city of dallas - find rfpbids.findrfp.com/...specifications_bhz1611...docx.docx  · web viewall...

37
CITY OF DALLAS WATER UTILITIES DEPARTMENT REQUEST FOR STATEMENT OF QUALIFICATION FOR PROFESSIONAL SERVICES CADIZ PUMP STATION DECOMMISIONING EVALUATION The City of Dallas Water Utilities Department is requesting interested firms to submit seven (7) hard copies of Statements of Qualifications and one (1) electronic copy containing responses to the attached questionnaire by 2:00 p.m. on Thursday, May 12, 2016. No response is necessary from firms not interested in performing this project. Please deliver your SOQ to the attention of: Judy Levin-Simmons City of Dallas Purchasing Department Ref: CWWTP Major Maintenance Improvements Design, Solicitation No. BHZ1611 1500 Marilla Street, 3FN Dallas, Texas 75201 Please read the attached information carefully and complete the required forms accordingly. Statements of qualifications, which do not comply with all the requirements, will be deemed non-responsive and the firm will not be considered for the project. The following documents are attached: Preliminary Scope of Work Consultant Selection Guidelines Requirements for the Statement of Qualifications (SOQ) Engineering Consultant Screening Questionnaire Instructions for the Project Experience Form Office Staffing Form Business Inclusion and Development Procedure It is not necessary to respond if your firm is not interested in Contract No.16-248E Page 1 of 37 April 2016 Preliminary Scope of Work

Upload: truongnhan

Post on 30-Jan-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

CITY OF DALLASWATER UTILITIES DEPARTMENT

REQUEST FOR STATEMENT OF QUALIFICATION FOR PROFESSIONAL SERVICES

CADIZ PUMP STATIONDECOMMISIONING EVALUATION

The City of Dallas Water Utilities Department is requesting interested firms to submit seven (7) hard copies of Statements of Qualifications and one (1) electronic copy containing responses to the attached questionnaire by 2:00 p.m. on Thursday, May 12, 2016.

No response is necessary from firms not interested in performing this project.

Please deliver your SOQ to the attention of:

Judy Levin-SimmonsCity of Dallas Purchasing DepartmentRef: CWWTP Major Maintenance Improvements Design, Solicitation No. BHZ16111500 Marilla Street, 3FNDallas, Texas 75201

Please read the attached information carefully and complete the required forms accordingly. Statements of qualifications, which do not comply with all the requirements, will be deemed non-responsive and the firm will not be considered for the project. The following documents are attached:

Preliminary Scope of WorkConsultant Selection GuidelinesRequirements for the Statement of Qualifications (SOQ)Engineering Consultant Screening QuestionnaireInstructions for the Project Experience FormOffice Staffing FormBusiness Inclusion and Development Procedure

It is not necessary to respond if your firm is not interested in performing the project. For additional information, please contact only the Buyer, Judy Levin-Simmons at 214-671-8149 or [email protected]

There will be two site visits held at Central Wastewater Treatment Plant, Building #9 in the Training Room, 1020 Sargent Road, Dallas, Texas.

1. April 26, 2016 at 1:00 P.M.2. April 28, 2016 at 1:00 P.M.

Contract No.16-248E Page 1 of 27 April 2016Preliminary Scope of Work

Page 2: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

CITY OF DALLAS – WATER UTILITIES DEPARTMENTCadiz Pump Station Decommissioning Evaluation

Contract Number 16-248EPreliminary Scope of Work

OVERVIEW:Please submit a statement of qualifications to provide engineering services required for the investigation/study and preliminary design report associated with decommissioning or re-purposing of Cadiz Pump Station.

PROJECT DESCRIPTIONDallas Water Utilities (DWU) currently operates Cadiz Pump Station which is located on Cadiz Street near the intersection of IH-30 and IH-35 south of downtown. Cadiz Pump Station is used to transport wastewater flows originating from the north and northwest corridor of Dallas to the Central Wastewater Treatment Plant (CWWTP) located 4 miles south of the downtown area. This critical facility transports approximately 40% of the average daily wastewater flows for the entire City of Dallas.Built in 1951, the Cadiz Pump Station has shown signs of deterioration and has experienced some reliability issues through the years. The East Bank-West Bank Wastewater Interceptor (EB-WB) project has been planned since the mid 1990’s. The construction of the project will allow the City to eventually decommission/re-purpose the Cadiz Pump Station and eliminate the risk of raw sewage bypassing to the Trinity River during a major pump station malfunction, similar to what occurred in June 2000. Construction of the project will also allow the City to re-purpose an existing 60-inch force main to supply highly treated effluent from CWWTP to the proposed Trinity River Lakes.The EB-WB project includes the construction of two parallel wastewater interceptors (78 and 96-inch) and connection to the existing 120-inch diameter wastewater interceptor (West Bank Interceptor) located within the Trinity floodway between the river and the toe of the West Levee. The 96-inch interceptor has been completed and the 78” interceptor is scheduled to be completed in summer 2016. The overall project is scheduled to be completed by the end of 2016 and operational in early 2017. This project will include engineering to recommend and provide designs to decommission/re-purpose the pump station after completion of the EB-WB Interceptor project. This will include but not be limited to best future use of the facility and necessary modifications to extend the life of the facility and aesthetically blend with future development initiatives in the area; future operational plans and required maintenance; odor control modifications or improvements; SCADA needs; emergency bypass needs; piping reconfigurations; modifications/demolition of existing wet well, screens gates, existing pumps and equipment; future use of existing 60-inch force mains; and coordination with other projects including the Cadiz Street bridge, Riverfront Boulevard improvements, EB Horseshoe Interceptor Bypass and Rehabilitation projects, and future High Speed Rail. PROJECT REQUIREMENTSA. General Requirements – Administrative Guidelines for the Project

B. Specific RequirementsContract No.16-248E Page 2 of 27 April 2016Preliminary Scope of Work

Page 3: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

Phase I Investigation/Study & Design Report (6 months)

Phase II Construction Plans and Technical Specifications (Future SA)

Phase III Services During Construction (Future SA)

Phase IV Resident Construction Engineering Services (Not Required)

Phase V Start-up and Operations (Future SA)

GENERAL REQUIREMENTS:A. ENGINEER shall produce a project schedule to be approved by DWU at the beginning of

the project. The duration shall match the anticipated project time frame herein. ENGINEER shall update the schedule monthly with project progress. ENGINEER shall document reasons for any project delays and indicate how the project will be brought back on schedule. This schedule shall be submitted with each monthly pay application.

B. Subcontracts for CADD work, if any, shall have the following clauses: “Subconsultant shall submit a CD containing all drawing files with each plan review submittal.” and, “Dallas based subconsultant firms shall maintain a Dallas office and perform the Work in Dallas.”

C. Format for CADD files shall be Microstation J compatible, DGN format and Adobe PDF. Reference CADD files to State Plane Coordinates. Use of Autocadd will not be allowed. Half-size plans shall be 11-inch by 17-inch sheets. Full size plans shall have the design contained in a 22-inch by 34-inch area and printed on 24-inch by 36-inch sheets. Any new plan sheets are to conform to the format established at the beginning of the design. Typical format shall be submitted for DWU approval at the beginning of the design process. All levels of submitted specifications shall be in an electronic format compatible with the latest version of Microsoft Word and a character recognition version of Adobe PDF.

D. Identify, coordinate, and conform design of this project to meet legal and regulatory parameters/constraints, codes and requirements set forth by Federal, State, and local agencies, to include, but not be limited to, the following identified agencies: Americans with Disabilities Act (ADA), USEPA, National Fire Protection Association (NFPA), Occupational Safety and Health Act (OSHA), Texas Commission on Environmental Quality (TCEQ), Uniform Fire Code (UFC), International Building Code (IBC) and National Electric Code (NEC). Design will conform to most recent edition of codes (or most recent being implemented by the governing authority) as of the date of this contract and as customary for treatment facilities similar to Central.

E. Address, evaluate, and incorporate recommendations and practices from the American Water Works Association (AWWA), ASTM, Water Environment Federation (WEF), Hydraulic Institute Standards, American Society of Civil Engineers (ASCE), and others as appropriate.

F. ENGINEER shall utilize DWU’s “Corrosion Control Guidelines” and “Electrical Master Specifications” as appropriate. Request to utilize deviations shall be requested in writing and approved in writing by DWU, prior to their use.

Contract No.16-248E Page 3 of 27 April 2016Preliminary Scope of Work

Page 4: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

G. Services identified as special services items in this Scope of Work are items which must be authorized in advance and in writing by the OWNER’s Project Manager and will be paid only on a direct expenses and hourly billings of time expended by consultant. Such items are so designated because it is difficult to determine an accurate level of services required for the items at this time. Consultant will establish an estimated amount for each item and submit to OWNER for written authorization prior to beginning work. Consultant shall notify OWNER’s Project Manager in advance and receive written authorization to exceed the estimated amounts on items. Total payment for these items shall not exceed the total amount authorized by OWNER; however the amounts allocated to each item may be adjusted by OWNER’s Project Manager as needed.

H. Promptly advise OWNER’s Project Manager of comments/requests which are out of scope or which may affect construction/engineering costs. Prior written authorization from OWNER’s Project Manager is required for additional or out of scope work that does not exceed the total amount of Special Services in the contract. OWNER’s Project Manager and other OWNER staff do not have the authority to authorize additional or out of scope work in excess of the total amount of Special Services. Any such work performed by the ENGINEER (or any sub-consultant) prior to a Supplemental Agreement awarded by the Dallas City Council or approved by Administrative Action will be considered pro-bono work by the ENGINEER and will not be compensated.

I. Use existing information, reports, surveys, and available data, as applicable. Specific documents are listed under applicable sections.

J. Coordinate the proposed design and construction activities under this contract with DWU’s Project Manager relative to other proposed and on-going design, construction and maintenance activities.

K. Provide internal quality control for deliverables prior to submission to DWU as outlined in the Specific Requirements section. Intermediate submittals provided for review shall, at a minimum, bear the signature of the ENGINEER’S Project Manager and designated Quality Control reviewer. OWNER shall provide written comments for each submittal bearing, at a minimum, the signatures of the OWNER’S Project Manager.

L. Evaluate DWU comments and coordinate responses between DWU’s Project Manager and Consulting Firm’s Project Manager, into reports, technical memoranda, plans and specifications. Inform the DWU Project Manager, in writing, of the engineering and construction budget impact of comments.

M. ENGINEER shall provide written response by a licensed professional engineer to Owner’s comments received on reports, technical memoranda, and plans and specifications. Submittals, RFI’s, and other similar types of information shall be approved, rejected, or answered by a licensed professional engineer.

N. ENGINEER shall maintain a “Decisions Log” detailing action items identified in meetings or during the design process, date the issue was identified, the responsible individual, resolution solution, and resolution date.

Contract No.16-248E Page 4 of 27 April 2016Preliminary Scope of Work

Page 5: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

O. Project Management & Administration - Provide accounting/invoice preparation and review, subconsultant management, project guide, progress tracking, filing, mailing, copying, and maintain an issues log. Deliverables: Monthly Invoice, Monthly Project Manager Status Report, Decision/Action Item Log.

P. Provide internal quality control for deliverables prior to submission to DWU as outlined in the Specific Requirements section. Intermediate design submittals provided for review shall, at a minimum, bear the signature of the ENGINEER’S Project Manager and designated Quality Control reviewer. OWNER shall provide written comments for each submittal bearing, at a minimum, the signatures of the OWNER’S Project Manager.

SPECIFIC REQUIREMENTS:A. PHASE I - INVESTIGATION/STUDY and DESIGN REPORTPerform engineering investigations, site assessments required by this scope of work, studies, calculations, process analyses, research of reports, formulation, and evaluation of various items included in the scope of work. The ENGINEER is required to perform a visual assessment at the site and is responsible for making field measurements, noting equipment characteristics, and avoiding conflicts. Make recommendations, prepare, and submit an engineering design report in accordance with the Project Description, General Requirements and the following Specific Requirements.As part of the Project, the ENGINEER will perform general administrative duties including progress monitoring, scheduling, general correspondence, office administration, and invoicing. These duties include providing project communication; monitoring work on the project; and ensuring that the work is executed in accordance with the work plan, budget and schedule. 1. Project Meetings

a. ENGINEER will participate in regularly scheduled monthly meetings (or more frequent as required to meet project schedule) with DWU for the anticipated duration established in the project objectives. Prepare and provide to DWU a meeting agenda five working days prior to the meeting. Provide materials required for the meeting.

b. Prepare meeting minutes for each meeting and provide to DWU within five (5) working days of the meeting date. Establish sections within the minutes that clearly identify project team decisions and action items with responsible party. Final minutes will be prepared and submitted by the ENGINEER following receipt of input. Deliverables: Meeting Agenda, Meeting Materials, Meeting Minutes with Action Items and Decision Items

2. Evaluate each item within the project scope based on historical and current operational data and protocols. Identify all equipment and/or operational changes to increase efficiency and provide necessary improvements.

3. Provide a detailed description of the ENGINEER’s recommended alternatives including size and number of units, layout of facilities, types of materials, and other design criteria. Provide a more detailed cost estimate for the recommended alternative which includes capital construction costs and annual O&M expenses. Include an evaluation of any cost savings that may occur by eliminating existing facilities and equipment.

Contract No.16-248E Page 5 of 27 April 2016Preliminary Scope of Work

Page 6: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

4. Review Pertinent Documents – At a minimum, review the following documents to be provided by DWU:

a. Wastewater Treatment Facilities Strategic Plan by Carollo, December 2010 b. Comprehensive Wastewater Collection System Master Plan by MWH, October

2007c. Cadiz Pump Station Emergency and Interim Reliability Improvements by CP&Y d. Cadiz Pump Station EB-WB Sewer Interceptor Initial Design Report by CP&Y, May

2002e. Contract No. 09-160 EB-WB Sewer Interceptor Plans by CP&Y (411Q-3041) f. Cadiz Pump Station Study 1984, Shimek, Jacobs & Finklea g. Horseshoe Interceptors Emergency Bypass Plan by RPS, July 2014 h. Horseshoe Wastewater interceptors Rehabilitation and Replacement Plan by RPS i. Riverfront Boulevard Wastewater Assessment Study by Hayden, March 2012

In addition, review other pertinent documents including but not limited to:

a. Cadiz Pump Station Construction Plans, 1914 to Presentb. EB Horseshoe Interceptor Bypass and Rehabilitation Projectsc. Cadiz Street Bridge construction plansd. Existing water and wastewater construction planse. High Speed Rail studies, exhibits, and plansf. Trinity River Corridor Projectg. TxDOT studies and plans

5. Evaluate the future of Cadiz Pump Station in terms of DWU’s goal to safely and reliably convey wastewater to Central Wastewater Treatment Plant. Consider the advantages and disadvantages to maintaining the pump station in some capacity. At a minimum, consider the following factors:

a. Equipment and facility costs (near term and long term needs)b. Redundancy, maintenance flexibility, and peak flow storage (wet well).c. Existing force mainsd. Odor control (interceptor project and pump station)e. SCADAf. Wet well, influent gates, and influent channel modifications or improvementsg. Piping reconfigurations or other necessary improvementsh. Other project impacts (i.e. Cadiz Street Bridge, High Speed Rail, Trinity River

Corridor Project, TxDOT Horseshoe and mixmaster, Riverfront Boulevard improvements, etc.)

6. Design Report

Technical Memoranda shall be combined into a single design report. The design report shall include an executive summary (not exceeding four pages in length), introduction, and each Technical Memorandum (TM) shall represent a separate chapter. This design

Contract No.16-248E Page 6 of 27 April 2016Preliminary Scope of Work

Page 7: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

report will be considered as a 30% complete design document. The TM shall generally include:

a. Executive Summary – Prepare an Executive Summary providing concise findings and recommendations.

b. Introduction – Compose an introductory chapter providing the history and basic assumptions for the report.

c. Existing Condition – Based on the site assessment provide existing condition overview.

d. Alternatives Evaluation – Write descriptions of each alternative considered, clearly indicating advantages, disadvantages, and any intangible considerations, including environmental considerations. Provide a summary of budget-level capital, operation, and maintenance (life-cycle) costs.

e. Recommendations - Provide detailed description of the recommendations for each scope item.

f. Operational Requirements - Describe operational requirements and practices, resource requirements, and estimated operation and maintenance costs.

B. PHASE II - PLANS AND SPECIFICATIONS (TBD)Provide detailed plans and specifications based on the accepted recommendations of the Design Report above. They shall include but not be limited to the following:

1. Prepare detailed construction plans and specifications which comply with applicable Federal, State and local regulations and DWU's Standards.

2. Designate plan sheet requirements and submit sample to DWU for comments and approval. Font type sizes should be such that all text, including the title block information is easily readable and automatically adjusted to be easily readable on half size prints. Provide sample and direction to sub-consultants to ensure uniformity of documents.

3. Identify permits and their requirements and provide documents to secure all permits and special licenses for construction of the proposed facilities. Required permits and/or licenses shall be identified and submitted with the 60% preliminary design plans and specifications.

4. The Prime consultant is to review and perform Quality Assurance/Quality Control (QA/QC) on all work and provide QA/QC on all Sub-Consultant work by professional engineering review in all areas of expertise.

5. Submit ten (10) (plus one electronic character recognition Adobe PDF labeled CD) sets of preliminary plans and specifications to the City for review and comments. This submittal can be half-size plans on 11" by 17" paper. The 60% review shall be defined and consist of the minimum level of completion by the following disciplines:

General/Standard Sheets 70%Mechanical 70%Civil 70%Structural 70%

Contract No.16-248E Page 7 of 27 April 2016Preliminary Scope of Work

Page 8: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

Instrumentation & Control 60%Electrical 60%Specifications 60%

6. Instrumentation & Control design and Electrical design shall be performed by the same firm (prime or sub) unless it can be demonstrated that an alternative plan will be advantageous and be accomplished in a seamless, coordinated effort and is approved in writing by Owner (City of Dallas).

7. Identify and develop specifications for equipment operations including O&M manuals, curricula and training materials in operations and maintenance procedures for the facility and remaining equipment. In addition to hard copies, O& M Manuals are to be furnished electronically in an Adobe PDF format.

8. Submit ten (10) (one electronic character recognition Adobe PDF labeled CD) sets of preliminary plans and specifications at the 90% completion level to the City for review and comments. This submittal can be half size plans on 11" by 17" paper; however, full size sheets may be needed for specific areas for clarity. Submit one set of preliminary plans and specifications to TCEQ if required. The 90% review shall be defined and consist of the minimum level of completion by the following disciplines:

General/Standard Sheets 95%Mechanical 95%Civil 95%Structural 90%Instrumentation & Control 90%Electrical 90%Specifications 90%Cost Estimate 90%

9. Perform internal QA/QC and incorporate Owner’s and TCEQ's comments as appropriate into final plans and specifications to comply with all applicable codes and regulations.

10. Submit ten (10) (one electronic character recognition Adobe PDF labeled CD) sets of final plans and specifications, including final cost estimate to the City for review. This submittal can be half size plans on 11" by 17" paper; however, full size sheets may be needed for specific areas for clarity.

11. Develop inventory listing prior to final completion consistent with the "Fixed Asset System" developed by DWU which incorporates equipment identification number, facility identification, age of equipment, cost of equipment, cost of facility with corresponding listing of equipment or facilities eliminated or retired and compatible with all requirements and the asset management standards currently being established by DWU.

12. Provide one unbound set of Specifications, Proposal and full size Drawings for advertisement of project. Provide 2 electronic copies of the contract documents in both Microsoft Word’s latest version and electronic character recognition Adobe PDF format. Addenda must be

Contract No.16-248E Page 8 of 27 April 2016Preliminary Scope of Work

Page 9: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

issued in the same quantities as the Specifications, Proposals and Plans. Follow DWU guidelines for the furnishing and production of plans and specifications.

13. Submit final construction cost estimates for each bid item prior to advertisement. Update construction cost estimates and provide with each revision by Addenda. The construction cost estimates shall be in the Proposal Bid Items format. In the event that the bid varies by +2% or greater from the Engineer’s estimate, the Engineer shall within seven days of the bid submit a detailed explanation in writing that is signed by a Professional Engineer.

PHASE III - SERVICES DURING CONSTRUCTION (TBD)Provide the following services after final construction documents are submitted and during construction:1. Assist in Pre-bid conferences and provide minutes along with staff briefings.

2. Respond to questions during advertisement

3. Assist in evaluating bids, tabulating bids, and making recommendations for contract award. Provide consultation on acceptability of the general contractors and proposed subcontractors. Provide a written evaluation and recommendation for award that is signed by a registered professional engineer.

4. Print and provide ten (10) (one electronic character recognition Adobe PDF labeled CD) sets of conformed plans and specifications, consisting of six (6) half-size plans with laminated covers bound with GBC or spiral binders. These half-size plans should include any modifications by addenda and specify that they are conformed drawings. All sheets must be stamped conformed.

5. Attend and assist in pre-construction conferences and prepare and distribute minutes.

6. Review and approve the schedule of values and construction schedule submitted by the Contractor. Evaluate for proper distribution of costs and for appropriate and likely completion of work within the milestones or other time constraints for the construction.

7. Review and approve or reject shop drawings, product data, samples, and other submittals by a licensed Professional Engineer within fifteen (15) calendar days after receipt of each submittal. The P & ID submittal may be required as a single comprehensive submittal and will have thirty (30) calendar days after receipt for review and approval. NOTE: Receive concurrence on instrumentation and electrical submittals from DWU’s Instrumentations and Electrical Staff Engineer prior to distribution. Maintain log for review at monthly progress meetings.

8. Provide answers to requests for information for clarification where plans and specifications are not clear or as related to possible conflicts between plans and specifications within seven (7) calendar days. Maintain log for review at monthly progress meetings.

Contract No.16-248E Page 9 of 27 April 2016Preliminary Scope of Work

Page 10: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

9. Provide revised specifications and/or plans as required. This shall be provided within fifteen (15) calendar days when design revisions are due to lack of clarity or omission from the contract documents.

10. Review and provide recommendations on contractor’s requests for changed or alternate construction methods within twenty-one (21) calendar days.

11. Review and make recommendations on contractor's change order proposals.

12. Conduct site visits as necessary, to determine general construction conformance with contract documents. One of the site visits will include the monthly progress meeting with the contractor(s). Provide report to DWU regarding acceptability of work as per contract plans and specifications. Prepare meeting minutes for all monthly construction progress meetings.

13. Provide consultation and written response by a licensed professional engineer regarding contractors' potential non-performance and request(s) for change orders and/or claims for additional compensation. This is a Contingent item.

14. Evaluate and make recommendations regarding factory and/or field test data of key equipment.

15. Review monthly construction schedules submitted by the contractors and provide recommendations to the City.

16. Revise contract plans and specifications to show all addenda, change orders, and significant changes made during advertisement and construction.

17. Assist in final construction walk through and punch list.

18. Maintain a summary log of all project correspondence with deposition, dates, etc.

19. Provide two (2) sets of spiral bound, laminated half sized (11” x 17”) record drawings, one (1) full size set of mylars and two electronic copies of record drawings.

D. PHASE IV - RESIDENT DESIGN ENGINEERING SERVICES (NOT required)E. PHASE V - START-UP, TRAINING, AND OPERATIONS ASSISTANCE (TBD)1. Prepare and provide the following in both hard copy (4 copies) and an electronic character

recognition Adobe PDF format:

a. A system Operations Manual including recommended guidelines for use by Dallas Water Utilities personnel in initial start-up, establishment of various operation modes, and procedures.

b. A recommended maintenance program for all types of equipment. Operating Manuals can be used for this purpose, but all information regarding preventive maintenance, spare parts, assembly/disassembly of units, etc., must be contained in the manual.

Contract No.16-248E Page 10 of 27 April 2016Preliminary Scope of Work

Page 11: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

c. Provide detailed as-built wiring and connection diagrams of electrical improvements, including a modified "Power Plant Distribution One-line Diagram" indicating all electrical improvements.

2. The draft Operations Manual and draft Maintenance Manual (these may be a combined document) must be submitted for review a minimum of 60 days prior to anticipated start-up. The final Operations and Maintenance Manuals must be submitted a minimum of 21 days prior to start-up and prior to training of DWU personnel.

3. Provide proper documentation of all enhancements or modifications of the existing SCADA network, including screen design drawings, reports, signal lists, and an explanation of the scope and scheme of the changes.

4. Assist in the inspection with DWU personnel prior to expiration of new equipment warranty and construction performance bond.

5. Provide written start-up procedure in both hard copy and an electronic character recognition Adobe PDF format. This will include, but not be limited to, the following:

a. Demonstrating and recording the operation of all equipment and its controls and auxiliaries, both in normal and in abnormal (such as power failure) mode.

b. Demonstrating and recording the operation of all other working or moving devices.

c. Chronological sequence of each step in the start-up procedure and criteria, which must be met before advancing to the next step.

d. Chronological sequence of each step in the shutdown procedure and criteria, which must be met before advancing to the next step.

e. Assist in the execution of the start-up procedure, record and certify the items therein, including necessary corrections, when these are done, and report all results to Dallas Water Utilities.

6. Assist in the execution of the start-up procedure. This will include, but not be limited to, the following:

a. Record and certify the items therein, including necessary corrections, when these are done, and report all results to DWU.

b. Measuring operating parameter to assure that equipment is performing within specified tolerances (voltage, amperage, flows, pressure.)

c. Reviewing performance data and recommending process adjustments to enhance performance.

d. Certify proper performance of installed equipment, processes, and systems.

7. Record and certify the items therein, including necessary corrections, when these are done, and report all results to Dallas Water Utilities.

Special Services for this project shall include:

Contract No.16-248E Page 11 of 27 April 2016Preliminary Scope of Work

Page 12: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

1. Additional Meetings – Participate in additional meetings, as necessary throughout the construction and start-up of the project.

2. Additional Engineering Services – Provide additional engineering services for items identified during evaluation, construction and start-up. Provide all documentation, calculation and graphical support as required to complete the defined objective(s).

Approve:

_____________________ ________ _____________________ ________

Regina Stencel, P.E. Date Dan Halter, P.E. Date

WWFPM Program Manager (interim) CWWTP Plant Manager

_____________________ ________ _____________________ ________

Richard V. Wagner, P.E. Date Zachary Peoples Date

Asst. Director, Capital Improvements Asst. Director, WW Operations

Concur:

______________________ ________

Jo M. Puckett, P.E. Date

DWU Director

Contract No.16-248E Page 12 of 27 April 2016Preliminary Scope of Work

Page 13: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

CONSULTANT SELECTION GUIDELINESFOR

CITY OF DALLASWATER UTILITIES DEPARTMENT

For Professional Services contracts in excess of $10,000.00:

• A three step selection process shall be used:

Request Statements of Qualifications which will be used to short list firms to submit proposals.

Identify highly qualified firms based on the proposals.

Select a highly qualified firm to negotiate a contract.

Statement of Qualifications will be evaluated based on the following rating criteria:

1. The Department’s Interview/Selection Team will review all responsive submittals and select the best evaluated statement of qualification for further review.

2. The proposals will be evaluated based on the following criteria:

1. CONSULTANT’s pertinent experience: 17%

2. Capabilities, resources, and responsiveness: 20%

3. CONSULTANT’s approach to the project: 35%

4. CONSULTANT’s current Contracts: 10%

5. Litigation: 03%

6. Business Inclusion and Development (BID) Plan: 15%

The following information shall be submitted with the Statement of Qualification and shall include:

Submission of an Affirmative Action plan AND the Ethnic Workforce form. Note: There is no form attached for the Affirmative Action plan. You must submit your own.

Submission of documentation showing history of M/WBE utilization on previous contracts on the form provided.

Firms team make-up (Type of Work) includes a significant number of diverse M/WBE firms in meaningful roles on the project: 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 Contract No.16-248E Page 13 of 27 April 2016Preliminary Scope of Work

Page 14: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

c. the approximate dollar amount/percentage of the participation.

Evidence of acknowledgement of the City’s Business Inclusion and Development (BID) Policy, signed BID affidavit that demonstrates intent to comply with the policy and evidence of M/WBE inclusion to meet the BID goal for the project.

• Qualifications of engineering firms will be interviewed by committees consisting primarily of registered professional engineers. The screening committee may also include a representative from the Business Inclusion and Development.

• The screening committee will evaluate the Statements of Qualifications (SOQ) and short list firms for further consideration. The screening committee will categorize firms according to the qualifications presented. The screening committee may conduct interviews to assist them in that categorization. Screening interview presentations, if any, will be entirely oral. Handouts, flip charts or other audio/visual aids will not be permitted. The consultant team is limited to three persons at the screening interview, two of whom shall be the proposed Project Manager and a principal or officer from the prime firm.

• The screening committee will forward their categorization to the director. Firms will be short listed by the director or his designee and requested to submit proposals.

• A selection committee composed primarily of registered professional engineers (members will be different from screening committee members) will evaluate the proposals of short-listed firms. The selection committee may also include a representative from the Business Inclusion and Development. Interviews will be conducted by the selection committee. The consultant may use handouts, flip charts, slides, projectors, video equipment, etc.; however, the consultant is solely responsible for furnishing all equipment and ensuring compatibility with the selection location (outlet availability, ceiling height, lighting, etc.).

• The selection committee will evaluate the firms based on their proposals and interviews and forward a recommendation to the department director.

• The director shall evaluate the recommendations and make final determination as to the firm in which staff can enter negotiations with.

Contract No.16-248E Page 14 of 27 April 2016Preliminary Scope of Work

Page 15: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

REQUIREMENTS FOR THE STATEMENT OF QUALIFICATIONS (SOQ)

Contract No.16-248E Page 15 of 27 April 2016Preliminary Scope of Work

Page 16: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS

Please read these requirements carefully. Statements of Qualifications which do not comply with these requirements will be deemed non-responsive and the firm will not be considered for the project.

1. Answer the questions on the Engineering Consultant Screening Questionnaire. The questions should be answered in the same order in which they are listed.

2. On questions where a response form is provided, the response must be on the supplied form or in a format identical to the supplied form, complete of all required information. If the firm has not performed work for the City of Dallas in the past three years, the form must be included in the SOQ indicating no work with the City of Dallas. The form may be shortened to eliminate excess rows or lengthened to add rows to represent the firm’s work accurately. If the firm has no work with Dallas, provide information for a minimum of three projects with other clients. Additional information may be supplied for other client projects, if desired, but is not required. If this additional information is provided, the form should be duplicated. Do not mix City of Dallas work on the same form with work for other clients.

3. Statements of Qualifications must be on 8½" by 11" paper using a minimum font size of 10 point. The cover should indicate the name of the project, contract number assigned to the project, the date, and the name of the Prime Firm. Additional information may be provided on the cover if desired.

4. Statements of Qualifications are limited to a maximum of 25 pages. All pages with the exception of the front cover, the back cover and qualified divider sheets will be counted in the 25 pages. In order to be considered a qualified divider sheet, the page may have a description (i.e. Project Team, Experience, etc) or a numeral on the divider tab only. Divider pages which have photos, graphics, text, etc. will be counted as pages. Resumes and/or brochures will be included in the page count. Cover letters (if bound into the SOQ) will be included in the page count.

5. The City of Dallas Business Inclusion and Development (BID) documentation must be completed, signed, and included in a separate tab at the end of the Statement of Qualifications. Forms shall not be altered. These documents will not be counted as a part of required 25 pages. The BID following forms and documentation shall be submitted:

Affirmative Action Plan, any plan greater than 5 pages please submit on CD,

Ethnic Workforce form, History of M/WBE utilization on previous contracts Type of Work by Prime and Subconsultants Signed BID affidavit

6. Submit one (1) electronic copy of the SOQ along with seven (7) bound copies of the Statement of Qualifications should be submitted as directed on the cover letter. Acceptable types of binding include GBC, posts, 3-ring, spiral, prong fasteners, etc. Staples are not acceptable.

Contract No.16-248E Page 16 of 27 April 2016Preliminary Scope of Work

Page 17: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

7. Statements of Qualifications will be deemed non-responsive and the firm will not be considered for the project for the following:

Length exceeds 25 pagesSOQ is submitted after deadlineSOQs are unbound or stapledQuestion(s) is not answeredRequired forms are incomplete or not used Business Inclusion and Development Affidavit is omitted or not signed

8. It is not necessary to respond if your firm is not interested in submitting a Statement of Qualifications for the indicated project.

9. Contact the Project Manager indicated on the cover letter if you have any questions.

Contract No.16-248E Page 17 of 27 April 2016Preliminary Scope of Work

Page 18: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

ENGINEERING CONSULTANT SCREENING QUESTIONNAIRE

Contract No.16-248E Page 18 of 27 April 2016Preliminary Scope of Work

Page 19: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

ENGINEERING CONSULTANT SCREENING QUESTIONNAIRE

Please provide answers to the following questions in the order they are listed:

1. Describe your firm’s office resources and capabilities within the DFW Metroplex. Identify staffing size and areas of expertise in Dallas and other locations for the Prime firm. Identify additional non-local resources or resources of major subconsultants required for this project. Would you or a subconsultant team member have to hire additional personnel in order to complete this project in a timely manner? If so, identify the type of personnel (Engineers, Technicians, etc.) and the number of each type. Indicate the information for only the Prime firm. Additional information may be provided, if desired, by duplicating the form to submit similar information on subconsultants or to provide composite staffing and areas of expertise of the proposed team (Prime and subs) in addition to the form for the Prime firm staffing.

2. What is your firm’s current workload/backlog of work for proposed project members or staff in the water/wastewater or environmental areas of expertise?

3. Briefly describe your firm’s history of meeting schedule deadlines and keeping within the established construction budget. What is the accuracy of your firm’s estimate compared to the actual bid price for projects? Include your firm’s percentage of change orders on water & wastewater construction projects during the past 3 to 5 years.

4. Briefly discuss any current or prior litigation within the past 10 years involving municipal projects, specifically identifying any litigation with the City of Dallas. This should include design related issues, construction, and construction management related issues. In addition, any expert opinions, expert witness testimony, reports, or other services prepared for any party involved in litigation or a claim against the City of Dallas should be indicated and briefly explained.

5. Does your firm or any of the proposed team members have current or pending contracts or obligations that could pose a potential conflict of interest? This includes involvement of any firm or individual in construction claims issues, customer cities contract issues, water supply/water rights issues, wastewater effluent issues, etc. involving the City of Dallas in any manner.

6. Provide a listing of all projects that your firm has performed for the City of Dallas in the last 3 years on the on the Project Experience form provided. Fill in all information. Describe your firm’s history of utilizing M/WBE firms on your projects.

7. Does your firm use an Intergraph™ or Microstation™ based CADD system? Does your firm use other specialized computer applications that would enhance the quality of or specific issues related to this project?

8. Briefly describe your firm’s specific work experience and specialized project experience on projects similar to the one described in the preliminary scope of work. Use the form provided, clearly indicating your firm’s relevant experience as a prime consultant or as a subconsultant. Relevant experience which you would like considered for proposed subconsultant team members should be listed on the subconsultant form, clearly indicating the firm which performed the work. Specify which specific individuals on your team were involved in each project and their role on the referenced project.

Contract No.16-248E Page 19 of 27 April 2016Preliminary Scope of Work

Page 20: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

9. Indicate all firms proposed as subconsultants or vendors on this project. Indicate the type of work to be performed by each firm (geotechnical, structural design, survey, pipeline design, process design, drafting/CADD, etc) and whether each firm is an M/WBE or non-M/WBE firm. For M/WBE firms, indicate the firm’s current certification number. Also indicate the type(s) of work to be performed by the Prime firm. What is the total percentage of work that the Prime firm expects to perform on the project?

10.Provide an organizational chart showing the structure of the proposed team and

the roles of the proposed project personnel. Indicate which firm on the design team employs each person that is shown. Indicate team personnel that are not from local offices.

11.Briefly describe your firm’s approach to this project. The approach should be a minimum of 3 pages of the Statement of Qualifications. You may provide your firm’s general approach to projects of this nature; however, the approach should specifically address issues, concerns, methodology, etc. that may be important on this project and indicate your firm’s suitability for the project.

12.Provide a suggested time schedule for this project. If a schedule is indicated in the preliminary Scope of Work, identify differences with your suggested schedule, if any, and provide a brief explanation of the differences.

13.Provide brief resumes indicating the relevant water/wastewater experience of the following personnel:

a. Project Managerb. Quality control members

c. For facility projects, lead person in each discipline (structural, process, mechanical, instrumentation, etc.). For pipeline projects, lead design engineer(s).d. For facility projects, briefly provide the industrial electrical design experience on large water and wastewater facilities for the lead electrical design engineer.

e. Specialized experience, if applicable (i.e. surge analysis, environmental evaluation, special process considerations, etc.)

14.If desired, provide any additional information that will reflect your firm’s qualifications to complete this project successfully. This information is optional in the Statement of Qualifications.

Contract No.16-248E Page 20 of 27 April 2016Preliminary Scope of Work

Page 21: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

INSTRUCTIONS FOR THE PROJECT EXPERIENCE FORM

Contract No.16-248E Page 21 of 27 April 2016Preliminary Scope of Work

Page 22: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

INSTRUCTIONS FOR THE PROJECT EXPERIENCE FORM

These instructions have been revised. Please read carefully.

1.Experience indicated should be relevant to the project for which the SOQ is being submitted.

2.The Prime Firm is the firm proposed as the prime on the project for which the SOQ is being submitted.

3.Only the experience of current employees of the Prime Firm should be indicated on the form for the Prime Firm.

4.The Client information should include the name of the organization, its address and the name and telephone number of a contact person who is familiar with the project indicated. The Prime Firm is responsible for the accuracy of the contact information. Experience may not be considered if the contact person indicated cannot be contacted. For work performed as a subconsultant, the client and contact may be either the Owner (City, County, or other agency commissioning the work) or the prime firm for which the firm worked as a subconsultant on that project. If the prime firm is indicated as the client, please indicate the name of the Owner agency in parenthesis. Also indicate the year design began and the stage of the project: under design, design complete, under construction, or construction complete. If construction has started, indicate the year construction started or finished.

5.Under the column labeled Prime or Sub, indicate a Prime for each project for which your firm was the prime consultant on that project and a Sub for each project for which your firm was a subconsultant. Use Other Prime for projects for which a current employee of the Prime firm gained experience while working for a previous employer who was the prime consultant on the project referenced. Use Other Sub for projects for which a current employee of the Prime firm gained experience while working for a previous employer who was a subconsultant on the project referenced. Use Other Owner for projects for which a current employee of the Prime firm gained experience while working for a previous employer who was the Owner agency on the project referenced.

6. In the project description column, indicate the project name, location (Plant Name, City, State etc.), and a brief description of the work for which your firm was responsible. If your firm was a subconsultant, the overall project can be referenced for clarity; however, the description should be for your firm’s work, not a description of the overall project.

7. The Personnel Involved columns should indicate the people involved with the referenced project who are on the proposed project team for the RFP. Also, indicate the level of involvement on the referenced project, i.e. John Doe - Lead Structural Design, etc.

8. Experience forms for proposed subconsultant firms in major roles on this project should be completed in similar fashion.

9. If you have any questions, please contact the person indicated in the cover letter for the request for the SOQ.

Contract No.16-248E Page 22 of 27 April 2016Preliminary Scope of Work

Page 23: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

PROJECT EXPERIENCE FORM

PRIME FIRM: (Experience for Indicated Firm Personnel only)

Client Name, Address, Contact, Date & Status

Primeor

Sub

Project Name, Location and Brief Description

Personnel Involved& Role

Mr. Sample ClientABC Utility1234 BroadwayAnytown, USA

(999) 999-9999

Construction in progress, began in1999

Contract No.16-248E Page 23 of 27 April 2016Preliminary Scope of Work

Page 24: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

PROJECT EXPERIENCE FORM

SUBCONSULTANT FIRM: (Experience for Indicated Firm Personnel only)

Client Name, Address, Contact, Date & Status

Primeor

Sub

Project Name, Location and Brief Description

Personnel Involved& Role

SUBCONSULTANT FIRM: (Experience for Indicated Firm Personnel only)

Client Name, Address, Contact, Date & Status

Primeor

Sub

Project Name, Location and Brief Description

Personnel Involved& Role

Contract No.16-248E Page 24 of 27 April 2016Preliminary Scope of Work

Page 25: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

OFFICE STAFFING FORM

Contract No.16-248E Page 25 of 27 April 2016Preliminary Scope of Work

Page 26: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

OFFICE STAFFING FORM

Dallas Staff Only

Employees of Prime Firm

PEs

EIT/ Graduates

Technical

Administrative

SurveyOther

Total Dallas

Texas Staff Only

Employees of Prime Firm

PEs

EIT/ Graduates

Technical

Administrative

SurveyOther

Total Texas

Contract No.16-248E Page 26 of 27 April 2016Preliminary Scope of Work

Wat

er/

Was

tew

ater

Oth

er C

ivil

Mec

hani

cal

Elec

trica

l &

Inst

rum

enta

tion Su

rvey

Oth

er

Wat

er/

Was

tew

ater

Oth

er C

ivil

Mec

hani

cal

Elec

trica

l &

Inst

rum

enta

tion Su

rvey

Oth

er

Page 27: CITY OF DALLAS - Find RFPbids.findrfp.com/...Specifications_BHZ1611...docx.docx  · Web viewAll levels of submitted specifications shall be in an electronic format compatible with

BUSINESS INCLUSION AND DEVELOPMENT PROCEDURE(Refer to the attached files or go to:

http://www.dallascityhall.com/business_development/business_inclusion250k_forms.html)

Please attach all the required forms in a separate tab at the end of SOQDo not alter these forms.

Contract No.16-248E Page 27 of 27 April 2016Preliminary Scope of Work