City of Dallas Park and Recreation Department

Request for Qualifications Design-Build Services for Dallas Standing Wave Dallas, Texas City of Dallas Park and Recreation Department March 2, 2016 ...
Author: Corey Stafford
0 downloads 0 Views 95KB Size
Request for Qualifications Design-Build Services for Dallas Standing Wave Dallas, Texas

City of Dallas Park and Recreation Department

March 2, 2016

Table of Contents I. II. III. IV. V. VI. VII. VIII. IX. X. XI. XII.

Background Scope of Work Definitions Submittal Information Contact Person Public Information Statement Selection Process and Evaluation Criteria Business Inclusion and Development Plan Format for Proposal Submission Schedule Other information Step 2: Request for Proposals (for short-listed firms)

Appendices A. B. C. D. E. F. G. H.

Standard City of Dallas Contract for Design-Build Services Insurance Requirements Business Inclusion and Development Plan Documents Agreement to enter into standard City of Dallas contract Conflict of Interest Questionnaire State Ethics Form City of Dallas Environmental Record Affidavit Design Criteria Package i. As-Build Drawings of the existing Standing Wave ii. Geotechnical information iii. Diagrams of the options for removal and modifications iv. General Conditions for Construction v. Concept Plans of proposed modifications to by-pass channel vi. Original USACE Permit

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

2|P a g e

I.

Background The City of Dallas through its Park and Recreation Department invites interested firms to submit Statements of Qualifications (SOQ) in accordance with Chapter 2269 of the Texas Government Code for Design-Build Services for Civil Projects. The existing Dallas Standing Wave was completed in 2011 and does not meet the United States Department of Army Corps of Engineers (USACE) requirement for 2-way navigation on the Trinity River. This Request for Qualifications (RFQ) for Design-Build Services is for partial of or complete removal, or modifications to the existing Dallas Standing Wave to allow for a two-way navigable passage for the transit of small motorized boats upstream and downstream and transit of small paddle craft downstream. This may be accomplished by one of three options: 1) partial removal of the existing structures to create a two-way navigable river or 2) complete removal of the existing structures to create a two-way navigable river or (3) modifications of the by-pass structures to create a two-way navigable by-pass channel. The Trinity Standing Wave is located within the floodway and is subject to periodic flood inundation. The successful Design-Build firm will provide water control during construction while maintaining the river corridor for flood control. The successful Design-Build firm for the Dallas Standing Wave will be under contract with the City of Dallas. The estimate for the partial or complete removal of the existing structures or bypass channel modifications is approximately $1,500,000 to $3,000,000, but it is the objective of the City of Dallas to meet the requirements of the project in the most cost effective manner. The facilities will be built in full compliance with all applicable local, state and federal regulations. All work must also be in accordance with United States Department of Army Corps of Engineers (USACE) permitting requirements and the successful proposer will be responsible for obtaining all permits and coordination with the Corps. The Park and Recreation Department is accepting qualifications for step one of a two- or 3-step selection process for the Dallas Standing Wave, pursuant to Chapter 2269 of the Texas Government Code. This RFQ provides information for interested parties to prepare and submit a response to Step One – Request for Qualifications for consideration by the City of Dallas through its Park and Recreation Department. Step 1: Request for Qualifications Step 2: Request for Proposals Technical proposal and separate sealed cost proposal to be provided Request for Qualifications for Design-Build Services for the Dallas Standing Wave

3|P a g e

by short-listed firms Step 3: Interviews, if needed Fees or pricing shall not be submitted in response to Step One of this RFQ, as defined by Texas Government Code 2269 for a two-step DesignBuild selection process. If fees, prices or costs are included in Step One of this RFQ, the response will be deemed non-responsive. Refer to Item No. X of this RFQ for the anticipated schedule.

II. Scope of Work -

Design and construction of modifications to the Dallas Standing Wave to achieve two-way navigation.

-

There are three options to achieve the two-way navigation requirements: 1. Partially remove the existing structures to achieve two-way navigation to allow for transit of small motorized boats upstream and downstream and transit of small paddle boats downstream in the current location of the standing wave and by-pass channels 2. Completely remove the existing structures to achieve two-way navigation to allow for transit of small motorized boats upstream and downstream and transit of small paddle boats downstream in the current location of the standing wave and by-pass channels 3. Achieve two-way navigation to allow for transit of small motorized boats upstream and downstream and transit of small paddle boats downstream in the current location of the by-pass channel of the standing wave by making modifications to the existing structures

-

Services shall include, but not be limited to: o Design through completion of Construction Documents, preparation of a Guaranteed Maximum Price and Construction of chosen option o The successful Design-Build firm will be responsible for obtaining public input during the preparation of the Schematic Design documents. It is anticipated that three meetings may be required. o Cost estimate at the end of 35% design and provision of the Guaranteed Maximum Price at 65% completion of design o Provide 3-D modeling of the design to insure it meets the criteria of the USACE

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

4|P a g e

o Presentation of the design to the Park and Recreation Board, prior to construction and presentation to the Board, as required. o Presentations to Dallas City Council, and other entities, as required o Texas Accessibility Standards review and inspections o Meeting all applicable codes and regulations o Necessary coordination with USACE o Create and submit 408, 404, and Section 10 permits from the USACE as the City’s Agent. This may be in the form of new permits or amending existing permits, depending on the final scope of work. o Provide all required bonds and insurance Respondents submitting proposals shall have demonstrated experience in the design and construction of facilities of this type. III. Definitions As used in this Request for Qualifications (RFQ), the terms have the meanings set forth below: A.

“Design-Build Contract” means a single contract with a design-build firm for the complete design and construction of a facility

B.

“Design-Build Firm” means a partnership, corporation, or other legal entity or team that includes an engineer and a construction contractor qualified to engage in civil works construction in Texas

C.

“Owner” means the City of Dallas through its Park and Recreation Department

IV. Submittal Information Submittals are due by 1:00 p.m. on Friday, April 1, 2016. Original and six (6) identical copies of the Proposals must be submitted by the time and date specified above. Proposals should be directed to: City of Dallas Business Development and Procurement Services 1500 Marilla, Room 3FS Dallas, Texas 75201

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

5|P a g e

The City of Dallas is not responsible for the non-receipt of Proposals sent by mail or courier. Respondents are cautioned to submit a complete response to all requirements. Subsequent to the issuance of this RFQ, the City of Dallas through its Park and Recreation Department (DPARD) reserves the right to amend it, waive any requirement or irregularity, request modifications to proposals, providing all teams are treated equally, and reject any and all proposals for any reason. DPARD further reserves the right to award the contract for this project as deemed in its best interest, and to request changes in the composition of any team. The form of contract to be used for this project shall be the standard City of Dallas Contract for Design-Build Services. The City will not entertain modifications to the contract. Pre-proposal Conference: There will be a pre-proposal conference on March 15, 2016 at 1:30 p.m. at Dallas City Hall, Room 6FN, 1500 Marilla Street, Dallas, Texas, 75201. Attendance is strongly encouraged. There will be a tour of the project area immediately following the pre-proposal conference. V.

Contact Person Any questions or concerns regarding this RFQ shall be submitted by filling out the registration form on the RFQ website. The address is as follows: http://www.dallasparks.org/466/Standing-Wave-RFQ All questions should be submitted in writing submitted utilizing the form on the RFQ webpage.

VI.

Public Information Statement The Owner considers all information, documentation and other materials submitted in response to this solicitation to be of a non-confidential and/or non-proprietary nature and therefore subject to public disclosure under the Texas Public Information Act (Texas Government Code 552.00-1, et seq.) after a contract is awarded. Respondents are hereby notified that the Owner adheres to all statutes, court decisions, and opinions of the Texas Attorney General with respect to disclosure of RFQ information.

VII.

Selection Process and Evaluation Criteria The Respondents selected to proceed to Step Two of the selection process will be the Respondents whose qualifications, as presented in response to

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

6|P a g e

this RFQ, are, in the opinion of the Owner, considered to be the most advantageous to the DPARD. During the Step Two selection process the shortlisted firms will be asked to provide additional information. If required, Step 3, Interviews, will be conducted. No fees for services, cost information, or price related factors should be included in the Qualifications submittals and the price will not be considered in the Step One selection evaluations The Owner will qualify a maximum of five (5) Respondents to participate in the Step Two selection process. Responses will be evaluated by a selection committee based on the following criteria: Step 1: RFQ Evaluation Criteria

1. Overall responsiveness of the submittal. 2. Demonstrated previous technical experience and competence of prime firm(s) with similar projects and with design-build construction delivery type projects. 3. Approach to the project, including compliance with the schedule. 4. General qualifications and experience of affiliated firms proposed as member of the design-build team, including previous experience working together. 5. Qualifications and experience of personnel proposed to be assigned to the project. 6. Commitment to the Business Inclusion Development Plan (BIDS) Total

Weighting Phase 1RFQ 15

20 20

20 10 15 100

Submission of qualifications indicates Respondent’s acceptance of the evaluation techniques and the recognition that subjective judgments must be made by the Owner during the evaluation process. By submission of a response to this RFQ the Design-Build firm certifies to the Owner that the architect, landscape architect and engineer team members have been chosen based on demonstrated competence and qualifications. An engineer shall have responsibility for compliance with the engineering design requirements and all other applicable requirements of The Texas Engineering Practice Act (Article 3271a, Vernon’s Texas Civil Statues). An architect shall have responsibility for compliance with the requirements of Chapter 478, Acts of the 45th Legislature, Regular Session, 1937 (Article 249a, Vernon’s Texas Civil Statutes).

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

7|P a g e

VIII.

Business Inclusion and Development Plan It is the policy of the City of Dallas to involve Minority and Women-Owned Business Enterprises to the greatest extent feasible on the City’s construction, procurement, and professional services contracts. The City and its contractors shall not discriminate on the basis of race, color, religion, national origin, or sex in the award and performance of contracts. In consideration of this policy, the City of Dallas has adopted the Business Inclusion and Development Plan (BID Plan) for all City of Dallas contracts. Provided below is the internet URL to the City of Dallas Business Development & Procurement Services – Business Inclusion & Development Plan page containing information and forms related to the BID Plan. www.dallascityhall.com/business_development/business_inclusion_dev elopment.html

IX.

Format for Proposal Submission One (1) original and six (6) copies of the proposals should be organized in seven (7) white 1” 3-ring binders, according to the following format: Cover The cover should clearly display the title of this RFQ, “City of Dallas Request for Qualifications for Design-Build Services for Dallas Standing Wave”. The edge of the 3-ring binder should display the name of the firm and the title of the RFQ. Each submittal should have tabs numbered with the following categories: 1. Executive Summary Provide a signed cover letter that states the title of this RFQ. Include the following information: o Primary contact for the submittal o Street address (post office boxes are not acceptable) o Telephone number o Fax number o E-mail address o Web address, if applicable o Each party signing the response must state that the facts represented in the submission are true and correct and the signer has authority Acknowledge receipt of any addendum in this letter.

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

8|P a g e

2. Prime Firm(s) information Provide a description of the type of operation (Individual, Partnership, Corporation, Joint Venture, etc.) of the Respondent. Include the following pertinent information for each of the prime firms: o Name and date of formation of firm If the respondent is a joint venture or partnership, the respondent must submit with its SOQ a copy of the partnership or joint venture or current teaming agreement. The agreement must describe the scope and amount of work each participant will perform and contain a provision that each participant will be jointly and severally liable to the City of Dallas for completing all work and to third parties for all duties, obligations and liabilities that arise out of the joint venture’s performance of the work. o Previous firm names or prior firms officers have worked for in the past o Date of opening of Dallas office, if applicable o Number of persons employed by firm by skill group o For each of the prime firm(s) provide information to demonstrate financial stability and performance, operational history and firm biography. Provide a copy of each firm’s Financial Strength Rating, Financial Strength Score, Commercial Credit Score, and any documentation (example: a Dunn and Bradstreet Report or similar financial statement), which indicates your firm’s financial stability o Pertinent information relating to the respondent’s experience, competence and reputation in providing design-build services for similar projects o Provide details of all past or pending litigation or claims filed against your firm o Attach a letter of intent from a surety company indicating your firm’s ability to bond for the entire construction cost of the project. The surety shall acknowledge that the firm may be bonded with a potential maximum construction cost of $3,000,000 (less design fees). (Note: The required bonding limit will be the actual entire cost of construction for the project) o Attach the completed “Certifications” form o Attach the completed “Agreement to enter into standard City of Dallas contract” form o Provide proof of ability to provide required insurance. Insurance Requirements are provided in Exhibit B o Include the Business Inclusion Development Plan o Include the Conflict of Interest Questionnaire o State Required Ethics Form

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

9|P a g e

3. Prime Firm(s) previous experience and references A. Provide information for a minimum of three (3) projects for which the prime firm(s) has provided Design-Build services that are most related to this project. If the Prime Firm’s three (3) Design-Build examples do not include “standing wave” and waterway conveyance projects, provide additional relevant information for no more than a total of three (3) “standing wave” and/or water way conveyance projects performed under another type of contract (i.e., bid or construction management). List the projects in order of priority, with the most relevant project first. List the Design-Build projects first and then any additional water way conveyance projects afterwards. Provide the following information for each project listed: o Project name, location, and description and costs for preconstruction and construction o Color images (photographic or machine reproductions) o Initial and final construction cost, including change orders o Type of construction (new, renovation, or expansion) o Schedule, including actual notice to proceed date for preconstruction services, start of construction, substantial completion and final completion o Description of services respondent provided for the project during pre-construction o Name of Project Manager during pre-construction and construction (individual responsible for the overall implementation of the project) o Name of Project Superintendent during construction (individual responsible for coordinating day-to-day work) o Names of concrete, gabion, demolition subcontractors B. For each of the previously cited design-build projects, provide the following information: o Owner’s name and representative who served as the day-to-day liaison during the design and construction phases of the project, including current telephone number and e-mail address o Engineer’s name and representative who served as the day-to-day liaison during the construction phase of the project, including telephone number o Length of business relationship with the Owner References shall be considered relevant based on specific project participation and experience with the Respondent. The Owner may contact references during any part of this process. The Owner reserves the right to contact any other references at any time during the RFQ process.

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

10 | P a g e

C. For each of the previously cited design-build projects, provide the following information: o Describe cost control methods during construction o How Respondent procured subcontracts, confirmed scope, and ensured proper payment 4. Personnel assigned to the project For each of the prime firm(s) provide: o An organizational chart of the proposed key personnel to be assigned to the project, including identification of the person who will have day to day contact with the Owner during the design and construction of the project o For each of the key personnel provide a brief description of their responsibilities, length of time with the firm(s), city of residence and their experience with similar projects o Include resumes for each of the key personnel 5.

Proposed Subconsultants and Team Organization Provide an organizational chart showing the names and relationships of all team members as the first item under this tab. On the organizational chart identify M/WBE components of the project team. Clearly identify which firms are a part of the consultant team and which are a part of the construction team. Provide names of proposed firms, which will provide sub-consulting services, including, but not limited to:     

Civil Engineer Hydrologist Environmental Consultant familiar with USACE permitting process Surveyor Structural Engineer

For each of the firms, provide names and descriptions of similar projects they have successfully completed. Provide a list of projects where team members have previously worked together. Certify that each engineer or architect that is a member of the team was selected based on demonstrated competence and qualifications in the manner provided by Section 2254.004, Government Code. 6. Proposer’s compliance with Minority and Women Owned Business Enterprises goals (15 points of score – see below breakdown) Provide the information below based on the scope of the Standing Wave. o Submission of an Affirmative Action Plan and/or Policy. If your company does not have an Affirmative Action Plan, the Business Request for Qualifications for Design-Build Services for the Dallas Standing Wave

11 | P a g e

Inclusion and Development Staff can provide the Affirmative Action Requirements (BDPS-PRO-204) which will serve as a template to be utilized for this criterion. – 2 points o The Ethnic Workforce Composition Report (BDPS-FRM-204) – 1 point o Submission of documentation showing the RFP/RFQ Contractor’s Affidavit History of M/WBE Utilization Form (BDPS-FRM-205) on previous contracts on the form provided. – 4 points o Firm (s) Team make-up includes a significant number of diverse M/WBE firms in meaningful roles on the Project. Please submit the RFP/RFQ Contractor’s Affidavit Type of Work by Prime and Subconsultant Form (BDPS-FRM-206) – 7 points (a) The name, address and telephone number of each M/WBE; (b) The description of the work to be performed by each M/WBE; and (c) The approximate dollar amount/percentage of the participation. o Evidence of acknowledgement of the City’s Business Inclusion and Development (BID) Plan, signed Business Inclusion and Development Affidavit (BDPS-FRM-203) that demonstrates intent to comply with the policy and evidence of M/WBE inclusion to meet the BID goal for the Project. – 1 point 7. Approach to Project Provide the following: o Management philosophy for the Design-Build construction delivery method o Describe, in graphic and written form, the proposed Project assignments and lines of authority and communication for each team member to be directly involved in the Project. Indicate the estimated percent of time these team members will be involved in the Project for Pre-construction and Construction Services. o Brief description of how Respondent proposes to execute the project, including measures proposed to meet the given schedule and find the most cost effective solution to the chosen option o Describe how the design and construction components of the DesignBuild team propose to work together during the design phase to achieve a design that offers the best value to the City and meets the USACE requirements o Describe how Design-Build firm proposes to interface with the U.S. Army Corps of Engineers (Corps) for the purposes of review and approval of the proposed solution(s)

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

12 | P a g e

X.

Proposed Schedule for Project RFQ/RFP - Selection Process for Design/Build Procurement: o RFQ issued for Design/Build firms March 3, 2016 o Pre-proposal conference March 15, 2016 o Qualification Statements due April 1, 2016 o Shortlist finalized for “pre-qualified” firms April 5, 2016 o Phase 2 request for proposals issued to shortlisted firms April 8, 2016 o Proposals due from shortlisted firms May 6, 2016 o Interviews, if necessary Week of May 9, 2016 o Park Board update May 19, 2016 o Council update June 1, 2016 Reviews and Approvals: o Corps review of successful design-build firm’s conceptual design o Public input process o Park Board update o Park Board approval of Design Phase Design-Build contract for selected option o Council approval of Design Phase Design-Build contract for selected option

June-July, 2016 June-July, 2016 August 4, 2016 August 25, 2016 September 14, 2016

Design/Build Process: o Start design October 2016 o Complete Construction Documents/Provide GMP March 2017 o Corps operations group review of Construction Documents and Permitting March-April 2017 o Corps regulatory group review of Construction Documents and Permitting March-April 2017 o Park Board Approval of Construction Phase Design-Build contract May 2017 o City Council Approval of Construction Phase Design-Build contract May 2017 o Start construction June 2017 o Complete construction February 2018*

*Contract completion date of February 2018. The City of Dallas has included an additional 6 months of adverse weather/flood conditions in the schedule provided to USACE to ensure completion no later than August 2018

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

13 | P a g e

XI.

Other information o Validity Period: o All submissions under this RFQ must be valid for a period of onehundred and eighty (180) consecutive days calendar days from the date of receipt by the City of Dallas o All submissions under the subsequent RFP to the short-listed respondents must be valid for a period of one-hundred eighty (180) consecutive calendar days from the date of receipt by the City of Dallas o Respondent shall not submit their own Contract terms and conditions in response to this RFQ/RFP. If response contains supplemental terms and conditions, City of Dallas, at its sole discretion, may determine the response to be a non-responsive counter offer, and the response may be rejected.

XII.

Step 2 – Request for Proposals (for short-listed firms) Step 2 – Request for Proposals will only be required of shortlisted respondents as requested by the City of Dallas. These submittal requirements below do not apply to Step 1 – Request for Qualifications, but are being provided as information for potential respondents o Upon request from the City of Dallas, respondent will submit the RFP proposal. The RFP proposal consists of two (2) parts: TECHNICAL PROPOSAL and PRICE PROPOSAL. The RFP document provided to shortlisted respondents will include the Design Criteria Package and specific Evaluation Criteria Requirements. Following the proposal submittals, the shortlisted respondents may be asked to attend an interview. o TECHNICAL PROPOSAL CONTENT 

The respondent shall submit the TECHNICAL PROOSAL using the format described herein. Respondent shall present any attributes that the respondent believes are unique to its team, making them especially qualified to perform the services. The TECHNICAL PROPOSAL must address the following:  Addendum acknowledgement letter  Project approach  Anticipated problems  Proposed solutions to anticipated problems  Ability to meet schedules  Conceptual Engineering Design/Comments on Design Criteria Package for the three options

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

14 | P a g e

o TECHNICAL PROPOSAL FORMAT 

Contents of Envelop #1 will include one (1) original Addendum Acknowledgement Letter and Technical Proposal signed in blue ink and seven (7) hard copies, as well as an electronic PDF version of same on a non-returnable USB drive affixed to the original. Original to be marked as “Original”.



All copies of the TECHNICAL PROPOSAL shall be placed in 3-ring white binders using 81/2”x11” pages with no stables and should include tabs



Each page should be identified with Respondent’s name and page number



All forms provided in the RFP shall use the exact format provided

the

Project

Name,

o TECHNICAL PROPOSAL EVALUATION CRITERIA AND WEIGHTS Following is the scoring criteria and corresponding weights for the Technical Response. The Design Criteria Package and specific Evaluation Criteria Requirements will be provided to the shortlisted firms upon notice of being shortlisted. The Respondent shall submit the TECHNICAL PROPOSAL using the format described herein. Respondent shall present any attributes that the Respondent believes are unique to its team, making them especially qualified to perform the services for the City of Dallas. The TECHNICAL PROPOSAL must be in response to the information conveyed within the Design Criteria.

Step 2: RFP Evaluation Criteria 1. Project Approach 3. Approach to the project, including compliance with the schedule. 4. Proposed Solutions to Anticipated Problems 5. Commitment to the Business Inclusion Development Plan (BIDS) 6. Conceptual Engineering Design/Comments on Design Criteria Package 7. Cost Total Score

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

Weighting Step 2-RFP 10 10 10 15 25 30 100

15 | P a g e

o PRICE PROPOSAL 

The Respondent shall submit the PRICE PROPOSAL using the format described herein. The PRICE PROPOSAL will contain the following:  Cover Letter  Price proposal form



PRICE PROPOSAL FORMAT 

Contents of Envelope #2 will include one (1) original of the Cover Letter and PRICE PROPOSAL signed in blue ink and seven (7) hard copies, as well as seven (7) electronic PDF version of the same on a non-returnable key drives affixed to the original. Original to be marked as “Original”.

o INTERVIEWS, IF NEEDED 

Interview Agenda  The City of Dallas will provide a written invitation to attend an interview to the qualified Shortlisted Respondents which will provide detailed instructions, an agenda (to include time limits, expectations, etc.), location and time for each invited Respondent to attend the interview. Previous scores will not be disclosed to the Respondents prior to the interview



Interview Score  Interviews will be rated independently by members of the Evaluation Panel on how well the Proposed responded to each of the Interview. The scores for each subcategory will be totaled to determine the Interview Score for each Firm’s proposal.

Request for Qualifications for Design-Build Services for the Dallas Standing Wave

16 | P a g e

Suggest Documents