Você está na página 1de 22

SPECIFICATIONS FOR THE

OPERATION and MANAGEMENT


OF THE

Elm Fork Athletic Complex


RFP #BLZ1201

Park and Recreation Department


City of Dallas Dallas, Texas October 27, 2011

TABLE OF CONTENTS DEFINITION OF TERMS AND ABBREVIATIONS..........................................................................................................4 SECTION 1 - GENERAL INFORMATION................................................................................................5 1. Project Scope and Overview of the Elm Form Athletic Complex.......................................................5 2. Goals for the Operation and Management of the Elm Fork Athletic Complex (EFAC).....................5 3. Restrictions Maintaining Tax-Exempt Status for Bonds Issued for EFAC..........................................6 SECTION 2 - SPECIFICATIONS FOR OPERATIONAL MANAGEMENT OF EFAC.......................6 1. General Scope......................................................................................................................................6 2. Facility Activities.................................................................................................................................7 3. FACILITY MANAGEMENT AND OPERATIONS ......................................................................................................7 4. Insurance..............................................................................................................................................8 5. Observance of Laws, Rules and Regulations.......................................................................................8 6. Permits, Licenses and Taxes.................................................................................................................8 7. Fire Protection and Prevention............................................................................................................8 8. Protection and Damage.......................................................................................................................9 9. Other Contracts....................................................................................................................................9 10. Alterations and Improvements...........................................................................................................9 11. Property............................................................................................................................................10 12. Access to the Facility ......................................................................................................................10 13. Liens.................................................................................................................................................11 14. Labor Force......................................................................................................................................11 15. Wage Rates.......................................................................................................................................12 16. Complaints and Non-Performance .................................................................................................12 17. Reports, Audits, and Review.............................................................................................................12 SECTION 3 - PROPOSAL PROCESS.......................................................................................................12 1. Specification Review and Clarification..............................................................................................12 2. Proposal Submission..........................................................................................................................13 3. Required Documentation....................................................................................................................13 4. Format for Proposal...........................................................................................................................15 5. Oral Presentations.............................................................................................................................16 6. Disqualification of Proposer..............................................................................................................16 7. Due Date ..........................................................................................................................................16 8. Public Information............................................................................................................................16 SECTION 4 - SELECTION PROCESS.....................................................................................................16 1. Request for Proposals........................................................................................................................16 2. Selection Process Estimated Schedule...............................................................................................17 3. Criteria for Review and Evaluation .................................................................................................17 4. Evaluation of Proposals....................................................................................................................18 5. Contract Award.................................................................................................................................18 SECTION 5 - CONTRACT ........................................................................................................................19 1. Award of Contract..............................................................................................................................19 2. Assignment of Contract......................................................................................................................19 3. Indemnity............................................................................................................................................20 4. Default................................................................................................................................................20 5. Termination for Convenience ............................................................................................................21 6. Notices................................................................................................................................................21 7. Miscellaneous.....................................................................................................................................21 8. Conduct of Work ................................................................................................................................22

SECTION 5. CONTRACT..........................................................................................................................18 1. 2. 3. 4. 5. 6. 7. 8. Award of Contract..........................................................................................................................18 Assignment of Contract..................................................................................................................18 Indemnity........................................................................................................................................19 Default............................................................................................................................................19 Termination for Convenience.........................................................................................................20 Notices............................................................................................................................................20 Miscellaneous................................................................................................................................20 Conduct of Work.............................................................................................................................21

Definition of Terms and Abbreviations


The following terms shall have the following meanings when used in these Specifications. 1. Buyer: Member of Business Development and Procurement Services Department of the City responsible for oversight of the Request for Proposal process. All correspondence and communication from potential Proposers shall be directed to the Buyer 2. City: The City of Dallas, Texas, a municipal corporation of Dallas County, Texas, acting by and through (a) its governing body, or (b) its City Manager each of whom is required by law to perform specific duties. Responsibility for final enforcement of contracts involving the City of Dallas is by authority vested in the City Manager. 3. City Attorney: The City Attorney of the City or duly authorized assistants or agents. 4. City Controller: The City Controller of the City or duly authorized assistants or agents. 5. City Council: The governing body of the City. 6. City Manager: The City Manager of the City or duly authorized assistants or agents. 7. City Secretary: The City Secretary of the City or duly authorized assistants or agents. 8. Contract: The written agreement covering the performance of the Operational Management specifications. The Contract includes all specifications, the proposal and any supplemental changes or agreements pertaining to the Operational Management Specifications. The Contract shall be administered through the City of Dallas, Park and Recreation Department. 9. Director: The Director of the Park and Recreation Department or duly authorized assistants or designee(s). 10. EFAC: Elm Fork Athletic Complex 11. Elm Fork Athletic Complex: State of the art athletic complex to be developed on a 138-acre site located near the intersection of I-35 and Walnut Hill Lane in northwest Dallas. This will be the premier soccer complex in Dallas County and the signature tournament complex in the Dallas park system. 12. Facility: Elm Fork Athletic Complex 13. Operation and Management Specifications (Specifications): The directions, provisions, and requirements contained herein pertaining to overall management of the Facility. 14. Operator: The person, persons, partnership, company, firm, association, corporation, and its sub-contractors acting directly or through an authorized representative submitting a proposal and entering into a Contract for the services specified in the Operational Management Specifications. 15. Proposal: The written statement or statements duly submitted to the City of Dallas Business Development & Procurement Services Department by the person, persons, partnership, company, firm, association, or corporation proposing to perform as specified in the Operational Management Specifications. 16. Proposer: Any person, persons, partnership, company, firm, association, corporation and their sub-contractors acting directly or through a duly authorized representative submitting a Proposal response to the Operational Management Specifications. 17. Sub-contractor: Any firm with which the Operator has a direct or indirect relationship in order to meet any or all of the Specifications or fulfill the terms of the Contract. 18. Sureties: The corporate bodies which are bound by such bonds as are required of the Operator. The Sureties engaged to be responsible for the entire and satisfactory fulfillment of the Contract and for any or all requirements as set out in the Specifications or Contract.

Section 1 - General Information


1. Project Scope and Overview of the Elm Form Athletic Complex
It is the intention of the Dallas Park and Recreation Department to develop a state-of-theart athletic complex on a 138-acre site located near the intersection of I-35 and Walnut Hill Lane in northwest Dallas. This will be one of the premier soccer complexes in the Dallas area and the signature tournament complex in the Dallas park system. A master plan for the Elm Fork Athletic Complex (EFAC) was completed in 2007 and adopted by the Dallas Park and Recreation Board. The Master Plan consists of the following components: 20 soccer fields one lighted championship field, 14 lighted international-play fields and 5 unlighted youth practice fields Central concession and toilet facility concessions and storage, restrooms, ticket booth, referee rooms, office and conference room and a first-aid room 3 satellite pavilions restrooms and vending areas, covered picnic areas and landscaped plazas Paved drives with permeable parking areas Irrigation pond with storage capacity of approximately 12,000,000 gallons Irrigation System: booster pumps and an in-line fertigation injection system Bio-retention boxes and natural storm water collecting cells Lighted loop trail and connecting walkways, and benches and trash receptacles Nature area with trails Playground Site utilities Sports field lighting: Musco Green system, allowing for remote access and off-site monitoring; all other site lighting will be LED with a pre-programmable dimming process for after hours, security, and energy conservation Landscaping: Extensive native landscaping with perennials, shrubs, grasses and trees throughout the site Approximately 7,000 linear feet of perimeter welded-wire security fencing with vehicle and pedestrian gates Maintenance facility To date, the City has allocated approximately $31.4 million in funding for land acquisition and development of EFAC. Phase 1 construction of this complex is currently under construction and consists of 19 soccer fields, three satellite restroom/vending pavilions, parking and drives, loop trail, site utilities, irrigation, landscaping and fencing. The current schedule projections are that the Phase 1 will be ready for play in the fall of 2012. It is anticipated that the components of the master plan that are not built in Phase 1 will be funded in the proposed 2012 Bond Program. These components are projected to be completed in 2014. Please see Attachment B for a map of the complex. Components to be built in Phase 1 are highlighted in green.

2.

Goals for the Operation and Management of the Elm Fork Athletic Complex (EFAC)
The City of Dallas seeks a qualified Operator that will work with the City to manage and operate EFAC as a premier soccer venue that primarily serves Dallas youth and citizens and to market the facility for regional, national and international tournaments not exclusively for soccer, but for other sports as well, including rugby, lacrosse, field hockey,

cricket and archery. A sampling of the events and tournaments associated with soccer, for which the complex will be an ideal site, include: Dallas Cup DMSSL Cinco de Mayo Cup DMSSL Labor Day Tournament USYS Youth National Championships Thanksgiving Invitational Tournament Adidas Showcase Tournament USYS ODP National Championships USASA Region III National Cup North American Memorial Day Cup USASA National Cup USYS Region III Championships Kyle Owen memorial Tournament USASA Veterans Cup NTSSA State Cup

3.

Restrictions Maintaining Tax-Exempt Status for Bonds Issued for EFAC


The EFAC has been financed in part with tax-exempt bonds. The federal income tax law restricts the use of EFAC by any person other than a state or local government entity. Accordingly, the terms of any agreement with the Operator will be restricted by federal income tax law. Federal income tax law permits EFAC to be managed by the Operator if the management agreement is structured to comply with the guidelines under Revenue Procedure 97-13 (Qualifying Management Agreement). These guidelines include limitations on the term and the type of compensation paid (e.g., periodic fixed fee per month) under the qualifying management agreement. The City welcomes any proposals that may be structured to comply with these guidelines. In addition, the City may be able to employ alternative solutions with the management of EFAC. The City welcomes creative structuring alternatives in submitted proposals.

Section 2 - Specifications for Operational Management of EFAC


1. General Scope
The City shall award a Contract for the management and operation of EFAC for a period of 5 years with two 5-year renewal options. The City will only consider proposals that provide for the continued management and operation of EFAC primarily as a soccer and athletic facility in furtherance of the goals of the City as outlined in the previous section. The Contract shall become effective and onsite management services shall begin thirty days after Contract execution. Responsibilities include daily operational management to include staffing, scheduling, grounds maintenance, necessary support for events, cleaning, access control and loss prevention, food service, and the maintenance of all building and grounds components to include but not be limited to structure, fixtures, utilities, irrigation systems, and equipment.

2.

Facility Activities
A. Service Standard: As a City sports venue constantly in the public eye, every aspect of operation for the Facility shall produce and maintain exemplary service standards. Each employee and contracted employee is expected to contribute to an efficient, responsive, positive and safe environment for public enjoyment. B. Marketing: Progressive marketing strategies, including the marketing and selling of sponsorships and naming rights shall be developed to promote the use of the Facility as a premier venue for local, regional, national and international tournaments in soccer, as well as other sports. Additionally, the City is interested in the Operators experience and capabilities in marketing national and international soccer matches for play in the Cotton Bowl stadium at Fair Park.

3.

Facility Management and Operations


A. Purpose: The Operator shall operate, manage and maintain EFAC as a premier venue for local, regional, national and international athletic events and competitions. B. Resources: The Operator shall provide necessary labor, equipment and resources to successfully execute all aspects of the events that take place at the Facility. C. Ticketing Service: The Operator shall provide ticketing services for events that take place at the Facility. D. Staffing: The Operator shall provide parking lot attendants, ticket takers, security guards, sworn peace officers, porters, food concession staff, officiating staff, field maintenance staff, building maintenance staff, and other personnel necessary for the operation and maintenance of the Facility. E. Cleanliness: The Operator shall provide all housekeeping, janitorial, and trash/refuse disposal services necessary for the operation of the Facility. F. Maintenance and Repair: The Operator shall maintain the Facility in good repair, including all athletic fields and associated equipment and systems, building equipment and systems, electrical, mechanical, plumbing, heating/air conditioning systems, gates and doors, light fixtures and bulbs, security equipment, etc. The Operator shall perform routine repair and maintenance of facility structures, scoreboards, interior and exterior lighting, irrigation systems, termites and pest extermination, exterior grounds and all public and common areas of the Facility to keep them in a neat, safe, clean, operational, sanitary and attractive condition. The Operator will be required to provide a maintenance facility for the storage of maintenance equipment, vehicles and supplies.

G. Utilities: The Operator shall pay the cost of all utility services and initial connection charges, including but not limited to water, gas and electricity used in connection with or chargeable against the Facility for the duration of the term of the contract. The Operator shall be responsible for the installation, maintenance and expense of a security system and its own telephone services serving the Facility. H. Policies: The Operator shall develop proposed operating policies, procedures and rental rates for the facility to be approved by the City. The Operator shall submit any changes to operating policies, procedures and rental rates for prior approval of the Director; such approval will not be unreasonably withheld. The City reserves the right to approve all rates.

I.

Operating Account: The Operator shall deposit all funds generated from the operation of the facilities in a special bank account with a federally insured commercial bank or savings & loan institution that is located within the City limits of Dallas, Dallas County, Texas. This bank account and the balance of funds shall be used solely for purposes of making payments for costs required to perform this Contract. Annual Operating Budget: The Operator shall submit annual operating budgets for the upcoming fiscal year to the Director for review, at a date to be determined each year by the Director. Such budgets shall include detailed information regarding estimated income to be received from all sources and a clearly detailed budget of expenditures. The Operator shall pay for operational costs of the facilities through revenue generated there-from. The Operator shall have the obligation to pay all charges for water, electricity, gas and sewer service used in the Facility and all charges for telecommunication services. The City shall in no event be liable to pay for any interruption for failure of such utilities and service.

J.

K. Business Inclusion and Development (BID) Plan: The Operator shall abide by the City's Business Inclusion and Development Plan (BID), formerly known as the Good Faith Effort Plan, for the utilization of certified minority and women-owned business enterprises. L. Use: The Facility shall be used by the Operator solely for the conduct of the described Specifications unless otherwise approved by the Director.

4.

Insurance
Operator will be required to purchase and maintain, during the term of the contract, insurance as described in Attachment 1 and agree to the indemnification statement therein.

5.

Observance of Laws, Rules and Regulations


The Operator shall at all times comply with all applicable laws, rules, regulations and orders of the Federal Government, State of Texas, Dallas County and the City of Dallas. The Operator shall also abide by all rules, regulations and directives prescribed for EFAC by the City.

6.

Permits, Licenses and Taxes


The Operator shall comply with all requirements of federal, state, county and local laws and regulations pertinent to or affecting any phase of the security and fire protection services. The Operator shall at its own expense procure and keep in force during the entire period of the Contract all permits and licenses required by such laws and regulations. All permits should be available for inspection by the Director at all times.

7.

Fire Protection and Prevention


1. Fire Code: The Operator shall comply with all fire protection measures prescribed in the City Fire Code, a copy of which is on file in the office of Fire Prevention Education and Inspection 2014 Main Room 401, Ph. 670-4319. All solvents and compounds shall be products which are free of spontaneous heating tendency. Listing of these products as free of this tendency by qualified nationally recognized testing organizations shall be considered as meeting these requirements. All products stored on City property shall be labeled with Hazardous Warning Data labels as required by the Federal and State of Texas Hazardous Waste Regulations. All electrical appliances, cords and extension cords shall bear the UL approved tags.

2. Combustible Materials: The Operator shall not store combustible supplies, including but not limited to rags and paper, near possible sources of ignition, such as, but not limited to steam pipes and high wattage lamps. The Operator shall consider contaminated buckets, mops, cloths, and brushes as potentially subject to spontaneous heating and shall not store such items in buildings. The Operator shall store used wiping cloths in covered metal containers.

8.

Protection and Damage


1. Operator Responsibility: The Operator shall, without additional expense to the City, be responsible for all damage to persons or property that occurs as a result of the Operator's or any or all Sub-contractor's fault or negligence in connection with the execution of the work, and shall be responsible for the proper care and protection of work performed. Breakage or loss of equipment or property other than that owned by the Operator that may occur in or about the Facility as a result of the Operator's actions or of the actions of the Operator's Sub-contractors, shall be repaired or replaced at the Operator's expense. 2. Safety: The Operator shall take all precautions necessary for the protection against injury of all persons engaged at the site in the performance of the work. The Operator shall observe all pertinent safety practices and comply with applicable safety regulations. 3. Keys: It shall be the Operator's responsibility to provide the Director on an annual basis or within 2 business days of the Director making such request a list of the names of persons who have been issued keys to the Facility, or parts of the Facility. In the event a key is lost or misplaced it shall be the responsibility of the Operator to replace the locks the lost key(s) opened at the Operator's expense.

9.

Other Contracts
1. City Agreements: The Operator shall agree to honor any pre-existing Use Agreement in which the City of Dallas has entered into. 2. Other: The City may undertake or award other construction contracts for additional work at the Facility. The Operator shall fully cooperate with such other contractors and City employees. The Operator shall not commit or permit any act which shall interfere with the performance of work by any other contractor, or by City employees.

10.

Alterations and Improvements


A. Right to Improve: During the term of the Contract and with the approval of the City, the Operator may without cost to the City have the right to remodel, renovate and refurbish the premises, or to construct new facilities, including either a temporary or permanent maintenance facility. To the extent reasonably necessary or desirable for the Operator to use and manage the Facility, the Operator may erect or install within the Facility alterations, additions, or equipment that do not alter the aesthetic or structural integrity or basic configuration of the Facility. In doing so, the Operator shall comply with all applicable governmental laws, statues, ordinances, codes, and regulations regarding structures. B. Prior Approval: The Operator shall provide and submit plans and specifications for any and all alterations, additions, remodeling, renovation, or refurbishment to the Director for prior review and written approval. Prior to commencing any alterations, additions, remodeling, renovation or refurbishments of or to the Facility, the Operator shall provide the City with proof of insurance satisfactory to the City. Operator shall also provide the City with proof of insurance satisfactory to the City for all Subcontractors of the Operator. The Operator shall also provide the City with proof satisfactory to the City that the Operator has funds available sufficient to complete any such work, including reasonable contingency reserves. All improvements to the

facility made by the Operator will be at the Operators expense, in a good and workmanlike manner, in compliance with applicable building codes, and free and clear of any liens and encumbrances. All improvements to the facility or any part thereof will become part of the facility and shall remain upon and surrendered with the premises as a part thereof at the end of the contract term without disturbance, molestation or injury. C. Business Inclusion and Development Plan: The Operator and its engineers, construction manager, contractors and subcontractors will make the required good faith effort to hire and contract with certified minority and women-owned business enterprises, in compliance with the Citys Business Inclusion and Development (BID) Plan. D. Failure of Systems: In the event of structural or mechanical failure of an essential Facility component or system, or the need to modify or replace an essential Facility component as a result of a requirement imposed by any government, the Operator shall be solely responsible for the costs of completing the necessary repairs and/or modifications. E. City Rights to Improve: The City reserves the right to repair, replace or modify any component or system of the Facility at its sole discretion, subject to appropriation and required City approvals.

11.

Property
1. Ownership: All property furnished by the City under the Contract shall remain the property of the City. Maintenance, repair, alteration, addition and replacement of all structures, equipment and furnishings supplied by the City or Operator during the Contract shall be at the expense of the Operator. Upon termination of the Contract, the Operator shall render an accounting of all such property which has come into its possession under the Contract. Any property contained within the facility that is lost or damaged, resulting from improper use or negligence by Operator personnel, shall be replaced at the sole expense of the Operator. All alterations, additions and replacements of structures, equipment and furnishings shall be approved by the Director. 2. Loss or Damage: The City shall not be responsible for any goods, merchandise or equipment stored at the facility, nor shall it be responsible for loss or damage resulting from a power failure, flood, fire, explosion, theft, accident and/or any other cause. 3. Use: The Facility and all City property shall be used only official performance of this Contract.

12.

Access to the Facility

1. City Access: The City and its authorized officers, employees, agents, contractors, subcontractors and other representatives shall have the right (at such times as may be reasonable under the circumstances and with as little interruption of the Operator's operations as is reasonably practicable) to enter upon and in the premises for the following purposes: 1. Inspection: To inspect such premises to determine whether the Operator has complied and is complying with the terms and conditions of the Contract. 2. Access: To gain access to the mechanical, electrical, utility and structural systems of the Facility for the purpose of maintaining, repairing or modifying such systems.

3. Loss Control: The Operator will allow City Property insurer's loss control engineers access to premises for inspections and will comply with their recommendations.

13.

Liens
The Operator recognizes and understands that no liens may be secured against public property as a matter of law, and agrees to keep the premises and all fixtures and purchased property located thereon free from any and all claims or purported liens arising out of any work performed, materials furnished, or obligations incurred by the Operator, its on-site management, employees, and subcontractors, and shall reimburse the City for any attorney's fees incurred in the defense of proceedings to enforce or foreclose such liens including actions brought by the City to remove any such unlawful liens.

14.

Labor Force
1. Staffing Levels: The work required shall be performed at the quality standards level, or higher than that outlined herein. If in the conduct of the work, it is determined that the Operator has not provided for sufficient personnel, additional work force shall be engaged by the Operator, at no cost to the City, to provide the quality of work outlined in the specifications and as required by the City. This level of work force shall be provided at all times, regardless of vacations, sick leave, or other causes. 2. Staff Quality: The Operator shall employ only such managers, superintendents, supervisors, and workers who are careful, competent and fully qualified to perform the duties of tasks assigned to them and shall secure the summary dismissal of any person or persons employed by the Operator or its Sub-contractors on or about the work site who shall misconduct him/herself or be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his/her duties or who neglects or refuses to comply with or carry out the directions of the Operator. Operator agrees that all Operator or Sub-contractor employees shall submit to, and pass a police background investigation and/or a polygraph examination upon request. 3. Supervision by Operator: (1) All supervisory and working supervisory personnel shall understand and speak English fluently, able to understand instructions and communicate to those being supervised the nature of the job and what is to be accomplished. When the work of the Contract is being carried out, the Operator or an authorized competent representative shall be present on the work site at all times, or as otherwise specified by individual locations within these specifications. The personnel employed by the Operator shall be capable employees, qualified in such work. At all times, the Operator shall staff the Facility with trained and experienced personnel. A fully qualified work force shall be on board at the inception of the Contract and shall be maintained throughout the term of the contract. All personnel shall receive close and continuing first line supervision by the Operator. All Operator and Sub-contractor employees shall be at least16 years of age. Each employee shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence, as evidenced by Alien Registration Receipt card or who presents other evidence from the

(2)

(3)

(4)

(5) (6)

Immigration and Naturalization Service that employment shall not affect his immigration status. Acceptable evidence shall consist of a birth certificate or appropriate naturalization papers. (7) The Operator shall ensure that all employees assigned are in good general health, without physical defects or abnormalities which would interfere with the performance of duties. They shall be free from any communicable disease.

15. 16.

Wage Rates
Operator agrees to pay not less than the minimum wage rates established by law.

Complaints and Non-Performance


The Operator shall develop a system for resolving and recording complaints, and recording the corrective action taken. The Operator shall make readily available to Facility users information on the procedure for reporting complaints.

17.

Reports, Audits, and Review


A. Reports: The Operator shall submit a monthly report to the City in the form provided by the Director. Such reports shall include an accounting of the services provided, events held at the facility, attendance, services provided by Operator and Subcontractors, and revenue/expense statements for all revenue and expense streams. B. Independent Audit: An audit for the most recently completed fiscal year shall be submitted annually as soon as the audit is completed but no later than 6 months after the completion of Citys fiscal year on September 30. The audit of financial statements shall be conducted by a certified professional accountant in accordance with generally accepted accounting principles; reviews or compilations are not acceptable substitutions for the audited financial statements. C. Audit and Review: City may review any and all of the services performed by Operator under this Contract. City is granted the right to audit, at Citys election, all of Operators records and billings relating to the performance of this Contract. Operator agrees to retain such records for a minimum of three (3) years following completion of this Contract. Any payment, settlement, satisfaction, or release made or provided during the course of performance of this Contract shall be subject to Citys rights as may be disclosed by an audit under this section.

Section 3 - Proposal Process


1. Specification Review and Clarification
A. A Pre-Proposal Conference will be held at the date, time and location stated on the RFP Signature Page, or as updated by addendum. Attendance is strongly encouraged. This conference is a scheduled time for proposers to ask questions pertaining to the proposal. Proposers are encouraged to attend the pre-proposal conference to provide input and comments regarding the specifications. All questions must be submitted to the Buyer in writing no later than seven working days prior to the proposal due date. Please contact the Buyer, Sandy Baxter at sandra.baxter@dallascityhall.com or 214 670-3446 with any questions.

B. Any adjustments to the Specifications shall be posted as an addendum on the Advantage Vendor Self Service Website, www.bids.dallascityhall.org, for prospective Proposers. C. No other informational meetings shall be held. In fairness to all potential Proposers, only the Buyer may discuss the terms of this solicitation.

2.

Proposal Submission
A. Sealed proposals are to be submitted by the Proposers responding to the Operational Management Specifications no later than 2:00 p.m. on the due date specified on the RFP Signature Page. Proposals shall be delivered by mail or in person to the Business Development and Procurement Services office at Dallas City Hall, 1500 Marilla St, Room 3FN, Dallas, TX 75201. B. It may be necessary for the City to request supplemental information from individual respondents after proposals have been submitted and reviewed. Such information will be requested in writing by the Buyer to the specific respondent and will be used by the City in evaluating the proposal. This information will not be shared with other respondents during the evaluation and award process.

3.

Required Documentation
Documents that shall be submitted as part of the proposal process include: A. Evidence of Qualifications: To provide information with regard to these minimum qualifications, the following shall be submitted with the proposal: (1) A cover page that indicates the following information: a) Proposers entity name and mailing address b) Proposers current proprietor, etc.) legal status (corporation, partnership, sole

c) Federal ID number or social security number d) Primary Contact Person and Alternate Contact Persons name, title, phone number, fax number and email address e) Signature of authorized corporate officer for each entity proposing individually or as a partnership or team (2) A one-page Statement of Interest that briefly describes the Proposers unique qualifications as they pertain to this particular project. (3) A Narrative Summary of not more than four (4) pages in length that includes the nature and structure of the proposed management and operation agreement and how the proposal addresses each of the goals. This narrative summary shall include details regarding the Proposers plan for maintenance, management, operations and marketing of the Facility. (4) A one-page Statement of Qualifications to include summary of relevant background and experience in managing, operating and marketing comparable facilities. Certification of the ability to begin full operations upon award of Contract.

(5) A proposed organizational chart, job descriptions and the qualifying experience required for each position. Additionally, bios and resumes of key personnel who would manage the facility should be included. This section of the proposal shall not exceed five (5) pages. (6) A one (1) to two (2) page description of Proposers office, location, permanent staff size, and any additional material that would support the Proposers ability to perform the demands of a Contract. (7) A preliminary Operating Pro Forma showing the methodology for maintenance and operations of the Facility. This section of the proposal shall not exceed three (3) pages. (8) A preliminary rental and use fee schedule that includes rates for different types of events. This section of the proposal shall not exceed two (2) pages. (9) A ticket sales plan that addresses both rentals and Proposers own events (if the Proposer generates its own events). Any ticket surcharge that is planned to be charged shall be outlined in the plan. This section of the proposal shall not exceed two (2) pages. (10) A Facility Utilization and Marketing Plan for maximizing overall usage of the Facility, giving particular emphasis to marketing sponsorship and naming rights and marketing the Facility as a premier venue for local, regional, national and international athletic events and competitions. Additionally, a marketing plan that would bring national and international soccer matches to the Cotton Bowl stadium at Fair Park. This section of the proposal shall not exceed three (3) pages. (11) A financial statement, including the Proposers assets and liabilities at the close of the most recent accounting period. Said statement is to be certified by a certified public accountant. In addition, the Proposer shall submit financial statements for each of three years preceding the most current statement. (12) Proposed annual operating budgets for the periods January 1, 2013 through December 31, 2013, and January 1, 2014 through December 31, 2014. Each budget shall show a detailed breakdown of both anticipated expenses and revenues, to include any proposed management fee to be paid to the City or a plan for shared revenues, concession fees, etc. (13) Listing of key tasks to be completed by Proposer upon signing of Contract and prior to assuming on-site management responsibility for the Facility. Include proposed timeline and estimated costs. (14) Description of plan to address anticipated uses for the Facility for FY12/13 and beyond. (15) Background materials such as letters of support and information pertaining to Proposers qualifications, facility management, operation and marketing experience. This section of the proposal shall not exceed five (5) pages. (16) A manual of proposed operational procedures or a sample manual of operating procedures for a facility currently under the management of the Proposer.

(17) A descriptive list of items of equipment and furnishings, including costs that the Proposer proposes to provide in compliance with these Specifications. (18) A list of no less than four (4) clients, with names and phone numbers of contacts, that can attest to the Proposers capacity to provide the services requested in this Proposal. Ideally, the references shall include clients to whom which the Proposer has provided operational management services within the past three (3) years. B. Other Documents: 1. Conflict of Interest form

2.

Business Information Form

3. 4. 5. 6. 7.

Environmental Affidavit BID Affidavit (BDPS-FRM-203) * Ethnic Workforce Composition Report (BDPS-FRM-204) * Affidavit History of M/WBE Utilization Form (BDPS-FRM-205) * Affidavit Type of Work by Prime and Sub-consultant (BDPS-FRM-206) *

* Forms 203, 204, 205 and 206 will be scored: see Section 4.3 C. If the Proposer has any concerns regarding its ability or willingness to meet with any terms and conditions expressed in this RFP or in the attached sample contract, please include a statement that addresses the particular terms and any alternative language preferred by the Proposer. D. The City Council, City Manager, City Attorney, and Director may require such other information as deemed necessary to ascertain the qualifications of the Proposer.

4.

Format for Proposal


Each Proposal shall be contained in one (1) three-ring binder with a maximum size of two (2) inches in diameter. A cover letter and table of contents should be provided on the front of the binder Binder cover shall identify the name of the respondent and the name of the project for which the Proposal is submitted (Operational Management of the Elm Fork Athletic Complex, RFP BLZ1201) Separate and identify each response to Section 3-A (1-18), Section 3-B, Section 3-C, and BID Plan documents, using divider sheets with an integral tab for ready reference. Use vertical format on 8 x 11 paper, double-sided if possible Number all the pages consecutively

Submit original, marked original and eight (8) identical copies of each Proposal.

5.

Oral Presentations
If deemed necessary, the City may, after the initial proposal evaluations, schedule oral presentations with any or all Proposers.

6.

Disqualification of Proposer
Proposer may be disqualified for any of the following reasons: A. Reason to believe collusion exists among the Proposers B. The Proposer is involved in litigation against the City C. The Proposer is in arrears on an existing Contract or has failed to perform on a previous Contract with the City D. Failure to complete RFP forms as requested E. Failure to meet Specifications F. The decision of the City as to the acceptability of the qualifications of the Proposer shall be final.

7.

Due Date
Sealed proposals are to be received at the Business Development and Procurement Services office at Dallas City Hall, 1500 Marilla St., Room 3FN, Dallas, TX 75201 by the time and date identified on the RFP Signature Page, or as updated by addendum. Follow the instructions in the official advertisement and City of Dallas website, www.bids.dallascityhall.org, from which the RFP Packet is downloaded from for instructions to address any questions you may have concerning the RFP.

8.

Public Information
All information, documentation, and other materials submitted in response to this RFP are considered non-confidential and/or non-proprietary and are subject to public disclosure under the Texas Public Information Act after the solicitation is completed and contact executed with the selected Proposer.

Section 4 - Selection Process


1. Request for Proposals
This RFP shall serve to select a new Operator for the Elm Fork Athletic Complex. The RFP provides information necessary to prepare and submit a proposal for consideration and ranking by the City of Dallas. Based on the evaluation criteria established for this proposal, each properly submitted proposal will be reviewed, evaluated and ranked by the City. Based on this ranking, the City will select one firm to contract as the new operator for the Elm Fork Athletic Complex. Acceptance of Evaluation Methodology: By submitting its proposal in response to this RFP, proposer accepts the evaluation process as outlined in this RFP and acknowledges

and accepts that determination of the most qualified firm offering the best value to the City may require subjective judgments by those evaluating the proposals.

2.

Selection Process Estimated Schedule



Advertisement of RFP Pre Proposal Meeting Request for Proposals Due Oral Presentations (if necessary) City Council authorization of contract Elm Fork Athletic Complex, Phase 1 ready for play October 27, 2011 November 10, 2011 December 1., 2011 December 2011 February, 2012 Fall, 2012

3.

Criteria for Review and Evaluation


The following criteria shall be used to evaluate and determine the ranking for the proposals: A. Proposers Experience and Qualifications (Max 35 points): (1) (2) Demonstrated knowledge and ability to successfully maintain, manage and operate facilities of comparable nature; Knowledge of the sporting events industry, including marketing, selling sponsorship and naming rights, booking, scheduling, ticketing and event planning; Experience working with the Dallas Convention & Visitors Bureau Office of Sports Marketing to market, attract, promote and stage regional and national tournaments for soccer, rugby, lacrosse, field hockey, archery and other sports. Experience marketing, promoting and staging national and international soccer matches at stadium venues with a seating capacity in excess of 20,000; Organizational structure and qualifications of key individuals.

(3)

(4) (5) B.

Proposers plan for the management and operations of EFAC (Max 35 points): (1) The proposed plan for the management and operations of the Facility and how it works toward achieving the Citys goals for the long-term management and operations of EFAC; Value of the Proposers financial contribution to the project, both short and long-term; Sound fiscal plan for current and future management, operation and maintenance of the facility; Strategy to maximize the use of the Facility and emphasize its attractiveness as a premier venue for high-profile sporting events.

(2) (3) (4)

C. D.

Proposers plan for revenue-sharing with the City. (Max 15 points). Demonstrated inclusion and commitment to and understanding of the Citys Business Inclusion and Development (BID) Plan (Max 15 points) It is the policy of the City of Dallas to involve Minority and Women Business Enterprises (M/WBE) to the greatest extent feasible on the Citys construction, procurement and professional services contracts. The following information shall be submitted with the proposal and shall include: (1) (2) (3) Affirmative Action Plan or Policy 1 point Ethnic Workforce Composition Report (BDPS-FRM-204) 1 point RFP/RFQ Contractors Affidavit History of M/WBE Utilization Form (BDPSFRM-205) documenting the history of M/WBE utilization on previous contracts 4 points RFP/RFQ Contractors Affidavit Type of Work by Prime and Sub-consultant Form (BDPS-FRM-206) which includes a significant number of diverse M/WBE firms in meaningful roles on the project 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 (5) Business Inclusion and Development Affidavit (BDPS-FRM-203) which demonstrates the intent to comply with the policy and evidence of M/WBE inclusion to meet the BID goal for the project. The BID Affidavit exhibits evidence of acknowledgement of the City of Dallas BID Plan 2 points

(4)

4.

Evaluation of Proposals
The City will evaluate the proposals and submit a recommendation to the Park Board and City Council for approval. The City may, in its sole discretion, expand or reduce the criteria upon which it bases its final decision regarding the selection of an Operator. The final selection, if any, will be the proposal which best meets the requirements set by the City.

5.

Contract Award
Upon selection of a successful Proposer, the City and the Proposer will negotiate a final contract, based on the terms outlined in this RFP. A sample agreement, with the general terms for the final contract, is attached as Sample Contract for Services. By submitting a proposal, the Proposer agrees to be bound by these terms and conditions unless otherwise noted in the Submittal. The final contract is subject to Park Board and City Council approval.

Section 5 - Contract
1. Award of Contract
A. The City intends to award this Contract in its entirety to the Proposer determined to be most responsive and responsible. B. The City of Dallas reserves the right to reject any and all proposals and to waive any and all irregularities and formalities where it is in the best interest of the City and the Facility. The submission of a proposal not in keeping with the City's goals and which could adversely affect the City of Dallas' public image shall not be accepted. The City reserves the right to withhold the award of the Contract for a reasonable period of time and no award shall be made until investigations are completed as to the capabilities of Proposers. C. The Contract Documents shall be drafted by the City Attorney's Office and tailored for this overall operational agreement. The Operator shall be required to execute the Contract, and provide all documents required within thirty (30) days after award of the Contract by City Council. The Contract shall be governed by and construed in accordance with the Charter and ordinances of the City, as amended, and all applicable State and Federal Laws. The obligations of the parties to the Contract shall be performable in the City of Dallas, Dallas County, Texas, and if legal action is necessary in connection therewith, exclusive venue shall lie in Dallas County, Texas. D. The City's Contract shall be with the successful Proposer only, and shall not include any third party arrangement. E. In the event that the successful Proposer does not fulfill the immediate obligations of the Contract (acquisition of proper insurance, etc) within thirty (30) days following contract execution, the award of the Contract may then be made to the next most advantageous responsive and responsible Proposer, or the City of Dallas may, as its exclusive option, decide to request for new proposals. Should the City be forced to take such action, the check submitted as part of the proposal shall be forfeited as liquidated damages, it being agreed that from the nature of the case it would be impractical and/or extremely difficult to fix the actual damages.

2.

Assignment of Contract
1. No Assignment: The Operator shall not assign, transfer, sublet, convey or otherwise dispose of the Contract or any part therein or its right, title or interest therein or its power to execute the same to any other persons, firm, partnership, company or corporation without the prior written consent of the Director. Should the Operator assign, transfer, sublet, convey or otherwise dispose of its right, title or interest or any part thereof in violation of this section, the City, at its discretion, may cancel the Contract and all rights, title and interest of the Operator shall therein cease and terminate, and the Operator shall be declared in default. 2. Sub-Contracting: The Operator may further sub-contract any portion of the Contract, but shall first obtain written approval from the Director. Any such Sub-contractors shall be prepared to meet the same guidelines and standards set forth in this specification. If any Sub-contractor intends to use its own Sub-contractor(s), every effort shall be made to hire minority and women-owned firms, and the Sub-contractor shall specifically agree to make all reasonable efforts to meet or exceed the City's BID goals for the utilization of such firms.

3.

Indemnity
A. The Operator shall agree to defend, indemnify and hold the City, its officers; agents, and employees harmless against any and all claims, lawsuits, judgments, costs, and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought that may arise out of or be occasioned by the Operator's intentional or negligent breach of any of the terms or provisions of this contract, or by any other negligent or strictly liable act or omission of the Operator's, its officers, agents, employees, tenants, or subcontractors, in the performance of this contract; except that the liability resulting from the sole negligence of the City, its officers, agents, or employees. In the event of joint and concurrent negligence of the City and the Operator responsibility, if any, shall be apportioned comparatively in accordance with the law of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defense of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. B. Anything herein to the contrary notwithstanding, the City shall not be liable or responsible for any failure to furnish the services set forth above occasioned by strike or other work stoppage. Federal, State, or local government action, breakdown, or failure of apparatus, equipment or machinery employed in supplying the said services, any temporary stoppage for the repair, improvement or enlargement thereof or any act or condition beyond its reasonable control.

4.

Default
1. Events of Default: The following events shall be deemed to be events of default by Operator under this Contract: 1. Operator shall become insolvent, or shall make a transfer in fraud of creditors, or shall make an assignment for the benefit of creditors. 2. Operator attempts to assign the Contract without the prior written consent of the Director; or 3. Operator shall fail to perform, keep or observe any term, provision or covenant of the Contract to be performed, kept or observed. 2. If an event of default occurs, the Director shall give the Operator written notice of the default. If the default is not corrected to the satisfaction and approval of the Director within thirty (30) days of receipt of such notice by the Operator, the City may immediately replace the Operator. The City shall not pay any expense to the Operator resulting from this action. 3. At the direction of the Director, the Operator shall vacate the facilities and shall have no right to further operate under the Contract. 4. Within forty-eight (48) hours after such demand by the City, the Operator, under the supervision of the Director, shall remove all equipment and supplies to which he is properly entitled, as specified herein. 5. The Operator in accepting the Contract agrees that the City shall not be liable to prosecution for damages or lost anticipated profits in the event that the City cancels or terminates this Contract.

6. No waiver by the City of any default or breach of any covenant, condition, or stipulation herein contained shall be treated as a waiver of any subsequent default or breach of the same or any other covenant, condition, or stipulation hereof.

5.

Termination for Convenience


The City may, at its option and without prejudice to any other remedy to which it may be entitled at law or in equity, or elsewhere under this Contract, terminate this Contract, in whole or in part, by giving ninety (30) days written notice thereof to the Operator with the understanding that all work being performed under the Contract shall cease upon the date specified in such notice. The City shall compensate the Operator in accordance with the terms of the Contract for the Work performed prior to the date specified in such notice and any existing unamortized capital investment.

6.

Notices
1. Any notices, payments, statements, or demands required or permitted to be given hereunder by either party to the other may be effected by personal delivery in writing or by mail, postage prepaid. Mailed notices shall be addressed to the parties at the addresses appearing below, but each party may change its address by written notice in accordance with this section. Mailed notices shall be deemed communicated as of three days after mailing. 2. All notices required or permitted to be given to the City shall be mailed to the Director, Park and Recreation Department, 1500 Marilla Street, Room 6FN, Dallas, TX 75201. 3. All notices required or permitted to be given to the Operator shall be presented to the Operator or mailed to the address indicated in the proposal, unless the Operator shall notify the Director in writing of a change of address.

7.

Miscellaneous
1. Operator shall thoroughly familiarize itself with the provisions of these Specifications and the Facility. After executing the Contract, no consideration shall be given to any claim of misunderstanding. 2. In the event that either party hereto is prevented from completing its obligations under the Contract by act of God, strike, lockout, material or labor restrictions by any governmental authority, civil riot, flood or any cause beyond the control of the parties hereto, then such party shall be excused from such performance for such period of time as is reasonably necessary after such occurrence to remedy the effects thereof. 3. The section headings in these Specifications are for convenience in reference and are not intended to define or limit the scope of any of the conditions, terms or provisions of these Specifications. 4. Should any question arise as to the proper interpretation of the terms and conditions of these Specifications, the decision of the City Attorney shall be final. 5. No notice to the Operator to quit possession at the expiration date of the term of this Agreement shall be necessary. Operator covenants and agrees that at the expiration date of the term of the Contract, or at the earlier termination hereof, it shall peaceably surrender possession of the premises in good condition, reasonable wear and tear, and acts of God excepted, and the City shall have the right to take possession of the Facility or any portion thereof without being liable for prosecution or any claim of loss or damages thereof.

6. The Operator shall not allow the distribution of campaign or political literature of any kind by any employee at any time at the Facility.

8.

Conduct of Work
Any work which is unsatisfactory to the Director shall be called to the attention of the Operator and the Operator shall be required to properly service the areas in question by commencement of work the following day, and to take steps to improve the overall results in the future. Failure by the Operator to comply with such requests shall result in the corrective work being done by others with the cost charged to the Operator, and deductions being imposed as stated in Complaints and Non-performance, or in termination of the Contract.

Você também pode gostar