Vdocuments - MX - Public Private Partnership p3 Design Arizona Department of Transportation
Vdocuments - MX - Public Private Partnership p3 Design Arizona Department of Transportation
For
1. BACKGROUND...............................................................................................................3
ATTORNEY IN FACT..................................................................................................................1
PUBLIC NOTICE
FOR
FOR
PROJECT #F014701C
PHOENIX METROPOLITAN AREA FREEWAY LIGHTING PROJECT
Proposers are advised that firms and personnel providing professional services to the
successful Proposer must have the appropriate licenses in compliance with A.R.S. Title 32,
Chapter 1 - Architects, Engineers, Geologists, Home Inspectors, Landscape Architects, and
Surveyors; and A.R.S. Title 32, Chapter 10 - Contractors at the time the P3 Agreement is
awarded. This requirement includes all commercial and professional registration requirements,
including, but not limited to, those requirements of the Arizona State Corporation Commission,
Arizona Registrar of Contractors, and Arizona Board of Technical Registration. Proposer shall
verify that all firms and personnel engaged on the Project have or can obtain appropriate
Arizona Licenses and/or Registrations, and Disadvantaged Business Enterprise (“DBE”)
Certification, if applicable, for the services to be performed under the P3 Agreement.
SOQs must be submitted to ADOT no later than 4:00 p.m. (Arizona Time) on September
29, 2017. SOQs shall comply with the page limit in Section 4.6.2, subject to certain exceptions
and separate page limits for particular items. See the attached RFQ package for further details
regarding submission of SOQs.
SOQs, whether delivered in person, courier or by mail, shall be submitted to the following:
SOQs and amendments to the SOQs received after the SOQ Due Date will be returned to
Proposers unopened. Faxed or electronically submitted SOQs will not be accepted.
All Proposers can obtain the full content of this RFQ, RFQ Forms, Attachments, Appendices,
and all Addenda at the Website.
The RFQ contains specific protocols relating to discussions and communications regarding this
RFQ. Any violation of these provisions may result in immediate disqualification of a Proposer’s
SOQ.
Proposers are encouraged to notify ADOT immediately of any apparent major inconsistencies,
problems, or ambiguities in the RFQ (see Section 3.4).
Proposers are responsible for all costs and expenses of any nature associated with responding
to this RFQ, including attending briefing(s) and providing supplemental information. ADOT will
not reimburse such costs in whole or in part in any circumstance.
ADOT shall not discriminate on the basis of race, color, national origin, or sex in the award and
performance of any United States Department of Transportation (“USDOT”)-assisted contract or
in the administration of 49 Code of Federal Regulations (“CFR”) Part 26. For federal-aid
contracts, projects are subject to USDOT DBE Design-Build provisions in 49 CFR Part 26 and
subsequent publication of the Federal Register dated June 16, 2003 (Volume 68, Number 115).
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.
1. BACKGROUND
1.1 Introduction
ADOT is pleased to present this RFQ to Proposers interested in submitting SOQs to design,
supply, build/install, finance, operate and maintain a lighting system on all freeways within the
Phoenix metropolitan area, otherwise known as the Phoenix Metropolitan Area Freeway
Lighting Project, through a P3 Agreement. ADOT is using the DBFOM project delivery
methodology to expedite completion of the Project, to assure the quality and long-term
performance of the Project, and to optimize lifecycle costs.
ADOT shall evaluate SOQ’s submitted in response to this advertisement, in order to identify
Short-Listed Proposers eligible to participate in the next stage of the procurement. ONLY THE
SHORT-LISTED PROPOSERS WILL BE ELIGIBLE TO SUBMIT PROPOSALS FOR THE
PROJECT.
Unless the context otherwise requires, the following acronyms are used in this RFQ and are
defined below:
Unless the context otherwise requires the following terms are used in this RFQ and are defined
below:
Term Definition
Developer The entity or team forming the Proposer selected pursuant to the
RFP to enter into the P3 Agreement with ADOT to design, supply,
build/install, finance, operate and maintain the Project.
Disadvantaged A for-profit small business concern as defined in 49 CFR Part 26.
Business Enterprise
DBE Utilization Plan Has the meaning given in Section 2.2.2.
Equity Member Means:
(a) each member of a joint venture;
(b) each general partner of a limited or general partnership;
(c) each managing member of a limited liability corporation;
(d) each entity holding an equity interest in the Proposer entity if
Arizona Department of Transportation Page 4 of 58 Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Project #F014701C
56075244.v15
the Proposer entity was formed less than one year prior to
the SOQ Due Date;
(e) each entity proposed to holding an equity interest in the
Proposer entity if the Proposer entity is not yet formed as of
the SOQ Due Date; and
(f) each other entity with a Controlling Interest in Proposer
(whether as a member, partner, shareholder, joint venture
member or otherwise).
Notwithstanding the foregoing, if the applicable entity is a publicly
traded company, shareholders with less than a 10% interest in the
entity shall not be considered Equity Members.
Final Acceptance Written confirmation by ADOT that the Project design and
construction work has been completed in accordance with the P3
Agreement, and has been accepted.
Financially The parent company, affiliate or other entity (if any) whose
Responsible Party financial statements Proposer provides to demonstrate in its SOQ
the financial capacity of Proposer and / or an Equity Member.
ADOT may also require a Financially Responsible Party under
certain circumstances and a Financially Responsible Party may be
required to guaranty certain obligations under the P3 Agreement
or related agreement where required in accordance with Section
5.2.5.
Key Personnel Individuals from Proposer’s organization, as identified in
Proposer’s SOQ, to fill the positions specified in Section 5.3.3 of
the RFQ. Additional key personnel positions for the Project may
be identified in the RFP.
Lead Contractor The member of the Proposer team, whether a single entity, joint
venture or other consortium, primarily responsible to build/install
the Project.
Lead Engineering The member of the Proposer team, whether a single entity, joint
Firm venture or other consortium, primarily responsible for the design
and engineering of the Project. The Lead Engineering Firm will be
Developer’s engineering firm of record with primary responsibility
for design work under the P3 Agreement.
Lead O&M Firm The member of the Proposer team, whether a single entity, joint
venture or other consortium, primarily responsible for operations
and maintenance of the Project.
Luminaire Supplier The member of the Proposer team that will primarily supply the
luminaires used in the Project 1.
Major Non-Equity The following members of the Proposer team, if such team
Member members are not Equity Members:
(a) the Lead Engineering Firm (if a consortium, partnership or
any other form of a joint venture, all such members);
(b) the Lead Contractor (if a consortium, partnership or any
other form of a joint venture, all such members);
(c) any firm, other than the Lead Contractor, that will be
responsible for 20% or more of the construction work on
the Project;
1
A Luminaire Supplier is not required to be nominated or identified in the SOQ, nor is a Luminaire
Supplier required to be a member of the Proposer.
Arizona Department of Transportation Page 5 of 58 Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Project #F014701C
56075244.v15
(d) the Luminaire Supplier; and
(c) the Lead Operations and Maintenance (“O&M”) Firm (if a
consortium, partnership or any other form of a joint
venture, all such members).
Official The duly authorized official of the Equity Member or Major Non-
Representative Equity Member.
Project The design, supply, construction/installation, financing, operations
and maintenance of the proposed Phoenix Metropolitan Area
Freeway Lighting Project.
Project Documents Has the meaning given in Section 3.7.
Proposal The documents submitted by Proposer in response to the RFP,
including any revisions.
Proposer The entity submitting a SOQ for the Project in response to this
RFQ.
Public Records Act A.R.S. Title 39.
P3 Agreement The written agreement between ADOT and Developer setting forth
the obligations of the parties with respect to the Project, including,
but not limited to, the performance of the Work, the furnishing of
labor and materials, and the basis of payment.
Quality Assurance All systematic monitoring and evaluation of various aspects of the
Project to ensure that standards of quality are being met, thereby
providing confidence that all Work complies with the P3
Agreement and that all materials incorporated in the Work, all
equipment, and all elements of the Work will perform satisfactorily
for the purpose intended.
Quality Control The total of all activities that are performed by the Developer,
Lead Contractor, Lead Engineering Firm, subcontractors,
producers, manufacturers, Lead O&M Firm to ensure that a
product or service meets P3 Agreement requirements.
Quality Program The overall QC, QA, and associated activities performed by
Developer and ADOT and their interrelationships to ensure that all
Work complies with the P3 Agreement.
Request for A written solicitation issued by ADOT to Short-Listed Proposers
Proposals (RFP) seeking Proposals to undertake the Project, used to identify the
Proposer offering the best value to ADOT.
Request for The written solicitation issued by ADOT to identify Short-Listed
Qualifications (RFQ) Proposers eligible to receive the RFP for the Project.
Similar Project” Means freeway lighting projects with 5,000+ luminaires, and/or
tunnel lighting projects with 500+ luminaires. Any lowercase
instance of ‘similar’ or ‘similar project’ in this document is not
intended to refer to this definition of Similar Project.
Short-Listed Has the meaning given in Section 1.1.
Proposers
SOQ Due Date The deadline to submit the SOQs set forth in Section 3.3 or such
date as may be revised by Addenda.
Stakeholder FHWA, MAG, APS, SRP, GRICUA, Maricopa County,
incorporated municipalities in Maricopa County, utility owners and
resource agencies.
Statement of The information prepared and submitted by a Proposer in
Qualifications (SOQ) response to this RFQ.
ADOT operates and maintains the lighting system on controlled access highways in the State of
Arizona. In support of its mission to provide a safe, efficient, cost-effective transportation
system, ADOT seeks to upgrade more than 19,000 luminaires to Light-Emitting Diode (“LED”)
LED technology with remote monitoring and controls, covering approximately 300 miles of
controlled access highway throughout the greater Phoenix area, including the Deck Park Tunnel
on I-10, as shown on the map in Appendix A.
ADOT seeks a Developer to design, supply, build/install, and finance the upgrading of the
lighting system on certain freeways within the Phoenix metropolitan area over an anticipated
two-year period, and to then operate and maintain the system to prescribed performance
standards for a further fifteen (15) years (the “Term”). At the end of the Term, Developer shall
turn the system back to ADOT with remaining useful life in the system elements to be further
described in the RFP. The contracting vehicle is anticipated to be a single P3 Agreement
covering the complete DBFOM Project scope, under the P3 statute described in Section 3.1.
ADOT’s Legacy Vision is “Creating a transportation system for Arizona that improves the quality
of life.” ADOT’s Mission is “To provide a safe, efficient, cost effective transportation system” in
accordance with the values of Accountability, Integrity, and Respect. Consistent with ADOT’s
Legacy Vision, Mission, and Values, ADOT has established a set of goals for the Project. The
following Project goals are considered to be equal in value and importance to the Project,
reflecting ADOT’s view of a successful Project:
(a) To improve the energy efficiency of the broader Phoenix metropolitan area
lighting system, based on improvements in solid state lighting and controls
systems;
(b) To challenge and motivate Proposers to apply private sector project development
and management innovation and efficiencies throughout the Project;
(c) To enhance the safety of drivers using highways in the Phoenix metropolitan
area;
(d) To design and implement a monitoring and control system for all luminaires
within the Project scope;
(f) To improve overall service levels, quality and reliability of the lighting system in
the Project area through a performance-based agreement; and
The Project will additionally provide improved public and environmental benefit through reduced
levels of energy consumption and reduction in demand.
ADOT is the procuring and contracting agency for the Project, working in cooperation with the
Federal Highway Administration (“FHWA”). FHWA will have certain oversight and approval
rights with respect to the Project.
The RFP will include the parties’ respective obligations for coordination with all governmental
agencies, Stakeholders and those parties identified under Section 7.3.1.
It is currently anticipated that ADOT, as the Project sponsor and lead agency in charge of
overall program administration, will be responsible for the following Project activities:
(b) Preparation of the RFQ and the RFP, evaluation of SOQs and Proposals,
determination of Short-Listed Proposers, and selection of the Developer;
(h) Review and approval of the Transportation Management Plan (TMP), 23 CFR §
630.1012.b;
At ADOT’s sole discretion, ADOT may use its consultants in fulfilling the responsibilities noted in
this Section 1.6.
It is anticipated that Developer will be responsible for investing equity in and providing financing
for the Project, and for furnishing all labor, material, equipment, services, and support facilities
for, among other functions, the following:
(c) Working in close collaboration with ADOT to assist with project-related public
involvement activities;
(i) Environmental mitigation (if required) as outlined in the approved Project scope;
(m) Preliminary and final engineering, such as surveys and condition assessments;
(n) Management and remediation of harmful and hazardous materials (if required);
(p) Salvage and construction waste disposal and handling of existing lighting
components;
(r) Ancillary works, such as temporary fencing, work-sites, and temporary works;
(u) Utility coordination and (as required) relocation and protection of existing
utilities; and
(v) Operations and routine and capital maintenance of the Project during Term,
including maintenance of poles, wiring, pull boxes, conduit, and other ancillary
lighting infrastructure on the load side of the electrical point of service, and
periodic cleaning of the walls of the Deck Park Tunnel.
After substantial completion of the Project, Developer will be responsible for traffic management
only in relation to Developer’s operations and maintenance activities.
ADOT intends to enter into a long-term P3 Agreement with Developer that transfers significant
responsibility for the design, construction and ongoing operations and maintenance of the
lighting system to Developer.
ADOT may make one or more milestone payments to Developer during the design and
construction/installation period, with the amount, timing, manner and conditions of payments to
be set forth in the RFP.
During the operations and maintenance period, ADOT will make availability payments as
consideration for Developer’s performance of its obligations under the P3 Agreement. The
performance requirements are currently under consideration, but will be set forth in the RFP and
are expected to include achievement of a prescribed level of system availability, prescribed
levels of luminance, energy consumption that is lower than the maximum allowable
consumption (kWh), certain response times for repair and other measures of performance. The
payment mechanism is expected to include deductions in the event of noncompliance, with such
deductions escalating over time in the event of persistent noncompliance.
ADOT will be responsible for electrical utility payments relating to the lighting system, and
ADOT intends to share the benefits of reduced energy consumption between ADOT and
Developer.
ADOT anticipates that its Project-related obligations will be funded via federal aid and other
state revenues legally available to the agency. ADOT is currently finalizing details related to
funding sources and anticipates that the necessary processes to secure obligated funding from
Proposers are advised that federal funds have been and will be used to fund a portion of the
Project costs. Therefore, the procurement documents and any agreements must conform to
requirements of applicable federal law, regulations, and policies. These include Equal
Employment Opportunity (Title VI of the Civil Rights Act of 1964, as amended), DBE (49 CFR
Part 26, as amended), Small Business requirements (15 United States Code [“U.S.C.”] §§ 631
et seq.), Buy America requirements (23 U.S.C. § 313, 23 CFR § 635.410), and Davis-Bacon
wage rates. Details as to the extent and applicability of federal requirements to the Project will
be set forth in the RFP. ADOT reserves the right to modify the procurement process described
in this RFQ to address any concerns, conditions, or requirements of Federal agencies, including
FHWA.
ADOT shall not discriminate on the basis of race, color, national origin, or sex in the award and
performance of any USDOT-assisted contract or in the administration of 49 CFR Part 26. For
federal-aid contracts, projects are subject to USDOT DBE Design-Build provisions in 49 CFR
Part 26 and subsequent publication of the Federal Register dated June 16, 2003 (Volume 68,
Number 115). 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.
An overall Project DBE goal, as well as sub-goals for different parts of the Project, will be set by
ADOT in the RFP. DBE sub-goals may be set for:
Developer will be required to meet DBE goal(s) or make Good Faith Efforts to do so. Short-
Listed Proposers shall submit a DBE Utilization Plan in the RFP outlining how they plan to meet
the Project’s DBE goal(s). The DBE Utilization Plan must include how Proposer plans to recruit,
manage, provide oversight and monitoring, and report DBE utilization to ADOT for the Project.
Each Short-Listed Proposer shall include a DBE Outreach and Compliance Manager on its team
as part of the RFP to manage the implementation of the Plan. The efficacy and quality of each
Proposer’s DBE Utilization Plan will be evaluated in the RFP process.
49 CFR § 26.39 also requires that ADOT’s DBE Program include an element to incorporate
contracting requirements to facilitate participation by Small Business Concerns (“SBCs”) in
contract procurements. SBCs are for-profit businesses registered to do business in Arizona and
that meet the Small Business Administration size standards for average annual revenue criteria
for its primary North American Industry Classification System code.
Because the Project will be for a federal-aid project, federal prevailing wages will apply to the
Project as required under federal law. The applicable prevailing wages will be specified in the
RFP.
ADOT confirms there will be no federal OJT participation goal for the Project.
2.3.3 E-Verify
Developer will be required to warrant compliance with all federal immigration laws and
regulations related to employees and warrant compliance with A.R.S. § 23-214(A).
Developer will be required to indemnify, defend and hold ADOT and others harmless with
respect to certain third party claims and other items arising out of the P3 Agreement or the
Project. The indemnity provisions will be set forth in the P3 Agreement in the RFP.
Developer shall furnish payment and performance bonds upon execution of the P3 Agreement
to secure the obligations of Proposer. The amounts of payment and performance bonds and
other relevant requirements with respect to bonding will be set forth in the RFP. The surety
letter set forth in Section 5.2.1 shall not be determinative of the amounts of payment and
performance bonds that may be required under the RFP and such amount may be less or more
than the amount indicated in Section 5.2.1.
Proposers shall demonstrate, in their SOQs and Proposals, the capacity to obtain the required
bonds.
Developer shall provide evidence at the time of commercial close that it and its team members
and Key Personnel have all licenses, registration, and credentials required by the laws of the
State of Arizona to design, supply, build/install, finance, operate and maintain the Project. Such
information shall include any information on the revocation or suspension of any license,
credential, or registration. Any personnel not so licensed, shall be subject to all legal penalties
imposed by law, including, but not limited to, any appropriate disciplinary action by the
Contractors' State License Board. Failure to obtain proper and adequate licensing for award of
the P3 Agreement will, in ADOT’s sole discretion, constitute a failure to execute the P3
Agreement and result in the forfeiture of the security of Proposer.
All proposed improvements for the Project are anticipated to be constructed/installed within
existing ADOT freeway ROW.
The Project environmental process has yet to be conducted, however, ADOT anticipates that
the Work will be eligible for a categorical exclusion (“CE”) determination. Investigations are
continuing and further details will be provided in the RFP.
It is important to note that, at this time, the Project remains in the environmental process. Final
environmental approvals and related requirements have not yet been secured. A no-build
alternative is always considered in the environmental process, and it is possible that the Project
scope (including the scope of any one section) may need to be modified to comply with the
environmental process, or that a no-build alternative may be adopted. Nothing contained in this
RFQ, including any description of the Project, is intended to modify, limit, or otherwise constrain
the environmental process or commit ADOT or any other entity to undertake any action with
respect to the Project, including any procurement for the final design and
construction/installation of the Project.
ADOT is assessing if any additional information regarding utilities, site conditions or other due
diligence beyond that which is provided in Appendix A or by way of the Project Documents will
be provided. Short-Listed Proposers may, during the RFP process, be asked to provide input
on this topic; however, ADOT is under no obligation to provide such additional information.
Any Proposer wishing to inspect the lighting systems, including those in the Deck Park Tunnel,
shall advise and obtain consent from the ADOT Procurement Manager of its proposed plan and,
shall obtain all necessary permits and approvals from ADOT and other applicable governmental
entities. Proposers shall request right-of-entry onto properties for this purpose from ADOT. No
contact of individual property owners or occupants shall be made during the procurement stage.
ADOT currently anticipates offering each unsuccessful Short-Listed Proposer that submits a
responsive proposal to the RFP a stipend in exchange for ownership of the Proposal work
product and the ideas created in such Proposal.
Any payment of such stipend shall be provided in return for the transfer and assignment to
ADOT of rights to intellectual property, ideas, materials, techniques, concepts, and approaches
included in the unsuccessful Short-Listed Proposer’s Proposal, and ADOT reserves the right to
use such property, ideas, materials, techniques, and approaches in connection with a P3
Agreement awarded for the Project, or in connection with any subsequent procurement, with no
obligation to pay additional compensation to the unsuccessful Short-Listed Proposer. It is
currently anticipated that the payment for work product shall be paid to eligible Short-Listed
Proposers within ninety (90) calendar days after financial close or the decision not to award.
Short-Listed Proposers eligible for the stipend will have the option to forego the stipend and
retain such intellectual property rights. Additional details about the stipend and specific
provisions regarding payment of the stipulated amount shall be included in the RFP.
ADOT is issuing the RFQ in accordance with the provisions of A.R.S. Title 28, Chapter 22,
Article 1 (A.R.S. §§ 28-7701 through §§28-7710) and other applicable provisions of law. The
statutes address private sector participation in enhanced, upgraded or new facilities used or
useful for the safe transport of people or goods via various modes of transport.
ADOT’s Office of P3 Initiatives has drafted P3 Program Guidelines 2 to comply with the
requirements of A.R.S. Title 28, Chapter 22, Article 1 and to document a clear, consistent,
efficient and transparent process for ADOT’s interaction with the private sector related to its
management of innovative project delivery contemplated by the governing statutes. These
Guidelines are for ADOT’s use in consistently managing the Project development and
procurement process, including Project solicitation, evaluation and award.
ADOT’s goals and objectives in implementing the statutes referenced above are to accelerate
and enhance the delivery of transportation projects benefiting the State and its citizens by
utilizing the additional available project delivery methods described in the statutes.
3.2 Overview
ADOT will use a two-step process to select the Developer. This RFQ represents the first step in
the process to solicit from Proposers information in the form of SOQs. In accordance with
Section 6.3, ADOT will evaluate the SOQs received in response to this RFQ. On the basis of
these evaluations, ADOT may short-list Proposers in accordance with the evaluation criteria and
otherwise as described in this RFQ.
In the second step, ADOT intends to invite Short-Listed Proposers to submit Proposals in
response to the RFP and select one of the Short-Listed Proposers on a Best Value basis in
accordance with the criteria and procedures to be set forth in the RFP.
It is anticipated that the successful Proposer (or the single purpose entity it forms) will enter into
the P3 Agreement with ADOT with respect to the Project. The P3 Agreement will set forth the
terms of Developer’s compensation, which are currently anticipated to be based on the
principles described in Section 1.8.
ADOT anticipates the following dates as Project milestones leading to P3 Agreement award.
This schedule is subject to revision by Addenda and the RFP.
2
http://www.azdot.gov/docs/default-source/business/p3-program-guidelines.pdf
In order to facilitate receipt, processing, and response, Proposers may submit comments,
questions, and requests for clarification. All comments, questions, and requests for clarification
must be submitted to the individual below (the “ADOT Procurement Manager”) and must be
received by the deadline listed in Section 3.3 for receipt of Proposers’ questions, at the following
address:
e-mail: [email protected]
Comments, questions, and requests for clarification shall be submitted using Form RFQ-C.
Only written comments, questions, and requests for clarification on Form RFQ-C and delivered
by email or letter will be considered. No verbal comments, questions, or requests for
clarification, including those communicated by phone, will be accepted or considered. No
comments, questions, or requests for clarification to any other ADOT office, consultant, or
employee, or to any Stakeholder, will be considered (see Section 7).
Except as expressly provided for in this RFQ or any subsequent RFP, the ADOT Procurement
Manager is the only individual allowed to discuss this procurement with any interested parties,
including Proposers. This restriction is in effect until time of commercial close. Any information
from other sources may not be accurate and should not be relied upon by Proposers.
Proposers shall include an electronic copy of the questions on Form RFQ-C on compact disc or
thumb drive if the written request is sent by letter.
Questions and comments, including requests for clarification or interpretation, shall (i) be
sequentially numbered; (ii) specifically reference the relevant RFQ section and page number,
unless such request is of general application (in which case the request for clarification shall so
note); (iii) not identify Proposer’s identity in the body of the question; (iv) conspicuously identify
whether Proposer views its question or comment as confidential or proprietary in nature; and (v)
be in a format compatible and readable by Microsoft Word.
Arizona Department of Transportation Page 17 of 58 Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Project #F014701C
56075244.v15
ADOT will respond only to those comments, questions, and requests for clarifications that
ADOT deems to be material and that are not adequately addressed in previously provided
documents. ADOT will state the comments, questions, and requests for clarification along with
its responses. ADOT may rephrase and consolidate comments, questions, and requests for
clarification concerning the same or similar subject. Except as set out in Section 7.2, ADOT will
not post or respond to comments, questions and requests for clarification that (1) are claimed to
be confidential or contain confidential information or (2) request confidential responses. ADOT
will provide responses within a reasonable time following receipt, subject to the dates set forth in
Section 3.3.
ADOT will post its responses on the Website, except that ADOT intends to respond individually
to those questions identified by a Proposer and deemed by ADOT as containing confidential or
proprietary information relating to Proposer’s SOQ. ADOT reserves the right to disagree with
Proposer’s assessment regarding the confidentiality of information in the interest of maintaining
a fair process or complying with applicable law. Under such circumstances, ADOT will inform
Proposer and may allow Proposer to withdraw the question, rephrase the question, or have the
question answered non-confidentially or, if ADOT determines that it is appropriate to provide a
general response, ADOT will modify the question to remove information that ADOT determines
is confidential. ADOT may rephrase questions as it deems appropriate and may consolidate
similar questions. ADOT may also create and answer questions independent of Proposers’
questions. ADOT contemplates issuing multiple sets of responses at different times during the
procurement process.
3.5 Addenda
ADOT may revise this RFQ by issuing Addenda to this RFQ prior to the SOQ Due Date. ADOT
will post Addenda on the Website.
Proposers shall monitor the Website information in Section 1.2 concerning this procurement.
Proposers responding to this RFQ must acknowledge in the transmittal letter (Form A) that they
had access to and reviewed all materials posted on the Website, including all Addenda issued
prior to submission of the SOQ. Courtesy notifications by ADOT of Addenda issuance will not
be made. Failure by Proposer to acknowledge, using Form A, that they have reviewed all
materials and Addenda may result in the disqualification of Proposer’s SOQ.
Proposers are solely responsible for all costs and expenses of any nature associated with
responding to the RFQ and any subsequent RFP, including attending briefing(s) and providing
supplemental information. ADOT will not reimburse such costs in whole or in part in any
circumstance.
During industry review and in connection with the RFP, ADOT intends to assemble certain
documents and information relating to the Project (the “Project Documents”), which will be
made available to the Short-Listed Proposers at the Website. Record drawings for the existing
roadway/highway facility will be made available to Proposers during the RFP phase.
ADOT makes no representation or warranty as to (a) the completeness of the Project Document
list (b) the accuracy, utility, completeness or relevance of any Project Document. Except as
This Section 4 describes requirements that all Proposers must satisfy in submitting SOQs.
Failure of any Proposer to submit its SOQ as required in this RFQ may, in ADOT’s sole
discretion; result in rejection of its SOQ. All rejected SOQs will be returned to the contact
person identified in the SOQ.
Subject to any limitations with respect to page limits expressed in this RFQ, Proposers shall not
include cost, work hours, and/or plan-sheet estimates in the SOQ.
Appendix C contains the required forms for the SOQ. Any material modification to the forms,
other than to complete the required information and to provide responses to the listed questions,
may result in the SOQ being declared nonresponsive. If any Proposer submits information in its
SOQ that it believes to be protected records under A.R.S. § 28-7707 and/or under A.R.S. Title
39, Chapter 1, Article 2 and that it wishes to protect from disclosure, Proposer shall mark such
information as provided in Section 7.2.
Proposer’s SOQ shall adhere to the format requirements regarding organization, number of
copies, pages and binders, page format, clarity and conciseness, and other general format
requirements set forth in this Section 4. SOQs may contain additional information or materials
beyond that required in this Section 4, however, ADOT is not obligated to review such additional
information or materials.
Proposers shall individually label all packages constituting the SOQ as follows:
RESPONSE TO THE
REQUEST FOR QUALIFICATIONS
FOR PROJECT # F014701C
PHOENIX METROPOLITAN AREA FREEWAY LIGHTING PROJECT
All SOQs must be received no later than 4:00 p.m. (Arizona Time) on the SOQ Due Date. All
SOQs whether delivered in person, courier or by mail, shall be submitted to the following
address:
ADOT will acknowledge receipt of each SOQ by issuing a receipt stating the date and time the
SOQ is received. Any SOQ submitted after the SOQ Due Date will be rejected without opening,
consideration, or evaluation and will be returned, unopened, to the sender.
4.5 Quantities
Each Proposer must provide ADOT with one original and nine (9) identical copies (for a total of
ten [10]) SOQ hardcopies, plus an identical digital, searchable pdf of the SOQ copied on to 5
identical read-only CDs. Original letters, scanned letters and scanned financial statements in
the digital copy of the SOQ do not need to be in searchable format. The original SOQ and each
copy must be identified on its front cover, in the upper right-hand corner, and on the spine as
“Original” or “Copy # Of 9 Copies” as applicable.
Each hardcopy of the SOQ shall be separated into loose-leaf three-ring binders, with one binder
for each of Volumes I, II, and III, as described in Section 5. All ten (10) sets of the SOQ must be
packed together in one or more sealed packages. The outside of each sealed package must be
clearly identified, labeled, and addressed as follows:
(a) Return address: Proposer’s name, contact person’s name, mailing address;
(c) Contents labeled as “Phoenix Metropolitan Area Freeway Lighting Project” and
“Statement of Qualifications.”
4.6 Organization
4.6.1 Volumes
The SOQ shall be organized in three (3) volumes as follows and as depicted in Section 4.6.6:
The volumes and appendix shall consist of loose-leaf pages that are 8 ½” by 11” and white,
except for charts, exhibits, and other illustrative and graphical information, which may be
submitted on 11” by 17” paper and folded to 8 ½” by 11”. The following page limits shall apply
to SOQs:
(c) Volume III: Technical and Commercial Information – a limit of forty (40) pages in
total:
The SOQ shall be organized into three separate three-ring binders, for Volumes I, II and III
respectively, along with the related volume appendices. The sections (and, optionally,
subsections) shall be separated with lettered or numbered dividers (dividers will not be counted
against the page limit). Color photographs, renderings, and brochures shall be adequately
bound and suitably protected for handling and circulation during review and evaluation.
To meet the page limits requirement listed above, all text shall be in an Arial font that is a
minimum of 11 points in size, single-spaced, and printed single-sided (except financial
statements may be printed double-sided, and 10 point Arial font is acceptable for graphics,
organization charts, tables and footnotes). Each page shall be numbered consecutively within
each section (i.e., 1-1, 1-2…; 2-1, 2-2…; 3-1, 3-2…, etc.), and the page numbers shall be
centered at the bottom of each page. Margins shall be not less than one inch at the top, bottom,
and sides of all pages, except for headers and footers.
Proposers should present information clearly and concisely. Documentation that is difficult to
read may be rejected and may lead to disqualification.
4.6.5 Reproducibility
All SOQ pages shall be easily reproducible in black and white by standard photocopying
machines.
The contents in each SOQ shall include the items described in this Section 5, organized in
accordance with the outline set forth in the table in Section 4.6.6. Proposer shall provide brief,
concise information that addresses the requirements of the Project consistent with the
evaluation criteria described in Section 6.3. Lengthy narratives containing extraneous or
marketing information are discouraged.
ADOT’s objective in requesting the information in this Section 5.1 is to identify Proposers whose
organizations, legal structures, team members, and histories demonstrate their ability to remain
stable and viable for the duration of the Project, and be contractually bound to ADOT.
The SOQ shall include a transmittal letter (Form A) executed in blue ink by the Official
Representative of Proposer or Proposer’s lead firm, if the Proposer entity is not legally formed
as of the SOQ Due Date. For Proposers that are joint ventures, partnerships, limited liability
companies, or other associations, the transmittal letter shall have appended to it separate letters
(in the form of Form A-1) printed on the letterhead stationary of each Equity Member, with each
such letter executed by the Official Representative of the corresponding Equity Member, stating
that representations, statements and commitments made in the SOQ on behalf of the Equity
Member’s firm have been authorized by, are correct, and accurately represent the role of the
Equity Member’s firm in the Proposer team.
The SOQ shall contain an Executive Summary, not exceeding three (3) pages. This Executive
Summary should not include confidential, proprietary or financial information or trade secrets
that Proposer intends to be exempt from disclosure. The Executive Summary shall be subject
to release and disclosure to the public at any time, and receives no points in the overall
evaluation. The Executive Summary shall be written in a nontechnical style and shall contain
sufficient information for reviewers with both technical and nontechnical backgrounds to become
familiar with Proposer's SOQ and Proposer’s ability to satisfy the legal, financial, and technical
requirements of the Project. The Executive Summary, or any portion of it, may be posted on
ADOT’s P3 website, on the Website or in other ADOT communication tools.
The SOQ shall include a page executed by Proposer that sets forth the specific items, including
the section and page numbers within the SOQ that Proposer deems confidential, trade secret,
or proprietary information protected by the Public Records Act or A.R.S. § 28-7707 are located.
The index shall be consistent with and identify all Proposer’s designations of “TRADE SECRET”
or “CONFIDENTIAL INFORMATION” pursuant to Section 7.2. Blanket designations that do not
identify the specific information shall not be acceptable and may be cause for ADOT to treat the
entire SOQ as public information. Notwithstanding the foregoing, the list required under this
Section 5.1.3 is intended to provide input to ADOT as to the confidential nature of a Proposer’s
SOQ, but in no event shall such list be binding on ADOT, determinative of any issue relating to
The SOQ shall include the following information regarding legal issues affecting Proposer and
its team members.
Failure to fully disclose the information required under this Section 5.1.4, conditional or qualified
submissions (e.g., “to our knowledge”, “to the extent of available information”, “such information
is not readily available”, “such information is not maintained in the manner requested”, etc.),
incomplete or inaccurate submissions or nonresponsive submissions, or failure to provide
information enabling ADOT to contact owner representatives may, in the sole discretion of
ADOT, lead to a lower evaluation score or a “fail” rating for the team or disqualification from the
procurement process.
Identify and explain any significant anticipated legal issues that Proposer must resolve to carry
out the Project and its obligations under the P3 Agreement.
If there are no such legal issues, affirmatively state that there are none.
Provide a list and brief description of all instances during the last five (5) years involving (i) a
lighting project, (ii) transportation, design-build or P3 projects in North America and (iii) any
projects listed in the SOQ as indicative of or demonstrating the experience or qualifications of
the Proposer team in which (A) Proposer, any Equity Member and any Major Non-Equity
Member, or (B) any organization directly or indirectly controlling an Equity Member or Major
Non-Equity Member, any parent or sister company of the Major Non-Equity Member or any
proposed Financially Responsible Party (if such company’s project experience is used in Form
E-2 or E-3):
For each instance, describe the nature of the breach or liability, amount involved or assessed,
delays, design or construction defect, and the reason for the liability or termination for cause, as
applicable, and identify the owner and an owner’s representative with a current phone and e-
mail address. If an e-mail address is not available, so state. If there is any court case name and
file or any reported case decision, provide the citation to the case name and file or case
decision.
If there are no such instances, affirmatively state that there are none.
Provide a list and brief description (including the original amount in dispute, resolution, and
ultimate amount recovered or paid) of each arbitration, litigation, dispute review board and other
formal dispute resolution proceeding occurring during the last five (5) years related to (i) a
lighting project, (ii) a transportation project in North America and (iii) those projects listed the
SOQ as indicative of or demonstrating the experience or qualifications of the Proposer team
involving a claim or dispute between the project owner and (A) Proposer, any Equity Member or
any Major Non-Equity Member, or (B) any organization directly or indirectly controlling an Equity
Member or Major Non-Equity Member, any parent or sister company of any Major Non-Equity
Member or any proposed Financially Responsible Party (if such company’s project experience
is used in Form E-2 or E-3). Only include matters involving an amount in excess of the smaller
of (a) 2% of the original contract value or (b) $500,000 on projects with a contract value in
excess of $25 million. Include items that were subject to arbitration, litigation, dispute review
board or other formal dispute resolution proceedings even if settled without completion of the
proceeding. State original amount in dispute and the ultimate resolution and amount recovered
or paid.
For each instance, identify the owner and an owner’s representative with a current phone and e-
mail address. If an e-mail address is not available, so state.
If there are no such proceedings, affirmatively state that there are none.
Provide a list and brief description of all disciplinary or enforcement actions taken by any
governmental regulatory body including, but not limited to, the Occupational Safety and Health
Administration (including any delegated state agency) and the Environmental Protection Agency
(including any delegated state agency) or by a professional standards organization against (A)
Proposer, any Equity Member or Major Non-Equity Member, (B) any organization directly or
indirectly controlling an Equity Member or Major Non-Equity Member, any parent or sister
company of any Major Non-Equity Member or any proposed Financially Responsible Party (if
such company’s project experience is used in Form E-2 or E-3), or (C) any proposed Key
Personnel during the last five (5) years. Include identification of the project or projects related to
If there are no such disciplinary or enforcement actions, affirmatively state that there are none.
(a) Proposer
Identify the legal name of Proposer. Proposer must be a legal entity and may not be a division
or business unit of a legal entity (in such case, the legal entity would be Proposer). If the name
is a “doing business as” (“DBA”), identify all underlying names. Identify an authorized
representative (a real person) and include the following information: name, title, address,
telephone and fax numbers, and e-mail address. Identify the legal name and nature of
Proposer and the state of its organization. If Proposer is a consortium, partnership or any other
form of a joint venture, the SOQ shall contain an executed teaming agreement, but if an
executed teaming agreement does not yet exist, the SOQ shall contain a summary of the key
terms of the anticipated agreement, including the percentages of ownership, roles of the various
parties, a stated commitment of the parties to execute the agreement prior to submitting the
Proposal, and the anticipated execution date. Executed teaming agreements or summaries of
teaming agreement key terms shall be included in an appendix to Volume 1. Pursuant to A.R.S.
§ 28-7705(G), if Developer is a foreign private entity, at the time of contract award it shall
provide evidence to ADOT and the State Transportation Board that it is in compliance with the
requirements of A.R.S. Title 10, Chapter 38.
For each Equity Member of Proposer, identify the entity’s role, planned equity ownership
percentage and the entity’s legal nature and state of its organization. If a Proposer is a single
entity, it will be deemed to be the sole “Equity Member” for purposes of this RFQ and the SOQ
submittal requirements.
Identify all Major Non-Equity Members and any other team members that Proposer wishes to
identify in its SOQ at this time. For each Major Non-Equity Member and other team member of
Proposer, identify the entity’s role and the entity’s legal nature and state of organization.
If the Lead Contractor, Lead Engineering Firm, Lead O&M Firm or Luminaire Supplier 3 is a
consortium, partnership or any other form of joint venture, the SOQ shall contain a
corresponding, executed teaming agreement, but if an executed agreement does not yet exist,
the SOQ shall contain a summary of the key terms of the anticipated teaming agreement,
including percentages of ownership, roles of the various parties, a stated commitment of the
parties to execute the agreement prior to submitting the Proposal, and the anticipated execution
date. Executed teaming agreements or summaries of teaming agreement key terms shall be
included in an appendix to Volume 1 of the SOQ. Proposer’s team shall not include more than
one Lead Contractor, Lead Engineering Firm, or Lead O&M Firm; provided, however, that the
3
A Luminaire Supplier is not required to be nominated or identified in the SOQ, nor is a Luminaire
Supplier required to be a member of Proposer. A Luminaire Supplier is not required to be exclusive to a
single Proposer. Section 5.1.5(c) applies to a Luminaire Supplier only in the instance that a Luminaire
Supplier is Proposer or a team member of Proposer.
Arizona Department of Transportation Page 28 of 58 Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Project #F014701C
56075244.v15
foregoing shall not preclude the Lead Contractor, Lead Engineering Firm, or Lead O&M Firm
from being a consortium, partnership, or any other form of joint venture. If the Lead Contractor,
Lead Engineering Firm, or Lead O&M Firm is structured as a consortium, partnership, or other
form of joint venture, as applicable, it must be structured on a joint and several basis.
A single entity may perform multiple roles (e.g., Lead Contractor and Lead O&M Firm) provided
such entity is identified as performing those multiple roles.
The SOQ shall include an executed original of Form L-1 for Proposer, each Equity Member,
each Major Non-Equity Member, and each Financially Responsible Party.
The SOQ shall include an executed original of Form L-2 for Proposer, each Equity Member,
each Major Non-Equity Member, and any parent or sister company of the Lead Contractor or
Lead O&M Firm if such company’s project experience is used in Form E-2 or E-3.
A statement from Proposer identifying any actual and/or potential conflicts of interests Proposer
may have as identified pursuant to the conflict of interest policy for the Project provided as
Attachment 1 to this RFQ (see Attachment 1). If any actual or potential conflict of interest is
identified, Proposer shall describe how it would be avoided or resolved by the participants
through the RFQ and RFP phases of this procurement.
A statement affirming that neither Proposer nor any member of Proposer team is in violation of
A.R.S. § 41-2517(C). For more information, see Section 7.3.2.
A disclosure listing and identifying all former ADOT employees included in the Proposal team
that have left ADOT in the twelve (12) months preceding the date of issuance of this RFQ and a
certification that no such former employee has made any material decisions about the Project
while employed by ADOT. If there are no such individuals, Proposer shall affirmatively state
that there are none.
If the Transmittal Letter (Form A) or a supplemental letter (Form A-1) is executed by a person
acting under a power of attorney, Proposer shall include with the Transmittal Letter or
supplemental letter a true and complete copy of the executed power of attorney.
ADOT’s objective in requesting the information in this Section 5.2 is to identify Proposers whose
team members possess the financial capacity to enter into the P3 Agreement with ADOT and
the resources to successfully perform the Project.
Provide a letter from a surety or an insurance company indicating that Proposer or Lead
Contractor is capable of obtaining for the Project a Performance Bond and a Payment Bond
each in an amount of at least $100 million. This evidence shall take the form of a letter from a
surety/insurance company indicating that such capacity exists for Proposer or Lead Contractor
(as applicable). Letters indicating “unlimited” bonding capability are not acceptable.
The surety/insurance company providing such letter must be rated in one of the two top
categories by two nationally recognized rating agencies, or “A minus” or better and “Class VIII”
or better by “A.M. Best Company,” and must indicate the relevant rating in the letter. The letter
must specifically state that the surety/insurance company is an admitted surety or insurer
(approved by the Arizona Department of Insurance), and has read this RFQ and evaluated
Proposer’s backlog and work-in-progress in determining its bonding capacity. In instances
where the response to Section 5.2 contains descriptions of proposed or anticipated changes in
the financial condition of Proposer, or any other entity for which financial information is
submitted as required hereby for the next reporting period, the surety/insurance company must
certify that its analysis specifically incorporates a review of the factors surrounding such
changes and identifying any special conditions that may be imposed before issuance of surety
bonds for the Project.
Notwithstanding the foregoing, details concerning the amount of required bonds and other
performance security requirements shall be set forth in the RFP.
Financial statements for Proposer, the Equity Members and the Major Non-Equity Members for
the three (3) most recently completed fiscal years must be provided to demonstrate financial
capability of Proposer. At its election, Proposer, Equity Members or the Major Non-Equity
Members, may also submit financial statements for a proposed Financially Responsible Party
for the three (3) most recently completed fiscal years.
To maximize confidentiality, for Proposer, the Equity Members, the Major Non-Equity Members
and any Financially Responsible Party(s), each member’s financial statements shall be provided
to ADOT in sealed envelopes.
• Balance Sheet (in Microsoft Excel format or PDF if Microsoft format is not available);
• Income Statement (in Microsoft Excel format or PDF if Microsoft format is not available);
• Statement of Changes in Cash Flow (in Microsoft Excel format or PDF if Microsoft
format is not available); and
• Footnotes.
(a) GAAP
Financial statements must be prepared in accordance with U.S. Generally Accepted Accounting
Principles (“U.S. GAAP”) or International Financial Reporting Standards (“IFRS”). If financial
statements are prepared in accordance with principles other than U.S. GAAP or IFRS, a letter
must be provided from a certified public accountant discussing the areas of the financial
statements that would be affected by a conversion to U.S. GAAP or IFRS. A restatement of the
financial information in accordance with U.S. GAAP or IFRS is not required.
Financial statements shall be provided in U.S. dollars, if available. If financial statements are
not available in U.S. dollars, Proposer must include summaries of the income statements,
statements of cash flow, and balance sheets for the applicable time periods converted to U.S.
dollars by a certified public accountant.
(c) Audited
Financial statements must be audited by an independent party qualified to render audit opinions
(e.g., a certified public accountant). If audited financials are not available for an entity, the SOQ
shall include unaudited financial statements for such entity, certified as true, correct and
accurate by the chief executive officer, chief financial officer, or treasurer (or by such equivalent
position or role) of the entity.
(d) English
Financial statement information must be prepared in English. If audited financial statements are
prepared in a language other than English, translations of all financial statement information
must be provided with the original financial statement information.
If Proposer, any Equity Member or any proposed Financially Responsible Party is a newly
formed entity (formed within two (2) years before the SOQ Due Date) and does not have
independent financial statements, financial statements for the Equity Members or proposed
Financially Responsible Party shall be provided (and Proposer shall expressly state that
If Proposer or any other entity for whom financial information is submitted in the SOQ files
reports with the Securities and Exchange Commission, then such financial statements shall be
provided through a copy of their annual report on Form 10-K. For all subsequent quarters,
provide a copy of any report filed on Form 10-Q or Form 8-K that has been filed since the latest
filed 10-K.
A letter shall be provided by the certified public accountant, chief financial officer, treasurer or
certified public accountant for each entity for which financial information is submitted, identifying
all material off-balance sheet liabilities.
Proposer shall provide: (i) a list identifying each entity for which financial statements are
provided; (ii) a statement indicating whether each entity has a credit rating; and (iii) for each
entity with a rating, the current rating.
Provide information regarding any material changes in financial condition for Proposer, each
Equity Member and each Major Non-Equity Member, any parent or sister company of the Lead
Contractor or Lead O&M Firm or any proposed Financially Responsible Party, if such
company’s project experience is used in Forms E-1, E-2, E-3, E-4 or E-5 and, if applicable, each
Financially Responsible Party for the past three (3) fiscal years and anticipated for the next
reporting period. In each case, if any of the foregoing entities is a consortium, partnership, or
any other form of a joint venture, provide this information for all such members. If no material
change has occurred and none is pending, each of these entities shall provide a letter from their
respective chief executive officer, chief financial officer, or treasurer (or equivalent position or
role) so certifying.
In instances where a material change has occurred, or is anticipated, the affected entity shall
provide a statement describing each material change in detail, the likelihood that the
developments will continue during the period of performance of the Project development, and
the projected full extent of the changes likely to be experienced in the periods ahead. Estimates
of the impact on revenues, expenses and the change in equity shall be provided separately for
each material change as certified by the chief executive officer, chief financial officer, or
treasurer (or equivalent position or role). References to the notes in the financial statements are
not sufficient to address the requirement to discuss the impact of material changes.
Where a material change will have a negative financial impact, the affected entity shall also
provide a discussion of measures that would be undertaken to insulate the Project from any
recent material changes, and those currently in progress or reasonably anticipated in the future.
If the financial statements indicate that expenses and losses exceed income in each of the three
(3) completed fiscal years (even if there has not been a material change), the affected entity
Set forth below is a representative list of events intended to provide examples of what ADOT
considers a material change in financial condition. This list is intended to be indicative only.
(a) An event of default or bankruptcy involving the affected entity or the parent
corporation of the affected entity;
(c) A sale, merger or acquisition exceeding 10% of the value of shareholder equity
prior to the sale, merger or acquisition that in any way involves the affected entity
or parent corporation of the affected entity;
(d) A downgrade in credit rating for the affected entity or parent corporation of the
affected entity;
(f) Inability to meet material conditions of loan or debt covenants by the affected
entity or parent corporation of the affected entity that has required or will require
a waiver or modification of agreed financial ratios, coverage factors or other loan
stipulations, or additional credit support from shareholders or other third parties;
(g) In the current and three (3) most recently completed fiscal years, the affected
entity or the parent corporation of the affected entity either: (i) incurs a net
operating loss; (ii) sustains charges exceeding 5% of the then shareholder equity
due to claims, changes in accounting, write-offs or business restructuring; or (iii)
implements a restructuring/reduction in labor force exceeding 200 positions or
involves the disposition of assets exceeding 10% of the then shareholder equity;
and
(h) Other events known to the affected entity that represent a material change in
financial condition over the past three (3) fiscal years or may be pending for the
next reporting period.
At the discretion of ADOT, any failure to disclose a prior or pending material change may result
in disqualification from further participation in the selection process.
ADOT may, based upon the review of the information provided, specify that an acceptable
Financially Responsible Party is required as a condition of shortlisting.
If financial statements of a parent company, affiliate company or other company are provided to
demonstrate financial capability of Proposer, Equity Members or the Major Non-Equity
Members, an appropriate letter from that entity must be provided confirming that it will act as a
Financially Responsible Party, as applicable with respect to the Project. This letter must be
ADOT’s objective in requesting the information in this Section 5.3 is to identify Proposers whose
team members and Key Personnel possess the technical and commercial qualifications,
experience, capability and capacity to successfully design, supply, build/install, finance, operate,
and maintain the Project, and have a record of quality work and safety on projects of similar size
and complexity.
The SOQ shall contain the following items documenting Proposer team’s experience and past
performance:
Complete Form E for each project listed on Forms E-1, E-2, E-3, E-4 and E5.
(b) Forms E-1, E-2, E-3, E-4 and E-5 – Relevant Experience Tables
The SOQ shall contain completed Form E-1, E-2, E-3, E-4 and E-5, as follows:
(1) Form E-1: Relevant Design Experience – Provide details for at least one,
but no more than three, projects in compliance with the instructions in
Form E-1, and best meeting the evaluation criteria in Section 6.3.1(b).
(3) Form E-3: Relevant O&M Experience – Provide details for at least one,
but no more than three, projects in compliance with the instructions in
Form E-3, and best meeting the evaluation criteria in Section 6.3.1(c).
(4) Form E-4: Relevant Finance Experience – Provide details for at least one,
but no more than three, projects in compliance with the instructions in
Form E-4, and best meeting the evaluation criteria in Section 6.3.1(d).
(5) Form E-5: Relevant Alternative Delivery Experience – Provide details for
at least one, but no more than three, projects in compliance with the
instructions in Form E-5, and best meeting the evaluation criteria in
Section 6.3.1(e).
The SOQ shall include a project description for each project listed in Forms E-1, E-2, E-3, E-4
and E-5. For the projects listed on more than one of Forms E-1, E-2, E-3, E-4 and E-5,
Proposer shall provide a separate project description for each such listing. Each project
description shall be brief and include the following information:
(1) Description of how the work experience on the project addresses the
evaluation criteria in Section 6.3.1(a), (b), (c), (d), or (e) as applicable;
(2) Techniques used to achieve the owner’s price, schedule, and quality
objectives;
(3) Initial bid price and final contract price for the project. Provide the
quantity (i.e., number) and dollar value of contract modifications and
claims, and explanation of the causes for contract price change(s),
whether upward or downward;
(5) Initial scheduled completion date and actual completion date for the
project. Include the amount of schedule delay or savings, and an
explanation of the causes for the delay or savings;
The SOQ shall contain a narrative that summarizes Proposer’s relevant experience in the areas
listed in this Section 5.3.1(d). For each such area, Proposer shall identify the team member(s)
to which the relevant experience applies, and the projects (from Forms E-1, E-2, E-3, E-4 and
E-5) on which the team member(s) gained such experience. This narrative shall be brief and
ideally would cover all criteria in Section 6.3.1 and Section 6.3.2 not captured by Forms E-1, E-
2, E-3, E-4, E-5 and F.
(e) Experience from Entities Other than Proposer, Equity Members and Major Non-
Equity Members
If Proposer provides project experience or materials concerning any entity other than Proposer,
Equity Members and Major Non-Equity Members in order to establish Proposer’s capabilities,
experience and qualifications, such information and materials shall only be considered for
evaluation if (1) Proposer identifies the entity and its corporate and work relationship to
Proposer, the Equity Member and/or the Major Non-Equity Member, as applicable; (2) Proposer
commits in its SOQ that Proposer, the Equity Member and/or the Major Non-Equity Member, as
applicable, has equal access to the human, financial, management and other resources of the
entity, and (3) Proposer describes in its SOQ what is meant by equal access and how it will be
accomplished. In ADOT’s sole discretion, ADOT may require that such entity be considered a
Financially Responsible Party for Proposer or such entity.
The RFP will require that a single P3 Agreement for the DBFOM scope of Work be signed by a
single entity. ADOT will not accept entering into separate agreements with either the same
Provide an organizational chart that sets forth Proposer structure, teaming arrangements and
reporting requirements. Provide a separate organizational chart setting forth Key Personnel and
other material personnel Proposer wishes to identify and reporting relationships/“chain of
command,” with lines identifying participants who are responsible for major functions to be
performed, and their reporting relationships, in managing, designing, supplying,
building/installing, financing, operating and maintaining the Project. The chart(s) must show the
functional structure of the organization down to the design discipline leader or construction
superintendent level and must identify Key Personnel by name. Identify all Equity Members and
Major Non-Equity Members in the charts. Identify the critical support elements and relationships
of project management, project administration, design management, construction management,
quality control, safety, environmental compliance, subcontractor administration, and operations
and maintenance management.
The SOQ shall contain a completed Form F providing the information requested for each Key
Personnel position.
Provide separate resumes for all Key Personnel, as well as other relevant personnel included in
the organization chart required under Section 5.3.2(b). Resumes shall be one (1) page each,
will not be counted towards the overall SOQ page limit and include the required information in
the table in this Section 5.3.3.
The table provides a brief job description and duties of the Key Personnel assigned to the
Project. All Key Personnel shall be at the Project work-site as identified in the table in this
Section 5.3.3. The number of years of relevant experience listed for each Key Personnel
position represents a target goal for evaluation purposes and is not a mandatory minimum
requirement for that position.
Job Description/
Key Personnel
Relevant Years of Experience
Three (3) references (no more than one per project) for each of the Key Personnel position(s)
for projects worked on during the past five (5) years must be supplied. Where the Key
Personnel has only worked on one or two projects during the past five (5) years (measured from
the date of issuance of this RFQ), the Proposer shall (i) affirmatively state that the Key
Personnel has only worked on one or two projects during the past five (5) years (measured from
the date of issuance of this RFQ); (ii) include references for each of such projects; and (iii)
include references for projects worked beyond the past five (5) years (measured from the date
of issuance of this RFQ) so that the number of references equals three (3) in total. References
for each Key Personnel shall be placed on that individual’s respective resume.
References shall be previous owners or clients with whom the identified Key Personnel have
worked within the past five (5) years (measured from the date of issuance of this RFQ) and shall
include the name, position, company or agency, current postal and e-mail addresses and phone
numbers. Proposers are requested to verify that contact information is correct, and are advised
that if the contact information provided is not current, ADOT may elect to exclude the
experience represented in determining the Key Personnel’s qualifications.
Provide an express, written statement executed by both Proposer and the individual’s
employers, committing that the Key Personnel designated in the SOQ shall be available to
serve the relevant Key Personnel role for the Project. While ADOT recognizes personnel
availability and scheduling issues impact the Proposers, Proposers are urged only to propose
personnel that they believe will be available for, and intend to assign to work on, the Project for
the positions identified. See Section 6.5 regarding requirements for ADOT’s written consent to
changes in the Key Personnel. Procedures concerning such changes will be set forth in the
RFP.
Taken together, the narratives should address the lead-factors described in Section 6.3.3.
Taken together, the narratives should address the lead-factors described in Section 6.3.4.
The SOQ shall contain a completed Form S for the Lead Contractor and a completed Form S
for the Lead O&M Firm.
The SOQ may, at Proposer’s election, contain a separate, completed Form PP-1 for the
Proposer, each Equity Member, and each Major Non-Equity Member, as applicable.
The objective of the RFQ step of this procurement is to shortlist Proposers with the legal,
technical, financial, and management capability, capacity, and experience to successfully
undertake and complete the Project. Accordingly, SOQs will be reviewed for responsiveness
and evaluated against certain pass/fail criteria and qualitative evaluation factors, as described in
this Section 6. The information provided in this Section 6 is intended to assist Proposers in
organizing their teams and preparing their SOQs.
Each SOQ will be reviewed for (a) the Proposer’s responsiveness to the requirements set forth
in this RFQ, including review with respect to provisions of this RFQ that describe grounds for
rejection or disqualification, (b) conformance to the RFQ instructions regarding organization and
format, and (c) nonconformities, irregularities, and apparent clerical mistakes that are unrelated
to the substantive content of the SOQ. Those SOQs deemed not responsive to this RFQ may
be excluded from further consideration and the Proposer will be so notified. ADOT may also
exclude from consideration any Proposer whose SOQ contains a material misrepresentation or
failure to fully disclose required information.
Following, or in conjunction with, evaluation of each SOQ for responsiveness, ADOT will
evaluate each SOQ against the pass/fail criteria described in this Section 6.2. A Proposer must
achieve a “pass” on all such pass/fail criteria in order for its SOQ to be evaluated qualitatively
against the evaluation criteria described in Section 6.3.
(a) The SOQ contains an original Transmittal Letter (Form A) signed by the lead
Equity Member, supplemental letters (Form A-1) signed by each other Equity
Member on its firm letterhead, and, if necessary, copies of powers of attorney, as
required in Section 5.1.9;
(b) Neither the Proposer nor any other entity that has submitted Forms L-1 and L-2,
legal information, as required in Sections 5.1.6 and 5.1.7, is currently disqualified,
removed, debarred, or suspended from performing or bidding on work for the
federal government or any state government;
(c) The information disclosed in the SOQ in response to Sections 5.1.4, 5.1.5, 5.1.6,
and 5.1.7, including in Forms L-1, and L-2 does not, in ADOT’s sole
determination, materially adversely affect the Proposer team’s ability to carry out
the Project responsibilities potentially allocated to it;
(d) The SOQ contains the statements, disclosure and certification regarding
organizational conflicts of interest required under Section 5.1.8, and ADOT has
determined that (i) any actual or potential conflict of interest that is disclosed can
be avoided or resolved through the RFQ and RFP phases of the procurement
and (ii) there exists no known violation by the Proposer of A.R.S. § 41-2517(C);
(e) Proposer’s team does not include any Equity Member or Major Non-Equity
Member that belongs to more than one Proposer organization or that has an
Affiliate that belongs to another Proposer organization, unless such Major Non-
(f) Proposer makes the express, written commitments regarding Key Personnel, as
required in Section 5.3.3(c);
(h) Proposer has the financial capability (as determined by ADOT, in its sole
discretion) to carry out the Project responsibilities potentially allocated to it, as
demonstrated by the materials provided in Volume II of the SOQ, including
potential increased Project delivery costs due to delays and/or complications,
and to correct latent defects as required; and
(i) Lead Contractor and Lead O&M Firm each have an acceptable safety record, as
demonstrated on their respective Form S. A safety record for Lead Contractor
and Lead O&M Firm shall be deemed acceptable if (i) its experience modification
rate for the most recent three-year period is an average of 1.00 or less or (ii)
ADOT, in its sole discretion, determines there is no material risk that Proposer
may be unable to develop and implement an effective safety program for the
Project that ensures worker safety and protects the traveling public.
Each SOQ that is found responsive and achieves a “pass” on all of the “pass/fail” criteria
described in Section 6.2 will be evaluated against the qualitative evaluation factors and scored
based on the corresponding weightings set forth in this Section 6.3.
The background and experience of Proposer and its individual team members in designing,
supplying, building/installing, financing, operating, and maintaining projects similar in size and
complexity to the Project will be evaluated in accordance with the lead factors and sub-factors
described in this Section 6.3.1.
(b) The extent and depth of relevant design experience of Proposer, in particular the
Lead Engineering Firm, as determined by:
(1) Experience with final design of freeway lighting and tunnel lighting
projects with a construction/installation value of $10 million or more that
reached completion or substantial completion of construction/installation
within the last 10 years;
(c) The extent and depth of relevant operations and maintenance experience of
Proposer, in particular the Lead O&M Firm, as determined by:
(3) Experience with maintenance of traffic for projects similar in size and
complexity to the Project in an urban community area; and
(d) Financial Expertise – The extent and depth of relevant financial experience held
by Proposer and Equity Members, as determined by:
(1) Experience with success financing project finance and P3 projects (both
equity and debt) with specific focus on comparable transportation or
lighting infrastructure projects;
(1) The extent to which Proposer’s Lead Engineering Firm, Lead Contractor
and Lead O&M Firm have worked on DBFOM and/or DBOM roadway or
Similar Projects in the last five (5) years; and
(2) The extent to which Proposer’s Lead Engineering Firm, Lead Contractor
and Lead O&M Firm individual team members have worked together in
successful, DBFOM and/or DBOM roadway or Similar Projects in the last
five (5) years.
The Proposer’s organization, structure of the Proposer team and Key Personnel will be
evaluated in accordance with the lead-factors described in this Section 6.3.2.
(b) The extent and depth of experience of Proposer’s Project Manager in managing
highway or lighting infrastructure projects, roadway/lighting DBOM projects,
and/or roadway/lighting DBFOM projects;
(c) The extent and depth of experience of Proposer’s Design Manager in managing
the design of highway or lighting infrastructure projects, freeway management
systems projects, and/or design-build roadway lighting projects;
(e) The extent and depth of experience of Proposer’s O&M Manager in managing
the operations and maintenance of roadway and/or roadway lighting projects;
(f) The extent and depth of experience of Proposer’s team in coordinating with
relevant stakeholders in connection with projects similar in size and complexity to
the Project, including community relations experience relating to LED color
temperature;
(h) The extent and depth of experience of Proposer’s DBE Outreach and
Compliance Manager in managing and implementing DBE Outreach and
Compliance programs on projects utilizing FHWA and/or state funds.
The Proposer’s understanding and approach to the Project will be evaluated in accordance with
the lead-factors described in this Section 6.3.3.
(c) The extent to which Proposer demonstrates how Proposer’s significant functional
relationships and risk allocation among the participants outlined in the
organization chart as described in Section 5.3.2, including its approach to the
operations and maintenance process and organization would contribute to the
success of the Project and meet ADOT’s goals described in Section 1.4;
(d) The ability to provide sufficient materials, equipment and qualified personnel to
undertake Developer's anticipated obligations for the Project;
(g) The extent to which Proposer demonstrates its ability to effectively manage all
aspects of a DBFOM contract in a quality, timely, and effective manner and
integrate the different parts of its organization in a cohesive and seamless
manner;
The Financial Approach elements of Proposer’s proposal will be evaluated in accordance with
the lead-factors described in this Section 6.3.4.
ADOT anticipates utilizing one or more committees to review and evaluate the SOQs in
accordance with the criteria in Section 6.3 and to make shortlisting recommendations to the
ADOT Director or designee based upon such analysis. At various times during the
deliberations, ADOT may issue one or more requests for written clarification to the individual
Proposers. At its sole discretion, ADOT may also schedule interviews with the responsive
Proposers that have passed all pass-fail criteria on a one-on-one basis, for the purpose of
enhancing ADOT’s understanding of the SOQs and obtaining clarifications of the terms
contained in the SOQs. ADOT may contact the firm and personnel references supplied by the
Proposer as well as other potential references not listed, including internal personnel of ADOT.
ADOT may, at any time, request additional information or clarification from Proposers or may
request Proposers to verify or certify certain aspects of their SOQs. The scope, length and
topics to be addressed shall be prescribed by, and subject to the sole discretion of, ADOT. At
the conclusion of this process, Proposers may be required to submit written confirmation of any
new information and clarifications provided during an interview. If required, interviews shall be
scheduled at a later date. Upon receipt of requested clarifications and additional information as
described above, if any, the SOQs will be reevaluated to factor in the clarifications and
additional information.
Evaluations and rankings of SOQs are subject to the sole discretion of ADOT, ADOT staff and
such professional and other advisors as ADOT may designate. ADOT will make the final
determinations of the Proposers to be shortlisted as it deems appropriate, in its sole discretion,
and in the best interests of the State of Arizona.
Each Proposer will be notified in writing via e-mail and a hard copy letter whether it has been
selected for the short-list. If only one Proposer responds to the RFQ or attains shortlisting
status, ADOT may re-advertise or cancel the procurement.
ADOT wants to ensure that Proposers are able to develop and attract the greatest range and
depth of expertise as may be necessary to participate in the procurement to optimally design,
supply, build/install, finance, operate and maintain the Project in an innovative, effective, and
efficient manner. Accordingly, ADOT may authorize Proposers to add or change team
members, reorganize the Proposer entity and change Key Personnel throughout the
procurement process until submittal of the Proposals, except in the event of potential
organizational conflicts of interest and/or deficiencies in qualifications and experience for the
proposed role.
(d) Other changes, direct or indirect, in the equity ownership or team membership of
a Proposer as identified in its SOQ.
In order for a Proposer to remain eligible to submit a Proposal after it has been placed on the
shortlist, the Proposer’s Key Personnel as identified in the SOQ must remain intact for the
duration of the procurement process (i.e., until execution of the P3 Agreement), unless
otherwise approved in writing by ADOT, in its sole discretion.
Should a Proposer wish to make such a change, Proposer shall notify and request ADOT’s
consent in writing. Proposer shall provide to ADOT, for any new or substitute entity or
personnel, the same information required under this RFQ for such entity or personnel had such
entity or personnel been part of the Proposer team as of the SOQ submission (including, without
limitation, legal, financial, qualifications/experience, and other information). If a Proposer
wishes to delete an entity or change Key Personnel, the Proposer shall provide ADOT with
information establishing that the Proposer remains qualified for shortlisting as contemplated
under this RFQ.
ADOT will review requests to implement changes in Key Personnel but is under no obligation to
approve such requests and may approve or disapprove in writing a portion of the request or the
entire request at its sole discretion. Any such change made without the written consent of
ADOT may, at ADOT’s sole discretion, result in the Proposer being disqualified.
Short-Listed Proposers are advised that the evaluation criteria and weightings for the evaluation
of the Proposals will differ from the criteria set forth in this RFQ to evaluate SOQs. In addition,
the scores and evaluation of the SOQs shall not carry over or be used in any way in the
evaluation of the Proposals.
The following rules of contact apply during the procurement for the Project, effective as of the
date of issuance of this RFQ through the execution of the P3 Agreement. These rules are
designed to promote a fair, unbiased, legally defensible procurement process. Additional rules
or modifications to these rules may be issued by ADOT in connection with the draft RFP
process and in the RFP. Contact includes face-to-face, telephone, facsimile, electronic mail (e-
mail), or formal written communication, either directly or indirectly by an agent, representative,
promoter, or advocate of a Proposer.
The ADOT Procurement Manager will serve as the primary point of contact during the RFQ
procurement, unless otherwise notified.
ADOT is the single source of information regarding the P3 Agreement procurement. The
procurement process begins on the date of issuance of this RFQ, and is anticipated to be
completed with the award of the P3 Agreement.
(a) Except as set out in this RFQ or the conflict of interest policy in Attachment 1,
following issue of the RFQ, no Proposer or any of its team members may
communicate with another Proposer or its team members with regard to the
Project or SOQs. A Proposer may communicate with a subcontractor that is
permitted to be on both its team and another Proposer’s team, so long as those
Proposers establish a protocol to ensure that the subcontractor will not act as a
conduit of information between the teams. Proposers and team members are
permitted to attend ADOT-sponsored workshops and meetings together provided
the requirements in this Section are complied with;
(b) Contact between Proposers and ADOT shall only be through the ADOT
Procurement Manager and Proposer’s designated representative and shall be in
writing as set out in Section 3.4;
(c) Proposers shall not contact ADOT employees, advisors, and any other person
who will evaluate the SOQs regarding the Project or the procurement;
(d) Proposers shall not contact Stakeholders and those parties identified under
Section 7.3.1 concerning the Project. ADOT shall provide any necessary
coordination during the RFQ stage with such entities in order that, among other
things, the procurement is implemented in a fair, competitive, and transparent
manner and with uniform information;
(e) Any contact determined to be improper, at the sole discretion of ADOT, may
result in disqualification;
(f) Any official contact regarding the Project will be disseminated in writing from
ADOT on ADOT letterhead and signed by the ADOT Procurement Manager; and
ADOT will endeavor to advise the Proposer of any request pursuant to A.R.S. §
28-7707 and Title 39, Chapter 1, Article 2 and any other applicable laws for the disclosure of
any material properly labeled as proprietary, trade secret, or confidential so as to allow the
Proposer the opportunity to seek a court order to protect such materials from disclosure. Under
no circumstances, however, will ADOT be responsible or liable to the Proposer or any other
party for the disclosure of any such labeled materials, whether the disclosure is deemed
required by law, by an order of court, or occurs through inadvertence, mistake, or negligence on
the part of ADOT or its officers, employees, contractors, or consultants. In no event shall ADOT,
or any of its agents, representatives, consultants, directors, officers, or employees be liable to a
Proposer for the disclosure of all or a portion of an SOQ submitted under this RFQ.
The submitting party is solely responsible for all determinations made by it under
applicable laws as to what portions of the records are proprietary, trade secret, or confidential,
and for clearly and prominently marking each and every page or sheet of materials with
”PROPIETARY,” "TRADE SECRET" or "CONFIDENTIAL" as it determines to be appropriate.
ADOT will not advise a submitting party as to the nature or content of documents entitled to
protection from disclosure under A.R.S. § 28-7707 and Title 39, Chapter 1, Article 2, as to the
interpretation of A.R.S. § 28-7707 and Title 39, Chapter 1, Article 2, or as to the definition of
trade secret. Therefore, each submitting party is advised to contact its own legal counsel
concerning A.R.S. § 28-7707 and Title 39, Chapter 1, Article 2 and other applicable laws and
their application to the submitting party's own circumstances.
In the event of litigation concerning the disclosure or non-disclosure of any material submitted
by the submitting party, ADOT will participate only as a stakeholder retaining the material until
otherwise ordered by a court and the submitting party shall be responsible for otherwise
prosecuting or defending any action concerning the materials at its sole expense and risk;
provided, however, that ADOT reserves the right, in its sole discretion, to intervene or
participate in the litigation in such manner as it deems necessary or desirable. All costs and
fees (including attorneys’ fees and costs) incurred by ADOT in connection with any litigation,
proceeding, or request for disclosure shall be reimbursed and paid by Proposer objecting to the
ADOT has a specific conflict of interest policy for the Project respecting ADOT consultants and
their affiliates. A copy of the current policy is provided as Attachment 1 to this RFQ. Proposers
shall comply with this conflict of interest policy. Exceptions to this policy may be granted by
ADOT, upon written request from such person or firm, if it is determined that the person’s or
firm’s involvement is in the best interest of the public and does not constitute an unfair
advantage. Proposer teams seeking such exception shall submit such written request as soon
as possible (optimally by September 18, 2017) because ADOT shall not extend the SOQ Due
Date or be responsible for any inability or failure to respond prior to the SOQ Due Date to any
such request.
ADOT has engaged a number of consultants to assist and participate in the Project
development stages, as well as assist ADOT during the procurement process for the Project.
Proposer is prohibited from teaming with, receiving any advice, or discussing (except discussing
in a forum established pursuant to the RFP) any aspect relating to the Project or the
procurement of the Project with any such consultants, including:
• KPMG LLP;
• Nossaman LLP;
• CDM Smith.
ADOT may disqualify a Proposer, and refuse to enter into the P3 Agreement with the apparent
best value Proposer if ADOT determines that:
(a) The Proposer has made impermissible contact with any of the ADOT consultants
listed above with respect to this procurement and/or P3 Agreement; or
(b) The Proposer includes any of the ADOT consultants listed above on the
Proposer’s team.
Any violation of the foregoing restrictions by the apparent best value Proposer will, in ADOT’s
sole discretion, constitute a failure to execute the P3 Agreement and result in the forfeiture of
the Proposer’s security.
By submitting its SOQ, each Proposer agrees that, if an organizational conflict of interest is
thereafter discovered, the Proposer must make an immediate and full written disclosure to
ADOT that includes a description of the action that the Proposer has taken or proposes to take
Proposers are also advised that ADOT’s guidelines in this RFQ are intended to augment
applicable federal and state law, including federal organizational conflict of interest laws and
rules and the laws and rules relating to the National Environmental Policy Act. Such applicable
law will also apply to Proposer teams and teaming and may preclude certain firms and their
entities from participating on a Proposer team.
Proposers are referred to Arizona laws that make it unlawful, and a class 2 misdemeanor, for
Proposers or any member of a Proposer team to offer employment to an ADOT procurement
officer, procurement employee or other ADOT employee having a significant procurement role
with respect to the Project, or for any such ADOT officer or employee to have discussions
concerning or accept any such employment. See A.R.S. §§ 41-741, 41-753, 41-1231, 41-
1233.01, 41-2501, 41-2503 and 41-2517.Proposers are also referred to Arizona laws that entitle
ADOT to cancel any contract, without penalty or further obligation, within three years after the
contract is executed, if any person significantly involved in initiating, negotiating, securing,
drafting or creating the contract for ADOT is or becomes, at any time the contract is in effect, an
employee or agent of the other party to the contract. See A.R.S. Title 38, Chapter 3, Article 8
and, in particular, § 38-511.
ADOT has adopted the following conflict of interest policies for ADOT officers and employees
pursuant to such Arizona laws:
• “PER-6.02 Conflict of Interest of Officers and Employees,” (effective March 13, 2009).
ADOT may disqualify a Proposer, and refuse to enter into the P3 Agreement with the apparent
best value Proposer, if it or any member of the Proposer’s team violates A.R.S. § 41-2517(C).
Any such violation by the apparent best value Proposer will, in ADOT’s sole discretion,
constitute a failure to execute the P3 Agreement and result in the forfeiture of the Proposers’
security. After award, ADOT may cancel the P3 Agreement, without obligation or penalty, due
to violation of A.R.S. § 41-2517(C) or in accordance with A.R.S. § 38-511.
ADOT may disqualify a Proposer, and refuse to enter into the P3 Agreement with the apparent
best value Proposer, if any of its Equity Members or Major Non-Equity Members (other than a
Luminaire Supplier) belongs to more than one Proposer organization, or if any Affiliate of the
Any Luminaire Supplier may be a member of more than one Proposer, provided that such
Luminaire Supplier is not an Equity Member in any Proposer.
8.1 Applicability
This Section 8 sets forth the exclusive protest remedies available with respect to this RFQ.
These provisions prescribe the exclusive procedures for protests regarding:
(a) allegations that the terms of the RFQ are wholly ambiguous, contrary to legal
requirements applicable to the procurement, or exceed ADOT’s authority;
Protests concerning the issues described in Section 8.1 may be filed only after the Proposer has
informally discussed the nature and basis of the protest with ADOT, following the procedures
prescribed in this Section 8.2. The Proposer shall initiate such informal discussions by a written
request for a one-on-one meeting delivered to the address specified in Section 3.4 no later than
three (3) business days after the issuance of the RFQ (for protests concerning the issues
described in Section 8.1(a), the responsiveness or pass/fail determination at issue (for protests
concerning the issues described in Section 8.1(b), or the short-listing determinations (for
protests concerning the issues described in Section 8.1(c), as applicable. The Proposer’s failure
to observe any of these deadlines shall constitute a waiver of the Proposer’s right to the
corresponding protest. The written request shall include an agenda for the proposed one-on-one
meeting. ADOT will then set a date and time to discuss the nature and basis of the protest with
the Proposer. If necessary to address the issues raised in a protest, ADOT may, in its sole
discretion, make appropriate revisions to the RFQ documents by issuing addenda.
(a) Protests concerning the issues described in Section 8.1(a) must be filed as soon
as the basis for the protest is known, but no later than ten (10) calendar days
after issuance of the RFQ, unless the protest relates to an addendum to the
RFQ, in which case the protest must be filed no later than five (5) calendar days
after the addendum is issued and ADOT gives notice that the discussion under
Section 8.2 is concluded.
(b) Protests concerning the issues described in Section 8.1(b) must be filed no later
than ten (10) calendar days after receipt of the notification of nonresponsiveness
or failure to pass all pass/fail criteria set forth in this RFQ and ADOT gives notice
that the discussion under Section 8.2 is concluded.
(c) Protests concerning the issues described in Section 8.1(c) must be filed no later
than ten (10) calendar days after the earliest of the notification of the short-list
and the public announcement of the short-list and ADOT gives notice that the
discussion under Section 8.2 is concluded.
A protest shall completely and succinctly state the grounds for protest, its legal authority, and its
factual basis, and shall include all factual and legal documentation in sufficient detail to establish
the merits of the protest. The protest shall also include the name and address of the protestor
and the Project number. Statements shall be sworn and submitted under penalty of perjury.
Protests shall be filed by hand delivery, as soon as the basis for protest is known to the
Proposer or before the applicable deadline, to:
ADOT may, in its sole discretion, forward copies of all such statements to the protestant. Other
Proposers may file statements in support of or in opposition to the protest within five (5)
calendar days of the filing of the protest. Any statements shall be sworn and submitted under
penalty of perjury.
The protestant shall have the burden of proving its protest by clear and convincing evidence.
ADOT may, in its sole discretion, discuss the protest with the protestant and other Proposers.
No hearing will be held on the protest. The protest shall be decided on the basis of written
submissions.
ADOT’s State Engineer or designee (who has not been involved in the evaluation) shall issue a
written decision regarding the protest within thirty (30) calendar days after the filing of the
detailed statement of protest. If necessary to address the issues raised in a protest, ADOT
may, in its sole discretion, make appropriate revisions to this RFQ by issuing an addendum.
The written decision of ADOT’s State Engineer shall be final and non-appealable.
If a protest is denied, the Proposer filing the protest shall be liable for ADOT’s costs reasonably
incurred to defend against or resolve the protest, including legal and consultant fees and costs,
and any unavoidable damages sustained by ADOT as a consequence of the protest.
Each Proposer, by submitting its SOQ, expressly recognizes and agrees to the limitation on its
rights to protest provided in this Section 8, and expressly waives all other rights and remedies
that may be available to the Proposer under law. These provisions are included in this RFQ
All Proposers submitting SOQs will be notified in writing of the results of the evaluation process.
Proposers not short-listed may request a debriefing. If requested, debriefings will be provided at
the earliest feasible time after notification of the Short-Listed Proposers. The debriefing will be
conducted by a procurement official familiar with the rationale for the shortlist decision.
Debriefings shall:
(a) Be limited to discussion of the unsuccessful Proposer’s SOQ and may not
include specific discussion of a competing SOQ;
(b) Be factual and consistent with the evaluation of the unsuccessful Proposer’s
SOQ; and
(c) Provide information on areas in which the unsuccessful Proposer’s SOQ had
weaknesses or deficiencies.
Debriefing will not include discussion or dissemination of the thoughts, notes, or rankings of
individual evaluators.
In connection with this procurement, ADOT reserves to itself all rights (which rights shall be
exercisable by ADOT in its sole discretion) available to it under applicable law, including without
limitation, with or without cause, and with or without notice, the right to:
(a) Develop the Project in any manner that ADOT deems necessary.
(b) Negotiate with a Proposer without being bound by any provision in its proposal or
other submittal provided in connection with this procurement and suspend or
terminate negotiations at any time.
(c) Elect not to commence or continue negotiations with any responding Proposer.
(h) Issue Addenda, supplements, and modifications to this RFQ and the RFP.
(j) Cancel this RFQ, or the subsequent RFP, in whole or in part at any time prior to
the execution by ADOT of the P3 Agreement, without incurring any cost
obligations or liabilities, except as otherwise provided in the RFP.
(l) Permit a Proposer to add, delete, or change Lead Contractors, Lead Operation
and Maintenance Firms, Equity Members or Major Non-Equity Members and/or
Key Personnel.
(n) Hold meetings and conduct discussions and correspondence with one or more of
the Proposers regarding their SOQs.
(p) Disqualify any Proposer under this RFQ, the RFP, or during the period between
the RFQ and the RFP, for violating any rules or requirements of the procurement
set forth in this RFQ, the RFP, or in any other communication from ADOT in
connection with this procurement.
(r) Exercise any other right reserved or afforded to ADOT under this RFQ or
applicable laws or regulations.
(s) Add or modify ADOT’s reserved rights in Addenda to this RFQ and the
subsequent RFP.
THE RFQ DOES NOT COMMIT ADOT TO ENTER INTO A CONTRACT OR PROCEED WITH
THE PROCUREMENT AS DESCRIBED IN THIS RFQ. ADOT ASSUMES NO OBLIGATIONS,
RESPONSIBILITIES, OR LIABILITIES, FISCAL OR OTHERWISE, TO REIMBURSE ALL OR
PART OF THE COSTS INCURRED OR ALLEGED TO HAVE BEEN INCURRED BY PARTIES
CONSIDERING A RESPONSE TO OR RESPONDING TO THIS RFQ, OR ANY
SUBSEQUENT RFP. ALL SUCH COSTS SHALL BE BORNE SOLELY BY EACH
PROPOSER.
1. Project Description
ADOT operates and maintains the lighting system on controlled access highways statewide. In
support of its mission to provide a safe, efficient, cost-effective transportation system, ADOT
seeks to upgrade more than 19,000 luminaires to LED technology with remote monitoring and
controls, covering approximately 300 miles of controlled access highway throughout the greater
Phoenix area, including the Deck Park Tunnel on I-10, as shown on the map in Figure 1.
The Phoenix area lighting system is considered to be in a state of good repair and currently
primarily uses high-pressure sodium high-intensity discharge (“HPS HID”) luminaires. Lighting
ADOT is currently developing a technical specification for desired lighting levels for the Project
which would be included with the RFP. ADOT’S Past decisions regarding lighting levels have
generally been made on a case-by-case basis during design with general past to design all
urban freeways (mainline and ramps) to 0.6 foot-candles (fc) using the illuminance method of
design, based on a 1984 AASHTO Guide. The 0.6 fc level conforms to the current 2005
AASHTO Guide at the low end of the recommended range.
The Phoenix Metropolitan Area Lighting system (excluding Deck Park Tunnel) is switched
automatically using ambient light sensors or photo-electric cells (“PECs”) mounted on the
lighting load center cabinets. Utility service for all circuits included in the Project is provided by
either Arizona Public Service (“APS”), Salt River Project (“SRP”), or Gila River Indian
Community Utility Authority (“GRICUA”). 3. Deck Park Tunnel Lighting Portfolio
The Deck Park Tunnel is located on I-10 in Phoenix, Arizona. The tunnel currently uses HPS
luminaires controlled by a contractor controlled stepped switched system that adjusts tunnel
lighting conditions in response to outdoor ambient lighting levels.
The Deck Park Tunnel was constructed and opened to traffic in August of 1990. The luminaires
from the original project construction are now approaching the end of their useful lives and
lighting technology has progressed significantly since the tunnel was commissioned. Increasing
traffic levels commensurate with Phoenix’s growth, among other factors, has led to increased
frequency of traffic incidents within the tunnel. ADOT has, therefore, reviewed various
alternative solutions for lighting with the goals of enhancing safety, increasing lighting levels,
and improving energy efficiency.
In 2011, the luminance values in various zones of the tunnel were evaluated in comparison with
the current tunnel lighting guidelines, IES RP-22-11 Standard Practice for Tunnel Lighting. The
study also examined the energy consumption of the existing tunnel lighting system. The study
concluded that ADOT spends approximately $350,000 per year in lighting-related electrical
charges 4, and that existing lighting levels in the tunnel were lower than revised current lighting
design recommendations.
In 2016, the I-10 Deck Park Tunnel Initial Project Assessment included a recommendation to
achieve higher lighting levels in the Deck Park Tunnel threshold and transition zones. The
concept study also recommended the use of next-generation LED lighting technology for
luminaires and the use of a power line carrier control system to monitor and vary the tunnel
lighting level according to measured daylight conditions outside the tunnel. The concept study
also recommended that any future lighting system incorporate the flexibility to support variable
posted speeds within the tunnel environment.
In 2016-17, ADOT initiated project development on the Deck Park Tunnel lighting system via a
legally-available on-call procurement tool, but the approach did not meet the requirements of
ADOT.
Utility service for all circuits included in the Project is provided by APS.
4
Subsequent work indicates ADOT lighting-related electrical charges are closer to $300,000 per year.
Arizona Department of Transportation Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Project #F014701C
56075244.v15
4. Design, Supply, Construction, Installation, Operation, and Maintenance Scope
Overview
The Project involves upgrading the Deck Park Tunnel lighting system (approximately 3,300
luminaires) to LED technology to achieve higher luminance levels as described in the Deck Park
Tunnel Lighting Technical Requirements in the Project Documents. The Deck Park Tunnel
Lighting includes overhead lighting on the eastbound and westbound mainline freeway portion
only. The transit bay located between the main tubes and the equipment rooms on the north
and south sides of the tunnel are not covered in the scope of work.
The Deck Park Tunnel lighting is on 24 hours per day and load varies by time of day based on
outdoor ambient light levels.
Outside of the Deck Park Tunnel, the Project includes upgrading approximately 16,000
luminaires lighting the freeway system in the Phoenix metropolitan area (mainline and ramps
including any underdeck lighting along the freeway mainline where the freeway passes under an
overhead structure). Open road lighting currently operates approximately 4,200 hours per year.
In the Phoenix metropolitan area, there are six short tunnels (I-10, Fillmore St. Ramp WJ-D; I-
17, Utopia Tunnel; I-17, Rose Garden Tunnel; SR 202L, Power Road – 3256 N.; SR 202L,
Power Road – 3254 N.; and US 60, McClintock Drive Ramp W-S), the lighting in which may
require reconfiguration to meet performance requirements. In addition, the replacement of
approximately 200 airport warning lights (mounted to existing light poles) is expected to be
included in the project scope.
Tunnels and freeways outside of the Phoenix metropolitan area, roadway lighting associated
with traffic signals, and the lighting on cross streets are not included in this Project.
Replacement of substandard light poles and foundations may be included in the Project, and
further details of such replacement will be included in the RFP. Adding or relocating light poles,
is not required (unless such relocation is required to meet the lighting level requirements which
will be included in the RFP), but may be proposed where a business case and lifecycle cost
saving to ADOT is demonstrated.
Salvage of existing lighting components within both Deck Park Tunnel and the remainder of the
Phoenix Metropolitan Area Lighting System is the responsibility of the Developer.
Guide sign lighting will not require an upgrade to LED as part of this Project and is not the
Developer’s operations and maintenance responsibility.
The Project will not include the design and construction/installation of lighting systems that are
currently being delivered as part of larger road projects in the Maricopa Association of
Governments (“MAG”) regional transportation system. Once constructed/installed, luminaires
from those projects (and other future additions to ADOT’s lighting network within the Phoenix
metropolitan area) may be integrated into the operations and maintenance scope of this Project.
The RFP will further detail the proposed approach to segments of the lighting area that will be
excluded from the design and construction/installation scope, as well as the operations and
The installed system must conform to A.R.S. Title 49 – The Environment, Chapter 7, Light
Pollution, and lighting codes for jurisdictions that the Project covers.
Metering
The Project includes metered and unmetered accounts. The Deck Park Tunnel electrical system
is largest metered account. ADOT anticipates that all lighting within the project scope will be
served by a control system that includes detailed, granular measurement of power consumption.
Subject to discussion with utilities, that same control system may be able to provide power and
consumption data in lieu of utility metering (i.e., using the control system data as the basis for
utility billing). The modified lighting system may also warrant updated tariffs reflecting the
installed LEDs and control system. Installation of new utility metering may also be required.
ADOT is in discussions with APS, SRP, and GRICUA to discuss these interrelated issues:
(i) suitability of using the control system data for billing purposes,
(ii) the potential for new or amended tariffs reflecting the characteristics of the
updated system, and
The Project will also include maintenances of poles, wiring, pull boxes, conduit, and other
ancillary lighting infrastructure on the load side of the electrical point of service, and periodic
cleaning of the walls of the Deck Park Tunnel.
Safety and security are of prime importance. All elements of the Project must be designed,
supplied, constructed/installed, operated, and maintained in a manner that is consistent with this
safety and security objective. Developer shall adhere to all applicable regulations regarding
safety and security.
TRANSMITTAL LETTER
PROPOSER: ____________________________________________
The undersigned (“Proposer”) is pleased to submit this Statement of Qualifications (this “SOQ”)
in response to the Request for Qualifications dated as of August 25, 2017 (as amended, the
“RFQ”), issued by the Arizona Department of Transportation (“ADOT”) to design, supply,
construct/install, operate, and maintain the Phoenix Metropolitan Area Freeway Lighting Project,
as described in the RFQ.
Enclosed, and by this reference incorporated herein and made a part of this SOQ, are the
following:
• As set forth in Section 3.5 of the RFQ, the following Addenda and sets of questions and
answers to the RFQ:
[Proposer to list any addenda to this RFQ and sets of questions and answers by dates
and numbers prior to executing Form A.]
Proposer represents and warrants that it has read the RFQ and agrees to abide by the contents
and terms of the RFQ and SOQ. Without limiting the foregoing, Proposer accepts and agrees to
all the terms and conditions for protest set forth in Section 8 (Protest Procedures) of the RFQ,
and specifically acknowledges ADOT’s reserved rights in Section 10 (ADOT Reserved Rights)
of the RFQ.
Proposer understands that if it is selected, the legal entity constituting the Developer will enter
into a single P3 Agreement encompassing all design, supply, construction/installation, financing,
operations, maintenance and other obligations.
Arizona Department of Transportation Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Form A Project #F014701C
56075244.v15
Form A
TRANSMITTAL LETTER
Proposer understands that ADOT is not bound to shortlist any Proposer and may reject each
SOQ ADOT receives.
Proposer further understands that all costs and expenses incurred by it in preparing this SOQ
and participating in the Project procurement process will be borne solely by the Proposer.
Proposer agrees that ADOT will not be responsible for any errors, omissions, inaccuracies, or
incomplete statements in this SOQ.
Proposer acknowledges and agrees to the protest provisions and understands that it limits
Proposer’s rights and remedies to protest or challenge the RFQ or any determination or short-
listing thereunder.
This SOQ shall be governed by and construed in all respects according to the laws of the State
of Arizona.
_________________________________________________________________
(No.) (Street) (Floor or Suite)
_________________________________________________________________
(City) (State or Province) (ZIP or Postal Code) (Country)
TRANSMITTAL LETTER
By:
Print Name:
Title:
By:
Print Name:
Title:
By:
Print Name:
Attorney in Fact
4. Sample signature block for a Proposer not yet formed as a legal entity:
By:
Print Name:
Title:
[SOQ DATE]
I certify that:
1. I have read and understand the information contained in the Request for Qualifications
issued by the Arizona Department of Transportation for the Phoenix Metropolitan Area
Freeway Lighting Project and the attached statement of qualifications (“SOQ”) submitted
by [NAME OF THE PROPOSER TEAM].
2. To the best of my knowledge and belief, all information contained in the SOQ, and
information submitted concurrently or in supplemental documents with the SOQ, is
complete, current and true.
[DELETE THE THIRD PARAGRAPH, BELOW, ONLY IF THE ENTITY SIGNING THIS
CERTIFICATION IS THE PROPOSER’S LEAD EQUITY MEMBER. OTHERWISE, DELETE
THIS NOTE AND KEEP THE THIRD PARAGRAPH.]
3. All representations, statements, and commitments in the SOQ made by [NAME OF
PROPOSER TEAM] on behalf of [NAME OF EQUITY MEMBER] have been authorized
by, are correct, and accurately represent the role of [NAME OF EQUITY MEMBER] on
the [NAME OF PROPOSER] team.
I acknowledge that any false, deceptive, or fraudulent statements in the SOQ can result in
denial of shortlisting status and other consequences provided by law.
By:
Print Name:
Attorney in Fact
Name of Proposer:
Provide the information requested below for each project listed in Forms E-1, E-2, E-3, E-4, and E-5.
Experience of Proposer Team (particularly, Lead Engineering Firm) in the Design and Engineering of Reference Projects
Name of Proposer:
Notes:
(1) A maximum of three projects may be included. If the specific entity that undertook the identified project is not the Proposer, Equity Member, or Major Non-Equity Member, as applicable, but, rather an “affiliate” of
such entity, please expressly indicate and identify the entity and its relationship to Proposer, Equity Member, or Major Non-Equity Partner, as applicable. At ADOT’s sole discretion, such entity may be required to be
a Financially Responsible Party.
(2) Only list projects on which the entity worked within the past 10 years (measured from the date of issuance of this RFQ).
(3) Only list projects where the entity held a minimum 30% of the ultimate responsibility for the design and engineering work.
(4) Project description shall describe physical infrastructure, such as lane-miles of roadway luminaires, number of luminaires, tunnel length, etc.
(5) In thousands of United States Dollars. Identify exchange rates of amounts in other currencies using the exchange rate as of July 1, 2017, including the benchmark on which the exchange rate is based.
(6) Project Cost means the total design and construction cost budgeted or, if the project is complete, the total construction cost of the completed project.
(7) Show company's participation in terms of money and percentage of the design and engineering work for the listed project.
(8) For projects/contracts listed for design firms that were traditional consultant/engineering services contracts (as opposed to, for example, design-build contracts), the information sought above shall be limited only to
the consultant/engineering services contract, rather than any ensuing construction contract where such entity had limited or no involvement.
Experience of Proposer Team (particularly the Lead Contractor) in the Construction/Installation of Reference Projects
Name of Proposer:
Notes:
(1) A maximum of three projects may be included. If the specific entity that undertook the identified project is not the Proposer, Equity Member, or Major Non-Equity Member, as applicable, but, rather an “affiliate” of
such entity, please expressly indicate and identify the entity and its relationship to Proposer, Equity Member, or Major Non-Equity Partner, as applicable. At ADOT’s sole discretion, such entity may be required to be
a Financially Responsible Party. .
(2) Only list projects on which the entity worked within the past 10 years.
(3) Only list projects where the entity held a minimum 30% of the ultimate responsibility for the construction work.
(4) Project description shall describe physical infrastructure, such as lane-miles of roadway luminaires, number of luminaires, tunnel length, etc.
(5) In thousands of United States Dollars. Identify exchange rates of amounts in other currencies using the exchange rate as of July 1, 2017, and identify the benchmark on which the exchange rate is based.
(6) Project Cost means the total design and construction cost budgeted or, if the project is complete, the total design and construction cost of the completed project.
(7) Show company's participation in terms of money and percentage of the construction work for the listed project.
(8) For projects/contracts listed for construction firms using the traditional design/bid/build delivery method, the information sought above shall be limited only to the construction contract, rather than any design contract
where such entity had limited or no involvement.
Experience of Proposer Team (particularly the Lead Operations and Maintenance Firm) in the Operations and Maintenance of Reference Projects
Name of Proposer:
NUMBER OF
LIST ENTITY, ROLE ON
LUMINAIRES AND/OR
PROPOSER TEAM, PROJECT START/END DATES & LEVEL OF COMPANY’S
GENERAL DESCRIPTION OF OPERATIONS AND MAINTENANCE WORK (4) LENGTH OF ROAD ROLE OF COMPANY FOR THE PROJECT
NAME, CLIENT/OWNER AND DURATION (5) PARTICIPATION (6)
UNDER MAINTENANCE,
LOCATION (1), (2) & (3)
AS APPLICABLE
1.
2.
3.
Notes:
(1) A maximum of three projects may be included. If the specific entity that undertook the identified project is not the Proposer, Equity Member, or Major Non-Equity Member, as applicable, but, rather an “affiliate” of
such entity, please expressly indicate and identify the entity and its relationship to Proposer, Equity Member, or Major Non-Equity Partner, as applicable. At ADOT’s sole discretion, such entity may be required to be
a Financially Responsible Party.
(2) Only list projects on which the entity or such parent or sister company worked within the past 10 years.
(3) Only list projects where the entity, joint venture members of the entity, or such parent or sister company held a minimum 50% of the ultimate responsibility for the maintenance work.
(4) Project description shall describe physical infrastructure, such as lane-miles of roadway luminaires, number of luminaires, tunnel length, etc.
(5) Describe duration of maintenance contract period.
(6) Show company's participation in terms of money and percentage of the maintenance work for the listed project.
NUMBER OF
LIST ENTITY, ROLE ON
LUMINAIRES AND/OR
PROPOSER TEAM, PROJECT START/END DATES & LEVEL OF COMPANY’S
GENERAL DESCRIPTION OF PROJECT AND FINANCING APPROACH (4) LENGTH OF ROAD ROLE OF COMPANY FOR THE PROJECT
NAME, CLIENT/OWNER AND DURATION (5) PARTICIPATION (6)
UNDER MAINTENANCE,
LOCATION (1), (2) & (3)
AS APPLICABLE
1.
2.
3.
Notes:
(1) A maximum of three projects may be included. If the specific entity that undertook the identified project is not the Proposer or Equity Member, as applicable, but, rather an “affiliate” of such entity, please expressly
indicate and identify the entity and its relationship to Proposer or an Equity Member, as applicable. At ADOT’s sole discretion, such entity may be required to be a Financially Responsible Party. .
(2) Only list projects on which the entity worked within the past 10 years.
(3) Only list projects where the entity, joint venture members of the entity, or such parent or sister company held a minimum of 15% of the ultimate financing responsibility for the project.
(4) Project description shall describe physical infrastructure, such as lane-miles of roadway luminaires, number of luminaires, tunnel length, etc.
(5) Describe duration of project contract period.
(6) Show company's participation in terms of financing the Project
(7) .
Name of Firm:
Notes:
(1) A maximum of three projects may be included. If the specific entity that undertook the identified project is not the Proposer, Equity Member, or Major Non-Equity Member, as applicable, but, rather an “affiliate” of such
entity, please expressly indicate and identify the entity and its relationship to Proposer, Equity Member, or Major Non-Equity Partner, as applicable. At ADOT’s sole discretion, such entity may be required to be a
Financially Responsible Party. .
(2) Only list DBFOM or DBOM projects.
(3) Only list projects on which the entity worked within the past 10 years.
(4) Project description shall describe physical infrastructure, such as lane-miles of roadway luminaires, number of luminaires, tunnel length, etc. and delivery method.
(5) In thousands of United States Dollars. Identify exchange rates of amounts in other currencies using the exchange rate as of July 1, 2017, and identify the benchmark on which the exchange rate is based.
(6) Project Cost means the total design and construction cost budgeted or, if the project is complete, the total design and construction cost of the completed project.
(7) Show company's participation in terms of money and percentage of the work for the listed project.
Name of Proposer:
1.
2.
3.
Construction/ _____ years on
Installation September 15, 2017
Manager
1.
2.
____ years on
Design 3.
September 15, 2017
Manager
1.
____ years on 2.
O&M Manager September 15, 2017 3.
1
For each individual proposed, please enter the number of years of relevant experience in the blank spaces
provided. In cases where the individual has no relevant experience, please enter “0” in the corresponding blank
space.
2
For each individual proposed, please indicate any degrees, professional licenses, registrations, and training
relevant to the corresponding Key Personnel position.
3
Provide three references for each position identified on Form F in accordance with Section 5.3.3 of the RFQ.
PART 1
PROPOSER TEAM SUMMARY
PROPOSER
CONTACT PERSON
ADDRESS
TELEPHONE NUMBER
FAX NUMBER
EMAIL ADDRESS
EQUITY MEMBER(S)
(Duplicate for each Equity
Member)
NAME OF FIRM
CONTACT PERSON
ADDRESS
TELEPHONE NUMBER
FAX NUMBER
EMAIL ADDRESS
MAJOR NON-EQUITY
MEMBER (Duplicate for
each Major Non-Equity
Member)
NAME OF FIRM
CONTACT PERSON
ADDRESS
TELEPHONE NUMBER
FAX NUMBER
EMAIL ADDRESS
FINANCIALLY
RESPONSIBLE PARTY
(Duplicate for each
Financially Responsible
Party)
NAME OF FIRM
CONTACT PERSON
ADDRESS
TELEPHONE NUMBER
FAX NUMBER
EMAIL ADDRESS
NAME OF FIRM
CONTACT PERSON
ADDRESS
TELEPHONE NUMBER
FAX NUMBER
EMAIL ADDRESS
PART 2
TEAM MEMBER INFORMATION
Entity’s Role (check one box for entity completing Form L-1 as applicable):
Corporation
Partnership
Joint Venture
Limited Liability Company
Other (describe): ______________________________
* If the entity completing this Form L-1 is a partnership or any other form of a joint venture,
attach to this Form L-1 the executed teaming agreement. If an executed teaming agreement
does not yet exist, attach a summary of the key terms of the anticipated agreement, including
the percentages of ownership roles of the various parties and anticipated execution date.
B. Describe the role of the entity in the space below, including equity ownership
percentage.
______________________________________________________________________
______________________________________________________________________
C. If the entity completing this Form L-1 is a joint venture or newly formed entity (formed
within two (2) years before the SOQ Due Date), complete a separate Form L-1 and Form
L-2 for each member or partner of the entity and attach it to the SOQ. In addition,
identify the name of such members or partners in the space below.
Name
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
Under penalty of perjury, I certify that the foregoing is true and correct, and that I am the firm’s
Official Representative:
CERTIFICATION / QUESTIONNAIRE
Name of Proposer:
Complete for the Proposer, each Equity Member, each Major Non-Equity Member, and any
other entity if such company’s project experience is used in Forms E-1 through E-5:
1. Has the firm or any Affiliate 5, or the owners, officers, or managing employees of either the
firm or any affiliate, ever failed to complete any work it agreed to perform, or had a contract
terminated because it was in default within the last ten (10) years (measured from the date of
issuance of this RFQ)? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
2. Has the firm or any Affiliate1 or any director, officer, or employee of either the firm or any
affiliate been indicted or convicted of bid or other contract-related crimes or violations (e.g.,
fraud, bribery, collusion, conspiracy, antitrust, etc.) or any felony or misdemeanor related to
performance under a contract within the past five (5) years (measured from the date of
issuance of this RFQ)? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
3. Has the firm or any Affiliate1 sought protection under any provision of any bankruptcy act
or been subject to a receivership or involuntary bankruptcy proceeding within the last ten (10)
years (measured from the date of issuance of this RFQ)? If yes, describe, and provide
information concerning any work completed by a surety as a result of the bankruptcy or
receivership.
Yes No
_____________________________________________________________________
_____________________________________________________________________
5 Note: “Affiliate” has the meaning set forth in Section 1.2 of the RFQ, but only if the entity either (a) has or is engaged in
business or investment in North America or (b) is or was involved, directly or indirectly, in any project listed on Form E-1, E-2, E-
3, E-4 or E-5.
CERTIFICATION / QUESTIONNAIRE
4. Has the firm or any Affiliate1 been debarred, disqualified, removed, or suspended from
performing work for the federal government, any state or local government, or any foreign
government within the last five (5) years (measured from the date of issuance of this RFQ)? If
yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
5. Has the firm or any Affiliate1 been found liable in a civil suit or found guilty in a criminal
action for making any false claim or other material misrepresentation to a public entity
(including any foreign government) within the past ten (10) years (measured from the date of
issuance of this RFQ)? If yes, as to each such inquiry, state the name of the public agency,
the date of the inquiry, the grounds on which the public agency based the inquiry, and the
result of the inquiry.
Yes No
_____________________________________________________________________
_____________________________________________________________________
6. Has any construction project performed or managed by the firm or, to the knowledge of
the undersigned, any Affiliate1, involved repeated or multiple failures to comply with safety
laws, regulations, rules, or requirements (including those of a foreign government) within the
past ten (10) years (measured from the date of issuance of this RFQ)? If yes, please identify
the team members and the projects, provide an explanation of the circumstances, and provide
owner contact information including telephone numbers.
Yes No
_____________________________________________________________________
_____________________________________________________________________
7. Has the firm or any Affiliate1 been disqualified by an owner of a public works project for
submitting a “nonresponsive” bid or proposal, or having been found “not responsible” within
the last five (5) years (measured from the date of issuance of this RFQ)? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
CERTIFICATION / QUESTIONNAIRE
8. Has the firm or any Affiliate1 been found, adjudicated, or determined by any state court,
state administrative agency, federal court or federal agency, to have violated or failed to
comply with any law or regulation of the United States or any state within the past ten (10)
years (measured from the date of issuance of this RFQ) governing prevailing wages
(including, but not limited to, payment for health and welfare, pension, vacation, travel time,
subsistence, apprenticeship or other training, or other fringe benefits) or overtime
compensation? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
9. Have any adverse claims between the owner of a public works project and the firm or any
Affiliate1, in which the claim exceeds $100,000, settled or been the subject of a judgment
within the past five (5) years (measured from the date of issuance of this RFQ)? If yes,
describe, including the amount of each claim, the amount of each settlement or judgment, the
total amount of such claims and settlements, and the sum of the original contract prices for all
projects on which you are reporting the claims. “Claim” means any request or demand, in any
written form, including correspondence, from the firm or any Affiliate to a project owner, or
from a project owner to the firm or any Affiliate, for payment of money or damages to the
claimant, except for changes in scope or requirements directed by the project owner.
Yes No
_____________________________________________________________________
_____________________________________________________________________
10. Has the firm or any Affiliate1 been convicted of violating a state or federal law relating to
the employment of undocumented aliens within the past five (5) years (measured from the
date of issuance of this RFQ)? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
11. List (on a separate page) up to five financial institutions with which the firm or any Affiliate1
has done the most business within the past five (5) years (measured from the date of
issuance of this RFQ) and identify the individual at each institution who was in charge of the
firm’s accounts. Indicate the address, telephone number, and email address of each
individual.
CERTIFICATION / QUESTIONNAIRE
12. Has a surety firm completed performance of a contract on behalf of the firm or any
Affiliate1 or paid for completion of a contractor’s performance because the firm or any affiliate
was in default or terminated by the project owner within the last five (5) years (measured from
the date of issuance of this RFQ)? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
13. Has the firm or any Affiliate been found, adjudicated, or determined by any federal or
state court or agency (including, but not limited to, the Equal Employment Opportunity
Commission, the Office of Federal Contract Compliance Programs, and any applicable
Arizona governmental agency) to have violated any laws or Executive Orders relating to
employment discrimination or affirmative action within the past ten (10) years (measured from
the date of issuance of this RFQ), including, but not limited to, Title VII of the Civil Rights Act
of 1964, as amended (42 U.S.C. §§ 2000 et seq.); the Equal Pay Act (29 U.S.C. § 206[d]);
and any applicable or similar Arizona law? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
14. Has the firm or any Affiliate been found, adjudicated, or determined by any state court,
state administrative agency, federal court or federal agency, to have violated or failed to
comply with any law or regulation of the United States or any state within the past ten (10)
years (measured from the date of issuance of this RFQ) governing prevailing wages
(including, but not limited to, payment for health and welfare, pension, vacation, travel time,
subsistence, apprenticeship or other training, or other fringe benefits) or overtime
compensation? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
CERTIFICATION / QUESTIONNAIRE
15. In the past ten (10) years have there been any citations, assessed penalties or
settlements against the firm or any Affiliate for any serious, willful or repeat violations of Part 1
(commencing with § 6300) of Division 5 of the Labor Code or the federal Occupational Safety
and Health Act of 1970 (Public Law 91-596)? If yes, describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
16. Has there been any instance where the firm or any Affiliate, or its owners, officers, or
managing employees submitted a bid on a public works project and were found to be
nonresponsive or were found by an awarding body not to be a responsible bidder? If yes,
describe.
Yes No
_____________________________________________________________________
_____________________________________________________________________
Under penalty of perjury, I certify that the foregoing is true and correct, and that I am the firm’s
Official Representative:
Firm: _________________________________________
By: __________________________________________
Title: _________________________________________
Name of Proposer:
Proposer Name:
Proposer Address:
Proposer Contact Information Individual :
Email Address: Phone Number:
RFQ Section
Question Reserved for Department Response
No. or Appendix
SAFETY QUESTIONNAIRE
Name of Proposer:______________________________________________________
Lead Contractor or Lead O&M Firm Name:__________________________________
Note: A Safety Questionnaire shall be provided by both the Lead Contractor and the Lead
O&M Firm.
Provide the following information for the past three (3) years:
Item 2014 2015 2016
Experience Modification Rate
Lost Work Rate
Employee Hours Worked
(Do not include non-work time, even though paid)
Number of Lost Workday Cases
Number of Restricted Workday Cases
Number of Cases with Medical Attention Only
Number of Fatalities
1.0 Purpose
This Policy prescribes Conflict of Interest rules applicable to private entities, including
Consultants and Proposers, participating or desiring to participate in ADOT's planning,
procurement, design, supply, construction/installation, financing, operations or maintenance of
the Project. A private entity’s failure to comply with this Policy may result in potential liability to
ADOT and the private entity’s preclusion from participation in the Project. This Policy is
intended to apply in the context of ADOT’s development of the Project pursuant to a design-
build-finance-operate-maintain contract or other form of public-private partnership.
2.0 Definitions
Term Definition
ADOT Means the Arizona Department of Transportation.
Affiliate Means with respect to any Consultant: (a) any member, partner or joint
venture of such Consultant; (b) any individual or entity that directly or
indirectly controls, or is controlled by, or is under common control with,
such Consultant or any of its members, partners or joint venturers; and
(c) any other entity for which 20% or more of the equity interest in such
other entity is held directly or indirectly, beneficially or of record by
(i) such Consultant, (ii) any of such Consultant's members, partners or
joint venturers or (iii) any Affiliate of such Consultant under clause (b) of
this definition.
Conflict of Means a circumstance arising out of a Consultant's or Affiliate’s (a)
Interest existing or past activities, including past activities as a Consultant to or
employee of ADOT, (b) business interests, (c) familial relationships, (c)
contractual relationships, and/or (d) organizational structure (i.e.,
Affiliates, etc.) wherein (i) the Consultant is or may be unable to render
impartial assistance or advice to ADOT, (ii) the Consultant's objectivity in
performing the scope of work sought by ADOT is or might be otherwise
impaired, (iii) the Consultant has, or is perceived to have, an unfair
competitive advantage, (iv) the Consultant's performance of Services on
behalf of ADOT does or may provide an unfair competitive advantage to
a Proposer team, or (v) regardless of whether accurate, there is a
perception or appearance of impropriety or unfair competitive advantage
benefiting the Consultant or a Proposer team as a result of the
Consultant's Services to ADOT.
Consultant Means any person or business entity, any individual employee of such
entity, or any division and/or Affiliate of such entity previously or currently
retained, or in the process of being retained, by ADOT to provide
Services in connection with the Project, including subconsultants and
individual employees of subconsultants.
Policy Means this ADOT Conflict of Interest Policy.
Project Means the Phoenix Metropolitan Area Freeway Lighting Project.
Proposer Means any person or business entity, including joint ventures,
Arizona Department of Transportation Request for Qualifications
Phoenix Metropolitan Area Freeway Lighting Project Attachment 1 Project #F014701C
56075244.v15
partnerships, limited liability companies, corporations, consortiums,
teams or other groups or organizations of individuals or entities, or the
individuals and entities that make up such groups, that have submitted a
statement of qualifications or proposal for work on the Project or are
interested in submitting a statement of qualifications or proposal for work
on the Project.
Services Means, in the context of this Policy, consulting services related to the
Project, which may include, but are not limited to, some or all of the
following: planning services; procurement services; federal and state
environmental services; financial advisory services; legal services; risk
management analysis or services; insurance advice or services; traffic
and revenue studies; maintenance planning services; program oversight;
design and construction management services; design concept services;
preliminary engineering services (including right-of-way, structures,
survey and utility); and public and community outreach services.
3.1 Purpose
This section prescribes ADOT's policy on Conflicts of Interest relating to Consultants and
Proposers participating or desiring to participate in the planning, procurement, design, supply,
construction/installation, financing, operations or maintenance of the Project, and thereby:
a) Protects the integrity and fairness of the planning, procurement, design, supply,
construction/installation, financing, operations or maintenance of the Project;
b) Avoids circumstances where a Consultant or Proposer obtains, or appears to obtain,
an unfair competitive advantage as a result of Services performed for ADOT by a
Consultant or information obtained from ADOT by a Consultant or Proposer;
c) Provides guidance to Consultants and Proposers, or potential Consultants and
Proposers, so they may assess, and make informed business decisions concerning,
their decision to provide Services on the Project or to submit or participate on a
Proposer team submitting a statement of qualifications and/or proposal related to the
design, supply, construction/installation, financing, operations or maintenance of the
Project; and
d) Protects ADOT's interests and confidential and sensitive Project-specific information.
3.2 Applicability
This Policy applies to Consultants who desire to participate in, have participated in, or are
participating in the performance of Services for ADOT related to the Project. This Policy may
prohibit or restrict the ability of a Proposer to have a Consultant participate on a Proposer team
as an equity owner or team member, act as a consultant or subconsultant to the Proposer, or
have a financial interest in the Proposer or an equity owner or team member of a Proposer.
This Policy relates solely to the Project and does not address ADOT's approach to conflicts of
interest on other state transportation projects.
56075244.v15
3.3 Conflicts of Interest Disclosure
Consultants and Proposers participating in the Project shall arrange their affairs so as to prevent
Conflicts of Interest from arising. Any Consultant or Proposer having an actual, potential, or
perceived Conflict of Interest shall disclose the matter to ADOT in writing to the following
individual:
Disclosures will also be requested of Proposers as part of any request for qualifications and
request for proposals relating to the design, supply, construction/installation, operations and
maintenance the Project.
Proposers shall deliver all requests for waiver of an actual, potential or perceived Conflict of
Interest to the Procurement Manager specified above.
If a Consultant or Proposer fails to comply with this Policy, including failure to comply with any
mitigation measures imposed under this Policy, or otherwise fails to disclose an actual, potential
or perceived Conflict of Interest, ADOT may, in its sole discretion:
a) Preclude and/or disqualify the Consultant and its Affiliates, including any Proposer
with whom the Consultant is or had affiliated, from participation in the planning,
procurement, design, supply, construction/installation, financing, operations and/or
maintenance of the Project, including any competitive process associated therewith;
b) Require the Consultant and its Affiliates, including any Proposer with whom the
Consultant is or had affiliated, to implement mitigation measures;
c) Segregate or terminate the Consultant and its Affiliates, including any Proposer with
whom the Consultant is or had affiliated, from planning, procurement, design, supply,
construction/installation, financing, operations and/or maintenance of the Project;
and/or
56075244.v15
d) Pursue any and all other rights and remedies available at law, in equity or set forth in
any request for qualifications or request for proposals, which rights and remedies
shall include the right to seek any and all direct or indirect costs and damages
resulting from the Consultant's or Proposer’s failure to comply with this Policy,
including, but not limited to, costs resulting from third-party challenges to the
procurement or ADOT's re-procurement of the Project.
If the State Engineer or designee determines that the performance of Services by a Consultant
creates an actual, potential or perceived Conflict of Interest, the provisions in this Policy and any
decisions made by ADOT related to such Conflict of Interest (including prohibitions, mitigation
measures, etc.) shall continue and apply for the duration of the planning, procurement, design,
supply, construction/installation, financing, operations and maintenance of the Project, provided
that the State Engineer or designee may, on a case-by-case basis and in his or her sole
discretion, modify the length of this time period in writing if he/she determines that the
modification is in the best interests of ADOT and the Project.
If, in ADOT’s determination, the performance of the Services described in this Policy raises a
potential or actual Conflict of Interest for a Consultant, such Conflict of Interest shall apply
individually to any employee of such Consultant that has participated in a material way in the
performance of the Services on the Project. If such individual leaves the Consultant’s
employment, the potential or actual Conflict of Interest shall continue to apply to both the
individual as well as the Consultant for the applicable period set forth in Section 3.4. If a Conflict
of Interest applies to an individual, the Conflict of Interest and prohibition with respect to the
individual will not apply to the individual's new place of employment, unless the new employer is
an Affiliate of the employee's previous employer. If the new employer is not an Affiliate of the
previous employer and is otherwise eligible to perform Services for ADOT pursuant to this
Policy and applicable law, the new employer will remain eligible despite the employment of the
individual, but mitigation measures may be required of the new employer with respect to the
employee.
For federal-aid projects and in certain other circumstances, ADOT must comply with the Federal
Highway Administration's organizational conflict of interest regulations found in 23 CFR §
636.116. ADOT must also comply with certain Arizona laws and regulations, including, without
limitation, A.R.S. § 38-511, which allows ADOT to cancel any contract without penalty or further
obligation, within three (3) years of its execution, if any person significantly involved in initiating,
negotiating, securing, drafting or creating the contract on behalf of ADOT is, at any time while
the contract or an extension of the contract is in effect, an employee or agent of any other party
to the contract in any capacity or a consultant to any other party to the contract with respect to
the subject matter of the contract. Proposers’ attention is directed to such federal and state
laws and regulations. Nothing in this Policy is intended to limit, modify, supersede or otherwise
alter the effect of those laws and regulations, and ADOT will apply this Policy consistent with
those laws and regulations.
56075244.v15
3.6.2 Limitations on ADOT Consents and Approvals
To the extent that application of the federal and state laws and regulations described in Section
3.6.1 would preclude or limit participation by a Consultant or an individual with respect to the
Project, then notwithstanding any other aspect of this Policy or any contrary decision by ADOT
in response to an actual, potential or perceived Conflict of Interest under this Policy, such
federal and state laws and regulations shall control and be determinative. Under no
circumstances shall a decision, approval or consent by ADOT in response to a disclosure,
requested or actual, potential or perceived Conflict of Interest under this Policy be considered
an opinion with respect to the applicability or effect of such federal and state laws or regulations,
and Consultant shall bear all responsibility and liability for determining if a conflict under federal
and/or state laws or regulations exists in relation to the Consultant's Services to ADOT or
proposed work on the Project.
Except as provided in Section 3.8 of this Policy, no Consultant that has previously provided
Services or that is currently providing Services to ADOT with respect to the Project may be a
Proposer or participate as an equity owner, team member, consultant or subconsultant of or to a
Proposer for the Project, or have a financial interest in any of the foregoing entities with respect
to the Project.
Unless otherwise indicated in this Policy, all approvals, actions or discretion under this Policy
and with respect to an actual, potential or perceived Conflict of Interest shall be within the sole
discretion of ADOT.
In response to a disclosure under Section 3.3 above or information ADOT obtains independent
of a Consultant or Proposer, and in response to requests for waiver, ADOT will conduct a
review. State Engineer or designee will determine whether a Consultant has an actual potential
or perceived Conflict of Interest that should prevent the Consultant from (i) being a Proposer, (ii)
participating as an equity owner, team member, consultant or subconsultant of or to a Proposer
for the Project, (iii) having a financial interest in any of the foregoing entities with respect to the
Project, or (iv) otherwise participating in the design, supply, construction/installation, financing,
operations or maintenance of the Project. ADOT will also analyze what actions may be
appropriate to avoid, neutralize or mitigate any actual, potential or perceived Conflict of Interest.
The State Engineer or designee retains the ultimate and sole discretion to act on behalf of
ADOT hereunder and to determine on a case-by-case basis whether an actual, potential or
perceived Conflict of Interest exists, whether to grant a waiver, and what actions may be
appropriate to avoid, neutralize, or mitigate any actual, potential or perceived Conflict of Interest.
Once the State Engineer or designee makes this determination, ADOT will send the Consultant
a written notice regarding the decision and, if participation is approved, whether the approval
and participation is limited or subject to the Consultant meeting certain conditions.
56075244.v15
3.8.3 Determination Factors
The State Engineer or designee will consider some or all of the following factors when making
the determination:
a) Whether the Consultant will not, or in the case of the previous performance of
Services did not, have access to or obtain knowledge of confidential or sensitive
information, procedures, policies, decisions and processes that could provide, or
could be perceived to provide, an unfair competitive advantage with respect to the
planning, procurement, design, supply, construction/installation, financing, operations
or maintenance of the Project;
b) Whether the data and information provided to the Consultant in the performance of
the Services is either not material to the procurement for the Project or is generally
available on a timely basis to all Proposers;
c) The type of Services at issue;
d) The particular circumstances at issue, including the Consultant's ability to effectively
implement the safeguards described in Section 3.8.4, including an ethical wall, or to
otherwise mitigate the Conflict of Interest in a manner satisfactory to ADOT;
e) The specialized expertise, if any, needed by ADOT and Proposers to implement the
Project;
f) The period of time between the previous work for ADOT and the potential Conflict of
Interest situation;
g) Whether the Consultant's work for ADOT has been completed or is ongoing;
h) The potential impact on the procurement and implementation of the Project, including
impacts on competition;
i) Whether, with respect to a Consultant's prior environmental services related to the
Project, if any, a record of decision or finding of no significant impact has been
issued for the Project; and
j) Any other factors or circumstances deemed relevant by ADOT.
In order to address actual, potential or perceived Conflicts of Interest, the State Engineer or
designee as part of providing his or her consent to the participation of a Consultant may, in his
or her sole discretion:
a) Restrict the scope of Services the Consultant may be eligible to perform for ADOT or
the Proposer team in order to further the intent and goals of this Policy; and
b) Condition a consent, approval, determination or exception as the Executive Director
determines appropriate to further the intent and goals of this Policy, including by
requiring the Consultant or Proposer to implement certain safeguards, including:
56075244.v15
i) The execution of confidentiality agreements satisfactory to ADOT, which
may, among other things, include the segregation and protection of
information obtained as a result of the Consultant's prior or ongoing work for
ADOT or from former or current ADOT employees; and/or
ii) The execution of ethical wall agreements satisfactory to ADOT, which (i)
segregate certain personnel from participation in the Project, (ii) bar such
personnel from communicating regarding the Project, the procurement or
Services with any person working for or with the Consultant, and (iii) require
implementation of procedures to prevent such personnel from accessing any
files and communications of the Consultant regarding the Project, the
procurement or Services; and/or
ADOT shall not withdraw or amend a prior consent or approval granted to a Consultant under
this Policy unless:
a) The application of the federal and state laws and regulations described in Section 3.6
requires the consent or approval to be withdrawn or amended; or
b) ADOT decides, in its sole discretion, to withdraw or amend the consent or approval
based on factual circumstances that ADOT has been made aware of that were not
disclosed when ADOT made its original decision, or factual circumstances that are
new or have changed since ADOT made its original decision; or
c) The Consultant or Proposer team fails to comply with any mitigation measures
imposed under this Policy.
If a Consultant is providing more than one category or type of Services to ADOT for the Project
(e.g., environmental services as well as procurement services) and there are differences in this
Policy's considerations, standards, restrictions, limitations and outcomes applicable to those
categories or types of Services, the standards, restrictions, limitations and outcomes applicable
to a category that are more stringent will be applied (e.g., if a Consultant were only providing
preliminary engineering services that have been completed, they may be approved to
56075244.v15
participate on a Proposer team, whereas, if they were also providing ongoing procurement
services for the Project, they may not be approved to participate on a Proposer team).
The provisions in this Policy do not address every situation that may arise in the context of
ADOT's planning, procurement, design, supply, construction/installation, operations or
maintenance of the Project nor require a particular decision or determination by the State
Engineer or designee when faced with facts similar to those described in this Policy. In addition,
at any time ADOT may impose additional policies, procedures and limits related to conflicts of
interest or similar issues with respect to the Project or any other ADOT projects.
56075244.v15