Sie sind auf Seite 1von 30

CITY OF DALLAS WATER UTILITIES DEPARTMENT REQUEST FOR STATEMENT OF QUALIFICATION FOR PROFESSIONAL SERVICES CONTROL, OPERATION &

MAINTENANCE MANUAL FOR ZEBRA MUSSELS DWU CONTRACT NO.: 14-009E The City of Dallas Water Utilities Department is requesting interested firms to submit seven (7) sets of Statements of Qualifications containing responses to the attached questionnaire by 2:00 p.m. on Wednesday, August 15, 2013. No response is necessary from firms not interested in performing this project. Please deliver your SOQ to the attention of: Sheila Smallwood City of Dallas Purchasing Department Ref: Control, Operation & Maintenance Manual for Zebra Mussels BMZ1334 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 City of Dallas Experience Form 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 the project. For additional information, please contact only the Project Manager, Chang Lee at 214670-5239 or chang.lee@dallascityhall.com.

Contract No. 14-009E Preliminary Scope of Work

Page 1 of 30

2013

CONTROL, OPERATION & MAINTENANCE MANUAL FOR ZEBRA MUSSELS PRELIMINARY SCOPE OF WORK CONTRACT NO. 13-xxxxx OVERVIEW

The purpose for this Statements of Qualification (SOQ) request is for consulting services for the development of a Control, Operation and Maintenance Manual for Zebra Mussels. The successful consultant for this SOQ shall develop a control and maintenance manual that becomes the basis for the Citys efforts to manage the invading species known as Zebra Mussels, Dreissena polymorpha. The successful Consultant will develop a Control, Operation, and Maintenance Manual that includes each intake structure within the City of Dallas water treatment system. Due to the difference of geometry, geology, and other important site-specific factors, the successful Consultant will prepare independent guidelines for each intake structure within the system. Services required for this SOQ include but are not limited to the following: Site survey and studies of each raw water intake structure within Dallas Water Utilities (DWU) system, analysis of site survey information with existing site information to be provided by DWU, investigation of various control and prevention methods, identification of single or combined, site-specific methods for each structure, determination of infestation risk factors associated with any implementations, potential Zebra Mussel disposal methods, cost estimation of identified prevention and control methods, and recommendations regarding the most effective operations and maintenance guidelines for the solutions identified. HISTORY The most highly visible impact of the zebra mussel has been its fouling of large-scale raw water intakes, such as those at industrial, electric generation facilities and municipal drinking water treatment plants. These facilities are vulnerable because the mussels attach to most submerged hard surfaces (substrates) by means of tough elastic fibers (called byssal threads) tipped with a natural adhesive akin to that produced by barnacles. Once attached, zebra mussels reproduce in prolific numbers and colonize extensive portions of large-scale water handling facilities, which can greatly reduce pumping efficiency or completely clog smaller pipes. Zebra mussels were found in Lake Ray Hubbard in May 2011 and in Ray Roberts Lake in July 2012. Based on the reproduction rate, it is likely that Lake Lewisville and the Elm Fork of Trinity River, will be infested in a relatively short time, placing a number of raw water intake structures in jeopardy. Although zebra mussels have not been found in Lake Grapevine, Lake Tawakoni, Lake Fork and Lake Palestine, they are likely targets for zebra mussel infestation. DWUs goal is to minimize the impact of spread and growth of Zebra Mussel, to find cost effective and environmentally sensitive methods to control the growth and spread of these invasive species. PROJECT OBJECTIVES The objective of this Control, Operation and Maintenance Manual for Zebra Mussels is to guide the management and staff of DWU in implementing zebra mussel control measures at all potential risk facilities. The successful Consultant shall;
Contract No. 13-054E Preliminary Scope of Work Page 2 of 30 February 2013

1. Conduct site surveys and studies of each raw water intake structure within the DWU system. Many intake structures are connected to wet wells, pump stations, raw water delivery lines, and other facilities and equipment necessary to transport and monitor raw water to water treatment plants. These structures shall be surveyed looking for any locations where zebra mussel may find to reproduce thereby causing potential damage to the system; 2. Analyze each site based on the information obtained during the site surveys and compare survey information with existing site information, DWUs improvements currently underway, and any proposed design improvements for each raw water intake structure and water treatment plant to be provided by DWU; 3. Determine infestation risk factors and other concerns for each site; 4. Investigate various methods and make recommendations on how to prevent and/or control Zebra Mussel infestation for each site; 5. Identify single or combined, site-specific prevention and control methods for each structure; 6. Provide recommendations regarding the most cost effective and appropriate operations and maintenance guidelines for the solutions identified. This will include cost estimates for various likely capital improvements of operation and maintenance scenarios at each intake structure and connected facilities. The scope of work presented above describes the services to be provided for this project by task. The successful consultants proposal shall identify the steps necessary to develop the DWU Zebra Mussels Control, Operation and Maintenance Manual, include addressing the following tasks, and recommend any additional tasks deemed necessary to accomplish the work.
GENERAL REQUIREMENTS: A. Project Management & Administration - Provide accounting/invoice preparation and review, subconsultant management, project work plan, progress tracking, filing, mailing, copying, monthly updates to DWU, participate in routine internal progress meetings, and maintain an issues log. Deliverables: Monthly Invoice, Monthly Project Manager Status Report, Project Work Plan with updates, Decision Log. Meetings- Participate in regularly scheduled monthly meetings with DWU for the anticipated duration of the project. Prepare and provide to DWU a meeting agenda and materials required for the meeting a minimum of one (1) week prior to the meeting. 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. Deliverables: Meeting Agenda, Meeting Materials, Meeting Minutes with Action Items. Develop a work plan, project task schedule, and provide monthly progress/status reports of sufficient detail to support monthly billings. The monthly status report shall be consistent with the billing period. Subcontracts for any work shall have the following clauses in their contract: Subconsultants shall submit a CD containing all findings, drawing files etc for with each site review submittal. and, subconsultant firms shall be available to meet with the City and primary consultant within a six hour notice.
Page 3 of 30 February 2013

B.

C.

D.

Contract No. 13-054E Preliminary Scope of Work

E.

Identify, coordinate, and conform this project to meet legal and regulatory parameters/constraints, codes and requirements set forth by Federal, State, and local agencies, to include but not limited to the following identified agencies: Americans with Disabilities Act (ADA), USEPA, National Fire Protection Association (NFPA), Occupational Safety and Health Act (OSHA), TCEQ, Uniform Fire Code (UFC), International Building Code (IBC), National Electric Code (NEC), and Standard Corrosion Guidelines. Design will conform to most recent edition of codes as of the date of this contract. Should other agencies or requirements not existing or applicable at the time of the execution this Agreement be identified during the design, notify DWU of the requirements and request authorization to conform the design. Address, evaluate and incorporate recommendations and practices from others as appropriate. Format for reports files shall be in an electronic format compatible with the latest version of Microsoft Word and shall be in Arial 12 font with justified margins. Promptly advise DWUs Project Manager of comments/requests which are out of scope or which will affect the cost. Written approval is required prior to proceeding with work by the consultant team on any out of scope items. Work performed without prior written approval from DWUs Project Manger or Program Manager will be deemed to be within the scope of work and will not be subject to additional compensation. Note that neither the DWU Project Manager nor the Program Manager have the authority to authorize work in excess of the contract amount awarded by Council. The Consultant team shall not perform any additional work in excess of that amount without written approval from the DWU Director or receipt of a Supplemental Agreement which has been approved by the Dallas City Council. Use existing information, reports, surveys, and available data, as applicable. Coordinate the proposed design under this contract with DWUs Project Manager. Provide internal quality control for deliverables prior to submission to DWU. Evaluate DWU comments and coordinate responses between DWUs Project Manager and Consulting Project Manager. Incorporate responses, as appropriate into reports, plans and specifications. Inform the DWU Project Manager, in writing, of the project budget impact of comments. Intermediate design submittals provided for review shall, at a minimum, bear the signature of the Consulting Project Manager and designated Quality Control reviewer. Owner shall review and provide written comments for each submittal. Returned submittals shall bear at a minimum, the signature of the Owners Project Manager. Consultant shall maintain a Decisions Log detailing action items identified in meetings or during the design process, which includes the date the issue was identified, the individual raising the issue, the individual responsible for responding, resolution/solution, and resolution date.
Page 4 of 30 February 2013

F. G.

H.

I. J. K. L.

M.

N.

Contract No. 13-054E Preliminary Scope of Work

O.

The Consultant 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. The Consultant shall update the schedule monthly with project progress. If delayed, the Consultant shall document reasons for any project delays and indicate how the project may be brought back on schedule or shall get written approval from DWU to revise the schedule. Provide training related to operations, maintenance, administration, etc. to DWU staff. Act as DWUs representative at public hearings, conduct Executive Briefings, and/or assist in Council Briefings, etc. when so requested by DWU. This shall include but not limited to consultant staff preparation and appearance time, graphics, area photos and other photographs, slides, reprographics, and supplies as requested by DWU. This is a special services item. Review Pertinent Reports & Documents - Review the following reports to be provided by DWU: a. Wastewater Treatment Facilities Strategic Plan, by Carollo, December 2010.

P. Q.

R.

PRELIMINARY SCOPE OF WORK REQUIREMENTS: INVESTIGATION/ STUDY AND DESIGN MANUAL FOR ZEBRA MUSSELS Perform 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 Consultant is required to perform a visual assessment at the site for each item and is responsible for making field measurements, noting equipment characteristics, and avoiding conflicts. Make recommendations, prepare, and submit an design report in accordance with the Project Objectives, General Requirements and the following specific requirements:

Task 1 - Site Survey and Analysis 1.1. Site Survey (per Intake Structure): 1.1.1. Consultant shall conduct site surveys at all intake structures belonging to DWU. The following intake structures shall be included: Elm Fork Trinity River (Elm Fork and Bachman Water Treatment Plant), Lake Ray Hubbard (Forney Dam Pump Station), Lake Tawakoni (Iron Bridge Pump Station), Lake Fork (Lake Fork Pump Station) and inlet and outlet structures at Tawakoni Balancing Reservoir. 1.1.2. Site surveys shall include, but not be limited to: 1.1.2.1 Site Map indicating location of specific intake structure(s) 1.1.2.2 Drawing that adequately depicts the geometry of the intake structure including materials, spacing of grates, connection points, manufacturers product model and serial numbers, and other pertinent details.
Contract No. 13-054E Preliminary Scope of Work Page 5 of 30 February 2013

1.1.2.3 Topographic information including depths and elevations of bottom of the lake or river where the structure is located, distance(s) from shore, and other pertinent details. 1.1.2.4 Size of intake pipes, in inches; Material of intake pipes (if possible). Size of intake structure including: Height, width, thickness, wall thickness. Material(s) on intake structures, etc. 1.1.2.5 Other site-specific information that may present itself while on a site visit. 1.1.2.6 Photos of site and surrounding area, including any physical concerns regarding access, constraints to get to structure, and other items of interest. 1.1.2.7 Locations of other system appurtenances where in zebra mussels could potentially reproduce and cause harm to the system. 1.1.2.8 Survey water treatment plants and review engineering data concerning the water treatment plants, including materials, processes, chemicals, etc. that may prove to be breeding grounds for zebra mussels. 1.2. Deliverable (per Intake Structure): 1.2.1 The Consultant shall produce a Site Assessment Memorandum for each intake structure. The Site Assessment Memorandum shall include Survey Data, information and tables, maps, graphs, and a summary of findings.

1.3.

Survey Data Analysis (per Intake Structure): 1.3.1 Consultant shall analyze survey data, maps, engineering layouts for intake structures, wet wells, pipe lines, pump stations and structural materials to develop site-specific methods to prevent or control the spread and growth of zebra mussels. Consultant shall analyze water treatment processes, current routine maintenance processes, and operational procedures at plants to prevent or control the spread and growth of zebra mussels.

1.3.2

1.4.

State or Federal Involvement: 1.4.1 Consultant shall survey available information regarding recommended Federal (Environment Protection Agency, U.S. Army Corps Engineers and U.S. Fish and Wildlife Service) or State (Texas Commission Environmental Quality, Texas Water Development Board and Texas Park and Wildlife Department) procedures to be used for controlling and preventing the spread of zebra mussels and other aquatic invasive species in water supplies. Consultant shall make a recommendation concerning control procedures that may and may not be used according to environment or social considerations.
Page 6 of 30 February 2013

1.4.2

Contract No. 13-054E Preliminary Scope of Work

1.5.

Deliverables: 2.5.1 Consultant shall produce a Technical Memorandum that enumerates and presents the results of the above analysis.

Task 2 Identify and Evaluate Site Specific Control Measures 2.1. The Consultant shall investigate current successful zebra mussel prevention and control measures, including possible upcoming technologies from other industries such as utilities, mining, power generation, and/or other applicable industries faced with similar concerns. Special care shall be taken to investigate similar industries with comparable intake structures, geological characteristics, and water quality concerns. The Consultant shall compare and contrast control measures. This comparison will consider the advantages and disadvantages of each studied alternative. Such concerns as adaptability, workability, usage history, and dosage (if applicable) shall be considered. These concerns shall include, but are not limited to, biological, chemical, mechanical control, public health measures and permission requirement from state and Federal agencies. The Consultant shall produce a series of both general and site-specific alternatives that DWU will use to control the infestation of zebra mussels based on the outcomes of Task 3.1 and Task 3.2. 2.3.1 2.3.2 Special consideration will be given to environmental concerns, public health, safety of workers, and preservations of DWU resources. The consultant shall evaluate alternatives that may or may not be feasible or effective. This idea is to produce a series of alternatives that may be reviewed by DWU Staff.

2.2

2.3

2.4

The Consultant shall evaluate the suitability of current inspection criteria. 2.4.1 The Consultant shall produce written guideline for DWU staff to follow to inspect each DWU raw water intake structure while searching for zebra mussels. These guidelines shall be site-specific, if applicable.

2.5 Deliverables: 2.5.1 The Consultant shall produce a written Technical Memorandum that delineates the results of this task. The memorandum must include all prevention and control measures studied. Included will be a discussion of the advantages and disadvantages of each prevention and control measures studied. The consultant may rank these alternatives in any logical order. The Consultant shall produce a written plan that will allow DWU staff to track the movement, growth, and infestation of zebra mussels within North Texas

2.5.2

Task 3 Estimate Cost of Implementation and Maintenance 3.1 The Consultant shall estimate initial costs for each alternative produced.
Page 7 of 30 February 2013 Contract No. 13-054E Preliminary Scope of Work

3.1.1

The cost shall include a preliminary design of each abatement solution, establish control measures at each site, and project any additional annual control cost for identified measures. The Preliminary design shall include site-specific ideas for the prevention and control of zebra mussels. It is expected that sketches, technical data, suggested manufacturers, and specific product numbers will be included. The cost shall include mechanical, biological, chemical or other changes to each site that DWU must make for proposed alternatives to be successful. Additional staff time, equipment, and materials shall be added for each site and alternative.

3.1.2

3.1.3

3.2 Deliverables: 3.2.1 The Consultant shall develop an appropriate method to present each alternative and its associated cost on a site-by-site, structure-by-structure basis. The Consultant shall produce a Technical Memorandum that lists each site and structure individually and recommends specific alternatives, along with the estimate of reasonable costs, for the prevention and control of zebra mussels.

3.2.2

Task 4 Investigate and Evaluate Potential Zebra Mussel Disposal 4.1 4.2 The Consultant shall investigate State & Federal regulations and permitting for disposal of removed Zebra Mussels. The Consultant shall investigate and develop possible disposal methods, including but not limited to landfill, composting, use of removed Zebra Mussels as soil conditioners, mulch, animal feed, bio-filtration applications, etc. For each method the consultant shall at a minimum describe permitting requirements, costs, revenue potential, storage needs, and adverse impacts. The Consultant shall conduct a Cost-Benefit analysis to be performed for each option. Deliverables: The Consultant shall produce a written Technical Memorandum that delineates the results of this task. The memorandum must include all potential disposals, use methods and State and Federal regulations studied. Included will be a Cost-Benefit analysis for each method.

4.3 4.4

Task 5 Recommend the Best Control Measure(s) based on level of Zebra Mussels Infestation 5.1. The Consultant shall recommend the most effective prevention and control measures at each site and structure. Prevention and Control Measures may be single actions or combined with other actions, depending on the site survey, analysis of the existing structures, evaluation of prevention and control measures, and the cost of implementation.
Page 8 of 30 February 2013

Contract No. 13-054E Preliminary Scope of Work

5.2.

Deliverables: 5.2.1 The Consultant shall produce a Technical Memorandum that includes the results of Task 6.

Task 6 Evaluate Effect of other upcoming events such as Future Rehabilitation and New Infrastructure at sites DWU is under a continual program of growth and rehabilitation of its existing infrastructure. The Consultant shall work with DWU Staff to consider how projects currently under consideration may affect the prevention and control of zebra mussels. For instance, DWU may develop a pre-sedimentation basin for treating raw water before it enters the Elm Fork water treatment plant near the Carrollton dam area. Such new systems may affect possible control measures at the intake structure, or necessitate changes in the planed routes to treatment plant. The following is a list of projects that may be considered: 6.1. 6.2. 6.3. Raising 6 inch height of Carrollton Dam, completed by March 2013. New Static Screen Designs at Iron Bridge Pump Station by 2015 Operation Schedule for Lake Fork Pump Station.

Task 7 DRAFT Report Development The Consultant shall document the tasks performed, evaluation results, and recommendations developed as previous part of the study. The Report shall present a proposed implementation plan for recommended methods, including future operational studies and preliminary design of facilities. A draft report shall be submitted to DWU for review and comment. 7.1. Deliverables: 7.1.1 A DRAFT Report of the entire project to be reviewed by DWU Staff. This report will incorporate all Technical Memorandums, maps, charts, cost analysis, recommendations, etc., made in the earlier parts of the study. The Consultant shall provide at least 10 paper copies of the DRAFT Report, bound and delivered to the DWU Offices. The Consultant shall deliver at least on CD or DVD copy of the DRAFT Report in a mutually agreeable format (PDF,WORD, etc.)

7.1.2 7.1.3

Task 8 FINAL Report Based on comments from the DRAFT report, the Consultant shall incorporate or address Dallas Water Utilities comments and submit thirty (30) final report copies to Dallas Water Utilities as directed. The final report format as directed by Dallas Water Utilities shall include but not be
Contract No. 13-054E Preliminary Scope of Work Page 9 of 30 February 2013

limited to the following: A brief, clear and precise executive summary; Binding or as directed by Dallas Water Utilities with Plastic Laminated Cover, and an Electronic version. 8.1. Deliverables: 8.1.1. A FINAL Report of the entire project will incorporate all Technical Memorandums, maps, charts, cost analysis, recommendations, etc., made in the earlier parts of the study. 8.1.2. The Consultant shall provide at least Thirty (30) paper copies of the FINAL Report, bound and delivered to the DWU Offices. 8.1.3. The Consultant shall deliver at least one CD or DVD copy of the FINAL Report in a mutually agreeable format (PDF, WORD, etc.) 8.1.4. The Consultant shall present the findings of the Report to DWU Staff in at least one educational session. 8.1.5. The Consultant shall make formal presentation of the Report to DWU Executives, Dallas City Council, and other agencies as requested. At least, Two (2) Executive Briefings should be anticipated throughout the project. 8.1.6. The Consultant shall make at least Three (3) presentations of the findings of the Report to Concerned Citizens at Public Meetings (time, places, and attendees are to be determined).

Contract No. 13-054E Preliminary Scope of Work

Page 10 of 30

February 2013

CONSULTANT SELECTION GUIDELINES

Contract No. 13-054E Preliminary Scope of Work

Page 11 of 30

February 2013

CONSULTANT SELECTION GUIDELINES FOR CITY OF DALLAS WATER 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 Departments Interview/Selection Team will review all responsive submittals and select the best evaluated statement of qualification for further review. The proposals will be evaluated based on the following criteria: 1. CONSULTANTs pertinent experience: 2. Capabilities, resources, and responsiveness: 3. CONSULTANTs approach to the project: 4. CONSULTANTs current Contracts: 5. Litigation: 6. Business Inclusion and Development (BID) Plan: 15% 10% 05% 25% 20% 25%

2.

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
Page 12 of 30 February 2013

Contract No. 13-054E Preliminary Scope of Work

c. the approximate dollar amount/percentage of the participation. Evidence of acknowledgement of the Citys 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 consultant firms will be interviewed by interview panel. The interview panel may also include a representative from the Business Inclusion and Development. The interview panel will evaluate the Statements of Qualifications (SOQ) and short list firms for further consideration. The interview panel will categorize firms according to the qualifications presented. The interview panel may conduct interviews to assist them in that categorization. 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 initiating department for purposes of receiving requests for proposal, additional information and interviews (if interviews are desired). 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. 13-054E Preliminary Scope of Work

Page 13 of 30

February 2013

REQUIREMENTS FOR THE STATEMENT OF QUALIFICATIONS (SOQ)

Contract No. 13-054E Preliminary Scope of Work

Page 14 of 30

February 2013

REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS Please read these requirements carefully. Statements of Qualifications which do not comply with these requirements may be deemed nonresponsive and the firm will not be considered for the project. 1. Answer the questions on the 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 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 firms 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 8" 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. Seven bound copies of the Statement of Qualifications should be submitted as directed on the cover letter. Acceptable types of binding include GBC, posts, 3ring, spiral, prong fasteners, etc. Staples are not acceptable. 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 pages
Contract No. 13-054E Preliminary Scope of Work Page 15 of 30 February 2013

SOQ is submitted after deadline SOQs are unbound or stapled Question(s) is not answered Required 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. 13-054E Preliminary Scope of Work

Page 16 of 30

February 2013

CONSULTANT SCREENING QUESTIONNAIRE

Contract No. 13-054E Preliminary Scope of Work

Page 17 of 30

February 2013

CONSULTANT SCREENING QUESTIONNAIRE Please provide answers to the following questions in the order they are listed: 1. Describe your firms 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 (Designers, 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 firms current workload/backlog of work for proposed project members or staff in the water/wastewater or environmental areas of expertise? 3. Briefly describe your firms history of meeting schedule deadlines and keeping within the established budget. What is the accuracy of your firms estimate compared to the actual bid price for projects? Include your firms percentage of change orders on projects of similar scope 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 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 City of Dallas Recent Experience form provided. Fill in all information. Describe your firms history of utilizing M/WBE firms on your projects. 7. 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 firms specific work experience and specialized project experience on projects similar to the one described in the preliminary scope of work. Use the Project Experience form provided, clearly indicating your firms 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
Contract No. 13-054E Preliminary Scope of Work Page 18 of 30 February 2013

project. 9. Indicate all firms proposed as subconsultants or vendors on this project. Indicate the type of work to be performed by each firm (design, survey, manual design, etc) and whether each firm is an M/WBE or non-M/WBE firm. For M/WBE firms, indicate the firms 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 firms approach to this project. The approach should be a minimum of 3 pages of the Statement of Qualifications. You may provide your firms 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 firms 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 experience of the following personnel: a. b. c. d. Project Manager Quality control members For facility projects, lead person for each site Specialized experience, if applicable (i.e. surveys, analysis, environmental evaluation, special process considerations, etc.)

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

Contract No. 13-054E Preliminary Scope of Work

Page 19 of 30

February 2013

INSTRUCTIONS FOR THE CITY OF DALLAS EXPERIENCE FORM

Contract No. 13-054E Preliminary Scope of Work

Page 20 of 30

February 2013

INSTRUCTIONS FOR CITY OF DALLAS EXPERIENCE FORM

1. This form is to be filled out only for the firm proposed as the prime firm in the Statement of Qualifications (SOQ). 2. Only projects awarded to the firm as a prime consultant are to be listed. Do not list projects for the City of Dallas on which the firm is a subconsultant. 3. The date should be either the date the form is filled out or the date the SOQ is to be submitted. 4. List all projects awarded within the last three years and list all projects that are currently in progress whether or not they were awarded within the last three years. 5. In the Dept. column, list the department for whom the work is being performed. Use DWU for Dallas Water Utilities, PW for Public Works, RM for Risk Management, AV for Aviation, PARD for Parks and Recreation Department, etc. 6. In the City Contact Person column, list the name and telephone number for the Citys Project Manager for the indicated project. If that individual is no longer employed by the Department indicated, also list a current employee with some knowledge of the project as a second contact. 7. In the Total Contract Amount column, list the amount awarded plus the amount of all Supplemental Agreements, if any. 8. In the Project Name column, list the name of the project. 9. In the M/WBE column, list the percentage of all M/WBE work committed to at the award of the project plus any additional percentage committed as part of any Supplemental Agreement on the left side of the slash. List the actual percentage of all M/WBE work performed to date on the right side of the slash. The percentages should be accurate to two decimal places.
Example: Original Award Amount - $100,000 M/WBE % Committed on Original Award Amount - 30% Supplemental Agreement(s) Amount - $20,000 M/WBE % Committed on Supplemental Agreement(s) Amount - 20% Work completed to date - $75,000 or 62.5% of total dollars M/WBE completed to date - $15,000 M/WBE Percentage Committed ~ (.30)x($100,000) + (.20) x ($20,000) = $30,000 + $4,000 = $ 34,000 = 28.33% ($100,000 + $20,000) $120,000 $120,000 Actual M/WBE Percentage ~ Actual M/WBE Completed = $ 15,000 Total Contract Amount $120,000 = 12.50%

For this example, the numbers listed in the M/WBE column would be
Contract No. 13-054E Preliminary Scope of Work Page 21 of 30

28.33 / 12.50.
February 2013

INSTRUCTIONS FOR CITY OF DALLAS EXPERIENCE FORM

(Cont.)

10. 11. 12.

In the WBE column, indicate the percentages for total WBE participation using the methods of calculation given in Item 9. In the Percent Complete column, indicated the percent of the contract completed; for the example in Item 9, the percent complete is 62.50%. In the Your firms Remaining Work column, indicate only the dollar amount of work to be performed by your firm excluding all subconsultants that has not been completed for the project listed. Do not include the dollar amount of work that is to be performed by any firm (subconsultant or supplier, etc.) other than your firm. This column is not intended to provide the total amount remaining on the contract. For most projects, the amount in this column will be less than the amount remaining on the contract since some of the work remaining is likely to be performed by subconsultants. At the bottom of the column, provide a total of all work remaining for your firm on all of the projects indicated. For projects that have been completed or are nearing completion and the planned M/WBE participation has not been achieved, provide an explanation for the difference.

14.

The form may be shortened to eliminate excess rows or lengthened to add rows to present the firms work accurately. The consultant may supply additional information, if desired. Additional information is voluntary. If the prime firm has not performed work for the City of Dallas for the past three years, or has performed less than three projects for the City of Dallas in the past three years, please use a similar format to provide historical information on your firms utilization of M/WBE firms on at least three projects in the past three years with other clients. If you have any questions, please contact the person indicated in the cover letter for the request for Statements of Qualifications.

15.

16.

Contract No. 13-054E Preliminary Scope of Work

Page 22 of 30

February 2013

CITY OF DALLAS RECENT EXPERIENCE FORM

Dept. (PW, DWU, etc.)

City Contact Total Person Contract Amount $

Project Name

M/WBE Participation committed/ actual to date

Percent Complete

$ Value of Your firms remaining work

/ / / / / / / /

Contract No. 13-054E Preliminary Scope of Work

Page 23 of 30

February 2013

INSTRUCTIONS FOR THE PROJECT EXPERIENCE FORM

INSTRUCTIONS FOR THE PROJECT EXPERIENCE FORM These instructions have been revised. Please read carefully.
Contract No. 13-054E Preliminary Scope of Work Page 24 of 30 February 2013

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 project began and the stage of the project: survey, analysis, draft manual or manual completed. 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 firms 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. 13-054E Preliminary Scope of Work

Page 25 of 30

February 2013

PROJECT EXPERIENCE FORM PRIME FIRM: Client Name, Address, Contact, Date & Status Mr. Sample Client ABC Utility 1234 Broadway Anytown, USA (999) 999-9999 Construction in progress, began in 1999 Prime or Sub (Experience for Indicated Firm Personnel only) Project Name, Location and Brief Description Personnel Involved & Role

Contract No. 13-054E Preliminary Scope of Work

Page 26 of 30

February 2013

PROJECT EXPERIENCE FORM SUBCONSULTANT FIRM: Client Name, Address, Contact, Date & Status Prime or Sub (Experience for Indicated Firm Personnel only) Project Name, Location and Brief Description Personnel Involved & Role

SUBCONSULTANT FIRM: Client Name, Address, Contact, Date & Status Prime or Sub

(Experience for Indicated Firm Personnel only) Project Name, Location and Brief Description Personnel Involved & Role

Contract No. 13-054E Preliminary Scope of Work

Page 27 of 30

February 2013

OFFICE STAFFING FORM

Contract No. 13-054E Preliminary Scope of Work

Page 28 of 30

February 2013

OFFICE STAFFING FORM Dallas Staff Only Employees of Prime Firm

Electrical & Instrumentation

Water/Wastewater

Mechanical

Other Civil

Survey

PEs EIT/ Graduates Technical Administrative Survey Other Total Dallas Texas Staff Only Employees of Prime Firm

Electrical & Instrumentation

Water/Wastewater

Mechanical

Other Civil

Survey

PEs EIT/ Graduates Technical Administrative Survey Other Total Texas

Contract No. 13-054E Preliminary Scope of Work

Page 29 of 30

February 2013

Other

Other

BUSINESS INCLUSION AND DEVELOPMENT PLAN


Provide the following forms: 1. Affirmative Action Plan, any plan greater than 5 pages please submit on CD, 2. Ethnic Workforce, 3. History of M/WBE utilization on previous contracts, 4. Type of Work by Prime and Subconsultants, 5. Signed BID affidavit. Please attach all the required forms in a separate tab at the end of SOQ Do not alter these forms. Electronic versions of the forms can be found in the attached files or http://www.dallascityhall.com/business_development/business_inclusion250k_for ms.html

Contract No. 13-054E Preliminary Scope of Work

Page 30 of 30

February 2013

Das könnte Ihnen auch gefallen