index.RTA
Arch/urban design
Title: Architectural and urban design services for the Central Link Light Rail System, Package 2
RFQ/P Due: May 18 at 2 pm
Project No.: RTA/LR 62-99
Owner: Central Pgt Sound Regional Transit, Contracts Division, 1100 Second Ave., Ste. 500, Seattle, WA 98101-3423, 206-398-5253
Location: Seattle, WA
Description: Provide architectural, landscaping and urban design services for Station design Package 2, Capitol Hill Station and First Hill Station (two tunnel stations), in coordination with the civil facilities and systems design for Preliminary Engineering and Final Design for the Central Link Light Rail system. Sound Transit believes the best approach for station and urban design would be to have the same architects involved for the remainder of Preliminary Engineering and Final Design. This would facilitate consistency in the design process and coordination with the local community and cities. The existing civil engineering contract requires a change of architects at the end of Preliminary Engineering that will be complete by December 1999. Sound Transit is responding to concern that the vision, design intent and community involvement may be hampered if the change of architects occurs at the completion of Preliminary Engineering. Therefore, the architectural services for the remaining Preliminary Engineering and Final Design effort will be awarded through this competitive procurement process. The architectural services will be contracted directly with Sound Transit but require coordination with the Civil Facilities Consultants, both in the remainder of Preliminary Engineering and Final Design. Architecture firms that have supported the Conceptual Engineering and initial Preliminary Engineering effort are not excluded to submit qualifications for this RFQ/P.
Conference: 10 am, May 4 in the 4th Floor Board Room of Sound Transit, 1100 Second Ave., Ste. 500, Seattle, Wash.
Submittal Requirements: Following evaluation of the Statements of Qualifications and Proposals, the Consultant Selection Committee may select finalists who will be invited to participate in an interview.
Submittals From: the owner.
Notes: This is a re-solicitation of RFQ/P No RTA/LR 32-99 Package 2. No minimum level of DBE participation has been established for purposes of this solicitation. DBE participation is not required for consideration of a proposal but will be an evaluative factor in the selection of a consultant. Sound Transit will establish contractual levels of DBE participation depending on the nature of the proposal selected. Proposers are advised that Sound Transit has a federal DBE goal of 18% and that the availability of firms for architecture and engineering professional consulting services is 15.5% MBE and 9% WBE. Inquiries concerning the consultant selection process and any technical questions should be directed to Judy Crow, (206) 398-5092. Questions concerning M/W/DBE and EEO requirements should be directed to Glenn Shoate, (206) 398-5020. Communication with Sound Transit officials other than these may cause the firm involved to be subject to disqualification.
Public notice: 104758

First publication: 04/27/1999

PUBLIC NOTICE: 104758
R. T. A.
Architectural and Urban Design Services
Submittal Date, May 18

CENTRAL PUGET SOUND REGIONAL TRANSIT AUTHORITY
REQUEST FOR QUALIFICATIONS AND PROPOSALS
RFQ/P NO. RTA/LR 62-99
ARCHITECTURAL AND URBAN DESIGN SERVICES FOR THE CENTRAL LINK LIGHT RAIL SYSTEM
STATION DESIGN PACKAGE #2
(Re-solicitation of
RFQ/P No. RTA/LR 32-99, Package 2)
The Central Puget Sound Regional Transit Authority (Sound Transit) is requesting Statements of Qualifications and Proposals from firms qualified and interested in consultant architectural, landscaping and urban design services for Station Design Package #2, Capitol Hill Station and First Hill Station (2 tunnel stations) in coordination with the civil facilities and systems design for Preliminary Engineering and Final Design for the Central Link Light Rail System.
Sound Transit believes the best approach for station and urban design would be to not change architects between Preliminary Engineering and Final Design. This would facilitate consistency in the design process and coordination with the local community and cities. The existing civil engineering contract requires a change of architects at the end of Preliminary Engineering that will be complete by December, 1999. Sound Transit is responding to concern that the vision, design intent and community involvement may be hampered if the change of architects occurs at the completion of Preliminary Engineering. Therefore, the architectural services for the remaining Preliminary Engineering and Final Design effort will be awarded through this competitive procurement process. The architectural services will be contracted directly with Sound Transit but require coordination with the Civil Facilities Consultants, both in the remainder of Preliminary Engineering and Final Design. Architecture firms that have supported the Conceptual Engineering and initial Preliminary Engineering effort are not excluded in submitting qualifications and proposals for this RFQ/P.
Interested firms shall obtain a copy of the Request for Qualifications and Proposals, which outlines the information necessary to understand the consultant selection process and the required documentation, by calling (206) 398-5253 or from the Contracts Division, Sound Transit, 1100 Second Avenue, Suite 500, Seattle, Washington 98101-3423. Statements of Qualifications and Proposals shall be submitted before 2:00 P.M. on MAY 18, 1999, to the CONTRACTS DIVISION, SOUND TRANSIT, 1100 SECOND AVENUE, SUITE 500, SEATTLE, WASHINGTON 98101-3423. Sound Transit intends to award one station design contract as a result of this procurement for Preliminary Engineering and Final Design services. This Contract will be awarded for both phases; however, only Preliminary Engineering will be authorized initially. For the purpose of this Request for Qualifications and Proposals (RFQ/P), Preliminary Engineering and Final Design are to be included in the work approach.
Interested firms are encouraged to attend a pre-proposal meeting that will be held to discuss this project, the consultant selection process, the schedule, and elements of the contract. The meeting will be held on MAY 4, 1999 AT 10:00 A.M., in the 4TH FLOOR BOARD ROOM OF SOUND TRANSIT, 1100 SECOND AVENUE, SUITE 500, SEATTLE, WASHINGTON 98101-3423.
Following evaluation of the Statements of Qualifications and Proposals, the Consultant Selection Committee may select finalists who will be invited to participate in an interview. Sound Transit reserves the right to reject any and all submittals received. The final selection, if any, will be that submittal which, in the opinion of Sound Transit, best meets the requirements set forth in the RFQ/P and is in the best interests of Sound Transit.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION
To the best extent possible, Proposers are requested to establish and detail a plan to utilize certified disadvantaged business enterprises. No minimum level of DBE participation has been established for purposes of this solicitation. DBE participation is not required for consideration of a proposal but will be an evaluative factor in the selection of a consultant. Sound Transit will establish contractural levels of DBE participation depending on the nature of the proposal selected.
Sound Transit promotes and encourages Minority, Women, and Disadvantaged Business Enterprise (M/W/DBE) participation on its contracts and is interested in proposals that reasonably involve such participation as prime contractors, joint venture partners, or subcontractors.
Proposers are advised that Sound Transit has a federal DBE goal of 18% and that the availability of firms for architecture and engineering professional consulting services is 15.5% MBE and 9% WBE.
NON-DISCRIMINATION IN CONTRACTING
In preparing proposals, including disadvantaged business enterprise participation plans, Proposers are reminded to afford all potential business partners an equal, non-discriminatory opportunity to compete for business as joint venture partners or subcontractors.
EQUAL EMPLOYMENT OPPORTUNITY (EEO)
Sound Transit is interested in proposals from firms that demonstrate a commitment to equal employment opportunity. Sound Transit encourages the submittal of proposals from firms employing a workforce that reflects the region's diversity. Proposers are advised that they shall adhere to non-discrimination provisions.
Inquiries concerning the consultant selection process and any technical questions should be directed to Judy Crow at (206) 398-5092. Questions concerning M/W/DBE and EEO requirements should be directed to Glenn Shoate at (206) 398-5020. COMMUNICATIONS WITH SOUND TRANSIT OFFICIALS OTHER THAN THOSE LISTED ABOVE MAY CAUSE THE FIRM INVOLVED TO BE SUBJECT TO DISQUALIFICATION.
Any firm failing to submit information in accordance with the procedures set forth in the Request for Qualifications and Proposals may not be considered responsive and may therefore be subject to disqualification.
CENTRAL PUGET SOUND REGIONAL TRANSIT AUTHORITY, (206) 398-5253.
Dates of publication in the Seattle Daily Journal of Commerce, April 27 and May 5, 1999. 5/5(104758)


home | faq | commuter rail | light rail | hov express
get involved | transit links | search site | rfps/bids

Comments about index.RTA to John Elliott

Copyright © 1997 Seattle Daily Journal of Commerce.
All rights reserved. Do not duplicate or redistribute in any form.