Você está na página 1de 16

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 Citys 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 Respondents 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, Vernons 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, Vernons 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 Citys
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 ventures
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 firms 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 firms financial stability
o Pertinent information relating to the respondents 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 firms
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 Firms 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 Owners 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 Engineers 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. Proposers 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 Contractors
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 Contractors 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 Citys 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 firms
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 81/2x11 pages with no stables and should
include tabs

Each page should be identified with


Respondents 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 Firms
proposal.

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

16 | P a g e

Você também pode gostar