny the proposal. A contract
amendment will be executed by both parties if the proposal is accepted.
In addition, RTC may choose to supplement the contract with negotiated additional services that are not
identified in the Basic Services.
Whenever CONTRACTOR, in the course of performing the Basic Services, is requested to present
recommendation’s to the RTC with respect to the advisability of or the need for any Special Service, such
recommendation will be in writing and shall include a recommended scope of work for such Special Services
and a recommended fee. If CONTRACTOR recommends subcontract services, the recommendation shall also
include the name(s) of the subcontractor(s) recommended by CONTRACTOR and a copy of the subcontract
proposal(s) and schedule. The RTC may negotiate with CONTRACTOR and accept the proposal. A contract
amendment will be executed by both parties if the proposal is accepted.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
Price proposals for the Basic Services and the Special Services shall indicate unit prices as well as the extended
amount for each item based on the quantities identified.
Design/Professional Services Fees shall be incorporated in the unit prices for each item, as solely determined by
CONTRACTOR. CONTRACTOR shall identify a proposed progress payment schedule through the duration of
each Task ID, and for the entire project.
The term “installation” means design, installation, testing, restoration, energizing, integration and successful
commissioning of all systems and components to provide a fully operational system. Prior to the RTC
accepting the work, CONTRACTOR shall demonstrate to the satisfaction of RTC that all systems and
components are fully operational.
The CONTRACTOR shall have 5 years of experience on similar types of projects.
2.1 SERVICES
Upon issuance of a Notice to Proceed (NTP) by RTC, CONTRACTOR shall propose, design, permit, furnish,
and install fiber optic cable, communication devices, power, conduits, wires and ITS devices within the project
limits. The specific tasks shall include and not be limited to the items A through P listed below:
A. Perform detailed investigation of existing on-site conditions including but not limited to pull boxes,
splice vaults, conduits, cabinets, ITS conduits, power conduits, service for power and other pertinent
improvements.
B. Contact utility agencies, perform research, and obtain information regarding electrical, telephone, gas,
water, sewer, cable television, traffic signal interconnect conduit, pipelines, and other utility facilities from the
utility agencies operating existing facilities or planning to install additional facilities within the construction
limits of the Project, such information to include mapping, utility plats, plans, data on electronic media and in
other forms. If CONTRACTOR requires any Detail or As-Built drawings, those may be obtained from the
Agencies/Municipalities.
C. Conduct a visual and field investigation of the Project site to determine conditions of existing pull
boxes, conduits, wires and make appropriate recommendations to relocate, remove or replace where such are in
conflict with CONTRACTOR’s design. These recommendations shall be reflected in the design plans.
D. Perform quality control/quality assurance reviews and make all corrections and/or revisions on all
drawings, specifications and any other documents prior to submittal to the RTC for review and comment. All
submittals made to the RTC shall include a letter from CONTRACTOR certifying that all quality
control/quality assurance reviews have been performed by CONTRACTOR and corrections made prior to
submittal to the RTC.
E. Prepare plans for the Project to include but not be limited to the installation of a Fiber Optic Interconnect
System for the Beltway Segments and Arterial including installation of, at a minimum, 72 strand single mode
fiber optic cable for the entire length, 12 strand communications distribution cable assembly (CDCA)
connection into existing traffic signal cabinets and proposed cabinets, service pedestals for power, Dynamic
Message Signs (DMS), DMS with support structures and DMS cabinets with the associated controller
equipment, Closed Circuit Televisions (CCTV) with the associated equipment, Traffic Information Detector
Stations (TIDS), TIDS with support structures and TIDS cabinets with the associated controller equipment,
Traffic Information Detector Stations (TIDS), Travel Time Signs (TTS) with support structures and TTS
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
cabinets with the associated controller equipment, splicing of fiber optic cables, upgrading of existing
interconnect/ITS conduit, pull boxes, splice vaults, guard rail to protect ITS device and cabinets, removal and
installation of sidewalk, removal and installation of asphalt, removal and installation of conduits, pull boxes,
splice vaults and the installation of any missing conduits required to accommodate fiber optic cable installation.
The DMS shall be Daktronics Type 1 or Type 2 per NDOT Qualified Products List (QPL) and be compatible
with the FAST Field Device Communication Protocol and FAST Central Software System. The Traffic
Information Detector Station (TIDS) shall be Wavetronic’s Smart Sensor HD Series or approved equivalent and
be compatible with the FAST Field Device Communication Protocol and FAST Central Software System. The
Traffic Signal Controller shall be Naztec 980 ATC and be compatible with the FAST ATMS Software System.
Prepare plans for the Project to also include but not be limited to the connection into new TVM cabinets,
splicing of fiber optic cables, upgrading of existing interconnect/ITS conduit and pull boxes, upgrading of
existing power conduit and pull boxes, removal and installation of sidewalk, trenching, asphalt installation,
installation of conduits, pull boxes and splice vaults and the installation of any missing conduits required to
accommodate both power and fiber optic cable installation. Install RTC Fuel Revenue Index Funded Projects
construction sign per RTC requirements.
F. Prepare all engineering and architectural data and applications and obtain permits from, local, state and
federal authorities. Separate engineering and architectural data, plans, specifications and applications to obtain
permits will be required for each separate local, state and federal authority. The design shall be such that the
utility relocation and conflicts is kept to a minimum. All submitted applications shall include notices of utility
removal or relocation if necessary. CONTRACTOR shall procure all required permits to successfully complete
this project. CONTRACTOR shall include a sum of $42,000 in the price proposal as “Allocated Permit Fee
Contingency”. CONTRACTOR shall also include a sum of $42,000 in the price proposal as “Inspection Fee
Contingency”. No work shall be performed under these items without prior written approval from RTC. RTC
will reimburse CONTRACTOR only for actual fees paid to the entities for such Permit and/or Inspection
activities.
G. Prepare and furnish six sets of progress (11” x 17”) drawings and special provisions to the RTC for
review and comments at the 70 percent complete, and final stages. In addition, six copies of a summary of all
reviews and comments made on the previous submittals shall be provided on subsequent submittals, complete
with appropriate responses. CONTRACTOR shall coordinate all plan-checking and activities through RTC.
CONTRACTOR shall allocate 30 calendar days in the project schedule for these review and plan-check
activities. Deviations from this assumed duration and their impact on the overall project schedule shall be
determined on a case-by-case basis.
H. Provide utility companies and governmental agencies with plans, specifications for the Project, and
other information concerning the relocation of utility facilities necessary to construct the Project; all
correspondence between utilities and CONTRACTOR to be copied to the RTC. CONTRACTOR shall be
responsible for coordinating with all utility companies. CONTRACTOR shall include a sum of $32,500 in the
price proposal as “Allocated Utility Relocation Cost Contingency”. No work shall be performed under this item
without prior written approval from RTC. RTC will reimburse CONTRACTOR only for actual fees paid to the
entities or utility company for such Relocation activities.
I. Document the resolution of all utility conflicts and coordinate such with the respective utility owner and
the RTC. RTC does not anticipate relocation of utilities during this project. CONTRACTOR shall make
assumptions pertaining to the installation of components; and any utility conflicts observed in the field shall be
resolved by routing/installing components to avoid such conflicts. Cost differences due to such actions may be
determined based on unit prices provided by CONTRACTOR in their price-proposals, and paid for by the
Allocated Utility Contingency fee explained above.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
J. Obtain utility company signatures and approvals of utility modifications and relocations, with a copy to
RTC.
K. Complete final one hundred percent plans and specifications ready for construction and furnish to the
RTC one set each of final full size (24”x36” Mylar and 11”x17” Bond) drawings, and specifications, stamped
and sealed by a Professional Engineer or Architect registered in Nevada as required by the Agency requiring
approval of the plans and permits. Also submit electronic copies of the final drawings and specifications in a
format approved by the RTC and suitable for reproduction.
L. Prepare and furnish Progress sets and Complete final one hundred percent plans and any specifications
requested, to the Agency. The plans and specifications are to be stamped and sealed by a Professional Engineer
or Architect registered in Nevada as required by the Agency requiring approval of the plans and permits. Also,
submit electronic copies of the final drawings and specifications in a format approved by the RTC and suitable
for reproduction.
M. Provide written responses to requests from the RTC for technical clarifications and information during
construction of the Project when such clarifications and need for technical information are not the result of error
or omission on part of CONTRACTOR. Following completion of Project construction and within sixty days,
CONTRACTOR shall furnish to the RTC a set of hard copy record drawings (as-built markups) and all drawing
files in AutoCAD’s ‘.dwg’ format or ‘.dxf’ format incorporating all revisions and clarifications identified during
construction and as requested by the RTC. CONTRACTOR shall also geocode all fiber optic cable, pull boxes,
cabinets, and ITS devices installed as part of this project and provide the data in a format approved by the RTC.
These documents together shall constitute the ‘Record’ contract documents. Each drawing sheet shall be dated
and stamped to indicate ‘Record Drawings.’ An index of all drawing files, including reference files, shall also
be provided.
N. The CONTRACTOR will test, furnish, install, provide all communication cables, power cables,
integrate and configure the ITS equipment onto the FAST IP/Ethernet Communication Network. All equipment
must be approved by RTC-FAST, prior to purchase. All equipment shall operate within the existing Freeway
and Arterial System of Transportation (FAST) Arterial Management System (AMS) and Freeway Management
System (FMS). The CONTRACTOR will test and provide a complete and operational system back to the FAST
Traffic Management Center (TMC). RTC-FAST will supply the IP scheme for the network which includes the
equipment. The CONTRACTOR will configure each equipment within the network with IP address, test
equipment and place a permanent label showing IP Address of the equipment. The RTC-FAST staff will
configure the FAST Traffic Management Center (TMC) Central Signal System Software and CCTV Central
System Software to accept the CONTRACTOR installed and configured ITS Field Devices. The
CONTRACTOR will test and provide a complete and operational system back to the FAST Traffic
Management Center (TMC) 30 days prior to Substantial Completion. The Contractor will test, furnish, install,
integrate and configure the following as a minimum:
1. Layer 2 Ethernet Switch
a. The functionality and general requirements of a Layer 2 Ethernet switch shall meet RTC
Specification 684.
2. Layer 2 Serial - Ethernet Switch (Furnish Only)
a. RuggedCom Rugged Switch RS930L.
3. Video Encoder
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
a. The functionality and general requirements of a Video Encoder shall meet RTC Specification
685.
4. Existing and New Traffic Closed Circuit Television (CCTV)
a. The functionality and general requirements of a CCTV system shall meet RTC Specification 687
and RTC Standard Drawing 404.766.
5. New 80’ High Mast Pole with Traffic Closed Circuit Television (CCTV)
a. The functionality and general requirements of a CCTV system shall meet RTC Specification 687
and general requirements shall meet NDOT Specifications and Qualified Products List (QPL).
6. Dynamic Message Sign (DMS)
a. The functionality and general requirements of a DMS shall meet NDOT Specifications and
Qualified Products List (QPL).
7. Traffic Information Detector Station (TIDS)
a. The functionality and general requirements of a TIDS shall meet NDOT Specifications and
Qualified Products List (QPL).
8. Traffic Signal Controller (Furnish Only)
a. Naztec 980 ATC with Apogee Software, Latest Version.
b. All equipment must be approved by RTC-FAST, prior to purchase.
c. The controller shall comply with the requirements stated within this specification so as to operate
within the existing Freeway and Arterial System of Transportation (FAST) Arterial Traffic
Management System (ATMS).
9. HUB 9 (CC 215 and US 93 & 95) Field Device Configuration
a. Test, furnish, install, and configure all devices associated with integrating and making Hub 9
(CC 215/ US 93 & 95) a complete and operating hub.
b. All equipment supplied and installed on this project shall be labeled clearly with the project and
location designation.
c. All equipment must be approved by RTC-FAST, prior to purchase.
d. The equipment shall comply with the requirements stated within this specification so as to
operate within the existing Freeway and Arterial System of Transportation (FAST) Arterial
Management System (AMS) and Freeway Management System (FMS).
10. HUB 6 (Stewart and Pecos) Field Device Configuration
a. Test, furnish, install, and configure all devices associated with integrating and making Hub 6
(Stewart and Pecos) a complete and operating hub.
b. All equipment supplied and installed on this project shall be labeled clearly with the project and
location designation.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
c. Layer 2 Switch for Hub - RuggedCom Rugged Switch RSG2100-F-RM-HIP-HIP-FX04-FX04-
FX04-FX04-CG01-1CG01-FX04-FX04-TX01-TX01-XX (Furnish Only).
d. All equipment must be approved by RTC-FAST, prior to purchase.
e. The equipment shall comply with the requirements stated within this specification so as to
operate within the existing Freeway and Arterial System of Transportation (FAST) Arterial
Management System (AMS) and Freeway Management System (FMS).
11. TMC Device Configuration
a. Test, furnish, install, and configure all devices associated with integrating and making
operational the new ITS enhancements at Hub 6 (Stewart and Pecos) and Hub 9 (CC 215/ US 93
& 95), as well as the conversion to an IP based ITS system.
b. All equipment supplied and installed on this project shall be labeled clearly with the project and
location designation.
c. All equipment must be approved by RTC-FAST, prior to purchase.
d. The TMC Equipment shall comply with the requirements stated within this specification so as to
operate within the existing Freeway and Arterial System of Transportation (FAST) Arterial
Management System (AMS) and Freeway Management System (FMS).
O. CONTRACTOR shall coordinate power design with NVE, provide design for customer-owned
facilities, and facilitate agreements between RTC and NVE.
P. Easements may need to be obtained for the installation of this ITS infrastructure. Perform all research,
including title reports, and obtain all property owner information in order to prepare Easement Documents for
all ITS and RTC Infrastructure installed on private property. Prepare and furnish Progress sets and Complete
final one hundred percent Easement documents, to the RTC, Agency and Property Owner. The Easement
documents are to be stamped and sealed by a Professional Engineer or Land Surveyor registered in Nevada.
RTC will record the Easement Documents for each property.
2.2 SPECIAL SERVICES
The CONTRACTOR shall perform the following Special Services if, as, and when requested in writing by the
RTC provided, however, that the CONTRACTOR shall not be obligated to perform any Special Services unless
a sufficient amount of money has been mutually agreed upon for such purposes.
o Perform additional field surveys, prepare legal descriptions, perform office computations and drafting
related to the tasks in the Special Services section.
o Provide additional design and related services in the event the RTC finds it necessary to perform additional
work not specified in the Basic Services section, but required for and related to the project.
2.3 DESIGN CRITERIA
The design shall conform to the standards published in the latest edition of the “Uniform Standard Drawings
and Specifications for Public Works Construction, Clark County Area” as adopted by Clark County, the Cities
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
of Henderson, North Las Vegas and Las Vegas, and the Nevada Department of Transportation. Design criteria
for the following agencies shall also be adhered to:
Regional Transportation Commission of Southern Nevada,
Clark County Regional Flood Control District,
Nevada Department of Transportation Standard Plans for Road and Bridge Construction, and
Local Agency Building Codes
Specific design references to be used on this project include the most recent editions of the following:
A Policy on Geometric Design of Highways and Streets, American Association of State Highways and
Transportation Officials (AASHTO), Latest Edition.
Uniform Standards Specifications for Public Works’ Construction of Off-Site Improvements, Clark
County Area, Nevada, Regional Transportation Commission of Southern Nevada, Latest Edition.
Uniform Standard Drawings for Public Works’ Construction of Off-Site Improvements, Clark County
Area, Nevada, Volume I and Volume II, Regional Transportation Commission of Southern Nevada,
Latest Edition.
Manual of Uniform Traffic Control Devices for Streets and Highways, Federal Highway Administration,
US Department of Transportation, Latest Edition.
Clark County Improvement Standards, Department of Public Works, Clark County, Nevada, Latest
Edition.
Hydrologic Criteria and Drainage Design Manual, Clark County Regional Flood Control District, Latest
Edition.
AASHTO Roadside Design Guide, Latest Edition.
NDOT QPL: http://www.nevadadot.com/reports_pubs/QPL/
Local Agency Building Codes.
Refer to www.rtcsouthernnevada.com/streets/pdf/specs for specifications and standard drawings adopted by the
RTC. RTC has finalized standard specifications for some of the ITS devices. CONTRACTOR shall use these
specifications.
3.0 PROJECT MANAGEMENT AND COORDINATION
This project to include but not be limited to Fiber-Optic Cable, Power, TVM and other ITS Devices and
Infrastructure that will be installed that CONTRACTOR is required to design and construct.
3.1 Management and Coordination
CONTRACTOR shall provide and manage resources to effectively complete the Project. CONTRACTOR shall
coordinate with RTC, Clark County, City of Henderson, City of Las Vegas, City of North Las Vegas, and
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
NDOT. CONTRACTOR shall also coordinate with other consultants and projects, utility companies, and
review agencies as required.
3.2 Project Meetings
CONTRACTOR shall conduct and attend semi-monthly progress meetings, during the design and construction
phases of the project. These meetings may be face to face or conference calls, to be determined by RTC.
Additional coordination meetings shall be held with RTC and other agencies, as required and as necessary to
address unforeseen developments. CONTRACTOR shall prepare and distribute meeting notes to all attendees
within five working days of the meetings.
3.3 Correspondence
Copies of all formal correspondence shall be forwarded immediately to the RTC Project Manager.
CONTRACTOR shall maintain a contact log of all project correspondence. The log will briefly note the
identity of the sender and recipient(s), the date, and the subject of the correspondence, with reference to its
location in the project file. Project-related emails and telephone conversations shall also be entered into the
contact log. CONTRACTOR shall submit and review the contact log at the project meetings.
3.4 Schedule
CONTRACTOR shall develop a schedule that reflects design and construction activities, and project
milestones. A separate Notice to Proceed for each Task IDs will be issued following the execution of the
contract and funding availability. It is expected that all tasks included in the RFP and any Addenda’s shall be
completed by December 31, 2015. CONTRACTOR shall also indicate the duration for each task from NTP for
that task.
3.5 Progress Reports
CONTRACTOR shall prepare monthly progress reports as part of the monthly invoices, and be prepared to
discuss same at the project meeting following invoice submittal. Weekly reports will be submitted once
construction commences.
3.6 Specifications
CONTRACTOR will prepare contract specifications describing the performance requirements and special
conditions for each of the components of the design. CONTRACTOR shall use the RTC, Local Agency and
NDOT Standard Specifications, Drawings and Codes.
Regional Transportation Commission of Southern Nevada
Northern 215 Beltway & Arterial ITS February 13, 2014
Request for Qualifications
EXHIBIT 3
RESOLUTION 315
Resolution No. 315
Resolution Supporting Local Hiring on Fuel Tax Indexing Projects
WHEREAS, Clark County’s consistent goal and challenge is to establish the County’s economic vitality and ensure ongoing job creation to ensure that the County’s unemployed persons are given opportunities to return to work and new areas of employment are created for future generations; and
WHEREAS, the construction and infrastructure industry is an essential element of Clark County's economy; and
WHEREAS, businesses, workers, governments and legislators worked together in the 77th (2013) Session of the Nevada Legislature and developed Assembly Bill 413 (“Fuel Tax Indexing”) which is intended to catalyze the construction and maintenance of Clark County’s infrastructure and was signed into law on June 12, 2013; and
WHEREAS, the Clark County Board of Commissioners adopted Fuel Tax Indexing on September 3, 2013 and indexing will provide funding for approximately $700 million of much needed roadway projects as set forth in an analysis conducted by Hobbs, Ong & Associates on July 25, 2013 and considered by the County Commissioners; and
WHEREAS, Fuel Tax Indexing will create an estimated 4,738 to 5,526 direct person years of employment within the construction and related sectors during project implementation timeframes as set forth in an analysis conducted by Hobbs, Ong & Associates on July 24, 2013 and considered by the County Commissioners; and
WHEREAS, the Regional Transportation Commission of Southern Nevada is working with the local governments and business communities to develop opportunities for local residents to become employed on planned projects; and
WHEREAS, the Regional Transportation Commission of Southern Nevada is dedicated to identifying opportunities to maximize the use of local workers and local companies for the Commission’s projects, especially those supported by local funds;
NOW, THEREFORE, BE IT RESOLVED, that the Regional Transportation Commission of Southern Nevada reaffirms the Commission’s commitment to the goals outlined herein, subject to all applicable legal requirements, to encourage the use, retention and selection of companies especially those that support minority and women-owned businesses that show dedication to our community by holding local business licenses, generating local taxes and paying living wages.
Recommended