Top Banner

of 30

RFQ Specifications for Zebra Mussel

Aug 08, 2018

Download

Documents

Robert Wilonsky
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • 8/22/2019 RFQ Specifications for Zebra Mussel

    1/30

    CITY OF DALLAS

    WATER UTILITIES DEPARTMENT

    REQUEST FOR STATEMENT OFQUALIFICATION FOR PROFESSIONAL SERVICES

    CONTROL, OPERATION & MAINTENANCEMANUAL FOR ZEBRA MUSSELS

    DWU CONTRACT NO.: 14-009E

    The City of Dallas Water Utilities Department is requesting interested firms tosubmit seven (7) sets of Statements of Qualifications containing responses to the

    attached questionnaire by2:00 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 SmallwoodCity of Dallas Purchasing DepartmentRef: Control, Operation & Maintenance Manual for Zebra Mussels

    BMZ13341500 Marilla Street, 3FN

    Dallas, Texas 75201

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

    Preliminary Scope of WorkConsultant Selection GuidelinesRequirements for the Statement of Qualifications (SOQ)Engineering Consultant Screening QuestionnaireInstructions for the City of Dallas Experience Form

    Instructions for the Project Experience FormOffice Staffing FormBusiness Inclusion and Development Procedure

    It is not necessary to respond if your firm is not interested in the project. Foradditional information, please contact only the Project Manager, Chang Lee at 214-670-5239or [email protected] .

    Contract No. 14-009E Page 1 of 30 2013

    Preliminary Scope of Work

    mailto:[email protected]:[email protected]
  • 8/22/2019 RFQ Specifications for Zebra Mussel

    2/30

    CONTROL, OPERATION & MAINTENANCEMANUAL FOR ZEBRA MUSSELSPRELIMINARY SCOPE OF WORKCONTRACT NO. 13-xxxxx

    OVERVIEW

    The purpose for this Statements of Qualification (SOQ) request is for consulting services for thedevelopment 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, andMaintenance 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 byDWU, 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 effectiveoperations 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 waterintakes, 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 anatural 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 intakestructures 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 costeffective 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 guidethe management and staff of DWU in implementing zebra mussel control measures at all

    potential risk facilities. The successful Consultant shall;

    Contract No. 13-054E Page 2 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    3/30

    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 rawwater 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 structureand 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 operationsand maintenance guidelines for the solutions identified. This will include cost estimates

    for various likely capital improvements of operation and maintenance scenarios at eachintake 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 followingtasks, 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.

    B. Meetings- Participate in regularly scheduled monthly meetings with DWU forthe anticipated duration of the project. Prepare and provide to DWU ameeting agenda and materials required for the meeting a minimum of one(1) week prior to the meeting. Prepare meeting minutes for each meetingand 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: MeetingAgenda, Meeting Materials, Meeting Minutes with Action Items.

    C. Develop a work plan, project task schedule, and provide monthlyprogress/status reports of sufficient detail to support monthly billings. Themonthly status report shall be consistent with the billing period.

    D. Subcontracts for any work shall have the following clauses in their contract:Subconsultants shall submit a CD containing all findings, drawing files etc forwith each site review submittal. and, subconsultant firms shall be availableto meet with the City and primary consultant within a six hour notice.

    Contract No. 13-054E Page 3 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    4/30

    E. Identify, coordinate, and conform this project to meet legal and regulatoryparameters/constraints, codes and requirements set forth by Federal, State,and local agencies, to include but not limited to the following identifiedagencies: Americans with Disabilities Act (ADA), USEPA, National FireProtection 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 conformto most recent edition of codes as of the date of this contract. Should otheragencies or requirements not existing or applicable at the time of theexecution this Agreement be identified during the design, notify DWU of therequirements and request authorization to conform the design.

    F. Address, evaluate and incorporate recommendations and practices fromothers as appropriate.

    G. Format for reports files shall be in an electronic format compatible with thelatest version of Microsoft Word and shall be in Arial 12 font with justifiedmargins.

    H. Promptly advise DWUs Project Manager of comments/requests which are outof scope or which will affect the cost. Written approval is required prior toproceeding with work by the consultant team on any out of scope items.Work performed without prior written approval from DWUs Project Manger orProgram Manager will be deemed to be within the scope of work and will notbe subject to additional compensation. Note that neither the DWU ProjectManager nor the Program Manager have the authority to authorize work inexcess of the contract amount awarded by Council. The Consultant teamshall not perform any additional work in excess of that amount withoutwritten approval from the DWU Director or receipt of a SupplementalAgreement which has been approved by the Dallas City Council.

    I. Use existing information, reports, surveys, and available data, as applicable.

    J. Coordinate the proposed design under this contract with DWUs ProjectManager.

    K. Provide internal quality control for deliverables prior to submission to DWU.

    L. Evaluate DWU comments and coordinate responses between DWUs ProjectManager and Consulting Project Manager. Incorporate responses, asappropriate into reports, plans and specifications. Inform the DWU ProjectManager, in writing, of the project budget impact of comments.

    M. Intermediate design submittals provided for review shall, at a minimum, bearthe signature of the Consulting Project Manager and designated QualityControl reviewer. Owner shall review and provide written comments for eachsubmittal. Returned submittals shall bear at a minimum, the signature of theOwners Project Manager.

    N. Consultant shall maintain a Decisions Log detailing action items identifiedin meetings or during the design process, which includes the date the issuewas identified, the individual raising the issue, the individual responsible forresponding, resolution/solution, and resolution date.

    Contract No. 13-054E Page 4 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    5/30

    O. The Consultant shall produce a project schedule to be approved by DWU atthe beginning of the project. The duration shall match the anticipated projecttime frame herein. The Consultant shall update the schedule monthly withproject progress. If delayed, the Consultant shall document reasons for anyproject delays and indicate how the project may be brought back on scheduleor shall get written approval from DWU to revise the schedule.

    P. Provide training related to operations, maintenance, administration, etc. toDWU staff.

    Q. Act as DWUs representative at public hearings, conduct Executive Briefings,and/or assist in Council Briefings, etc. when so requested by DWU. This shallinclude but not limited to consultant staff preparation and appearance time,graphics, area photos and other photographs, slides, reprographics, andsupplies as requested by DWU. This is a special services item.

    R. Review Pertinent Reports & Documents - Review the following reports to beprovided by DWU:

    a. Wastewater Treatment Facilities Strategic Plan, by Carollo, December2010.

    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 ofvarious items included in the scope of work. The Consultant is required to performa visual assessment at the site for each item and is responsible for making field

    measurements, noting equipment characteristics, and avoiding conflicts. Makerecommendations, prepare, and submit an design report in accordance with theProject 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 TrinityRiver (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 outletstructures 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 intakestructure including materials, spacing of grates, connection points,

    manufacturers product model and serial numbers, and other

    pertinent details.

    Contract No. 13-054E Page 5 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    6/30

    1.1.2.3 Topographic information including depths and elevations ofbottom 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 SurveyData, 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 intakestructures, wet wells, pipe lines, pump stations and structural materials todevelop site-specific methods to prevent or control the spread and growth

    of zebra mussels.

    1.3.2 Consultant shall analyze water treatment processes, current routinemaintenance processes, and operational procedures at plants to prevent or

    control the spread and growth of zebra mussels.

    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 andU.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 andpreventing the spread of zebra mussels and other aquatic invasive species

    in water supplies.

    1.4.2 Consultant shall make a recommendation concerning control procedures

    that may and may not be used according to environment or social

    considerations.

    Contract No. 13-054E Page 6 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    7/30

    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 andcontrol measures, including possible upcoming technologies from other industries

    such as utilities, mining, power generation, and/or other applicable industriesfaced with similar concerns. Special care shall be taken to investigate similar

    industries with comparable intake structures, geological characteristics, and water

    quality concerns.

    2.2 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.

    2.3 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 Special consideration will be given to environmental concerns, public

    health, safety of workers, and preservations of DWU resources.

    2.3.2 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 bereviewed by DWU Staff.

    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 measuresstudied. The consultant may rank these alternatives in any logical order.

    2.5.2 The Consultant shall produce a written plan that will allow DWU staff totrack the movement, growth, and infestation of zebra mussels within North

    Texas

    Task 3 Estimate Cost of Implementation and Maintenance

    3.1 The Consultant shall estimate initial costs for each alternative produced.

    Contract No. 13-054E Page 7 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    8/30

    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.

    3.1.2 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.

    3.1.3 The cost shall include mechanical, biological, chemical or other changes

    to each site that DWU must make for proposed alternatives to besuccessful. Additional staff time, equipment, and materials shall be added

    for each site and alternative.

    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-structurebasis.

    3.2.2 The Consultant shall produce a Technical Memorandum that lists each siteand structure individually and recommends specific alternatives, along

    with the estimate of reasonable costs, for the prevention and control of

    zebra mussels.

    Task 4 Investigate and Evaluate Potential Zebra Mussel Disposal

    4.1 The Consultant shall investigate State & Federal regulations and permitting fordisposal of removed Zebra Mussels.

    4.2 The Consultant shall investigate and develop possible disposal methods, including

    but not limited to landfill, composting, use of removed Zebra Mussels as soilconditioners, 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.

    4.3 The Consultant shall conduct a Cost-Benefit analysis to be performed for each

    option.

    4.4 Deliverables: The Consultant shall produce a written Technical Memorandum

    that delineates the results of this task. The memorandum must include all potentialdisposals, use methods and State and Federal regulations studied. Included will

    be a Cost-Benefit analysis for each method.

    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 controlmeasures 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.

    Contract No. 13-054E Page 8 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    9/30

    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 maydevelop 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. Raising 6 inch height of Carrollton Dam, completed by March 2013.

    6.2. New Static Screen Designs at Iron Bridge Pump Station by 2015

    6.3. 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 implementationplan 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.

    7.1.2 The Consultant shall provide at least 10 paper copies of the DRAFT

    Report, bound and delivered to the DWU Offices.

    7.1.3 The Consultant shall deliver at least on CD or DVD copy of the DRAFTReport in a mutually agreeable format (PDF,WORD, etc.)

    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 Page 9 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    10/30

    limited to the following: A brief, clear and precise executive summary; Binding or as directed byDallas 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., madein the earlier parts of the study.

    8.1.2. The Consultant shall provide at least Thirty (30) paper copies of theFINAL 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 DWUExecutives, Dallas City Council, and other agencies as requested. Atleast, Two (2) Executive Briefings should be anticipated throughout the

    project.

    8.1.6. The Consultant shall make at least Three (3) presentations of the findingsof the Report to Concerned Citizens at Public Meetings (time, places, and

    attendees are to be determined).

    Contract No. 13-054E Page 10 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    11/30

    CONSULTANT SELECTION GUIDELINES

    Contract No. 13-054E Page 11 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    12/30

    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 tosubmit 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 responsivesubmittals and select the best evaluated statement of qualification forfurther review.

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

    1. CONSULTANTs pertinent experience: 25%

    2. Capabilities, resources, and responsiveness: 20%

    3. CONSULTANTs approach to the project: 25%

    4. CONSULTANTs current Contracts: 10%

    5. Litigation: 05%

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

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

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

    Submission of documentation showing history ofM/WBEutilization on previous contracts on the form provided.

    Firms team make-up (Type of Work) includes a significant numberof 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. 13-054E Page 12 of 30 February 2013

    Preliminary Scope of Work

    http://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_TypeOfWork_Prime_Subconsultant250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_TypeOfWork_Prime_Subconsultant250k.pdf
  • 8/22/2019 RFQ Specifications for Zebra Mussel

    13/30

    c. the approximate dollar amount/percentage of theparticipation.

    Evidence of acknowledgement of the Citys Business Inclusion andDevelopment (BID) Policy, signed BID affidavit that demonstratesintent to comply with the policy and evidence of M/WBE inclusion tomeet the BID goal for the project.

    Qualifications of consultant firms will be interviewed by interview panel. Theinterview panel may also include a representative from the Business Inclusionand Development.

    The interview panel will evaluate the Statements of Qualifications (SOQ) andshort list firms for further consideration. The interview panel will categorize firmsaccording to the qualifications presented. The interview panel may conductinterviews to assist them in that categorization. Interview presentations, if any,will be entirely oral. Handouts, flip charts or other audio/visual aids will not bepermitted. The consultant team is limited to three persons at the screeninginterview, two of whom shall be the proposed Project Manager and a principal orofficer from the prime firm.

    The screening committee will forward their categorization to the director. Firmswill be short listed by the initiating department for purposes of receivingrequests for proposal, additional information and interviews (if interviews aredesired).

    A selection committee composed primarily of registered professional engineers(members will be different from screening committee members) will evaluatethe proposals of short-listed firms. The selection committee may also include arepresentative from the Business Inclusion and Development. Interviews will beconducted by the selection committee. The consultant may use handouts, flipcharts, slides, projectors, video equipment, etc.; however, the consultant is

    solely responsible for furnishing all equipment and ensuring compatibility withthe selection location (outlet availability, ceiling height, lighting, etc.).

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

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

    Contract No. 13-054E Page 13 of 30 February 2013

    Preliminary Scope of Work

    http://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdf
  • 8/22/2019 RFQ Specifications for Zebra Mussel

    14/30

    REQUIREMENTS FOR THE STATEMENT OF QUALIFICATIONS(SOQ)

    Contract No. 13-054E Page 14 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    15/30

    REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS

    Please read these requirements carefully. Statements of Qualificationswhich do not comply with these requirements may be deemed non-responsive 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 orderin which they are listed.

    2. On questions where a response form is provided, the response must be on thesupplied form or in a format identical to the supplied form, complete all requiredinformation. If the firm has not performed work for the City of Dallas in the pastthree years, the form must be included in the SOQ indicating no work with theCity of Dallas. The form may be shortened to eliminate excess rows orlengthened to add rows to represent the firms work accurately. If the firm hasno work with Dallas, provide information for a minimum of three projects withother clients. Additional information may be supplied for other client projects, ifdesired, but is not required. If this additional information is provided, the formshould 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 fontsize of 10 point. The cover should indicate the name of the project, contractnumber 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 pageswith the exception of the front cover, the back cover and qualified divider sheetswill be counted in the 25 pages. In order to be considered a qualified dividersheet, the page may have a description (i.e. Project Team, Experience, etc) or anumeral on the divider tab only. Divider pages which have photos, graphics,

    text, etc. will be counted as pages. Resumes and/or brochures will be includedin the page count. Cover letters (if bound into the SOQ) will be included in thepage count.

    5. The City of Dallas Business Inclusion and Development (BID) documentationmust be completed, signed, and included in a separate tab at the end of theStatement of Qualifications. Forms shall not be altered. These documents willnot 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 ofM/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 asdirected on the cover letter. Acceptable types of binding include GBC, posts, 3-ring, spiral, prong fasteners, etc. Staples are not acceptable.

    7. Statements of Qualifications will be deemed non-responsive and the firm will notbe considered for the project for the following:

    Length exceeds 25 pagesContract No. 13-054E Page 15 of 30 February 2013

    Preliminary Scope of Work

    http://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_TypeOfWork_Prime_Subconsultant250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_TypeOfWork_Prime_Subconsultant250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdf
  • 8/22/2019 RFQ Specifications for Zebra Mussel

    16/30

    SOQ is submitted after deadlineSOQs are unbound or stapledQuestion(s) is not answeredRequired forms are incomplete or not usedBusiness 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 anyquestions.

    Contract No. 13-054E Page 16 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    17/30

    CONSULTANT SCREENING QUESTIONNAIRE

    Contract No. 13-054E Page 17 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    18/30

    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 thePrime firm. Identify additional non-local resources or resources of major

    subconsultants required for this project. Would you or a subconsultant teammember have to hire additional personnel in order to complete this project in atimely manner? If so, identify the type of personnel (Designers, Technicians,etc.) and the number of each type. Indicate the information for only the Primefirm. Additional information may be provided, if desired, by duplicating the formto submit similar information on subconsultants or to provide composite staffingand areas of expertise of the proposed team (Prime and subs) in addition to theform for the Prime firm staffing.

    2. What is your firms current workload/backlog of work for proposed projectmembers or staff in the water/wastewater or environmental areas of expertise?

    3. Briefly describe your firms history of meeting schedule deadlines and keepingwithin the established budget. What is the accuracy of your firms estimatecompared to the actual bid price for projects? Include your firmspercentage of change orders on projects of similar scope during thepast 3 to 5 years.

    4. Briefly discuss any current or prior litigation within the past 10 years involvingmunicipal projects, specifically identifying any litigation with the City of Dallas.

    This should include design related issues, construction, and constructionmanagement related issues. In addition, any expert opinions, expert witnesstestimony, reports, or other services prepared for any party involved in litigationor 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 pendingcontracts or obligations that could pose a potential conflict of interest? Thisincludes involvement of any firm or individual in claims issues, customer citiescontract 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 Dallasin 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 onyour projects.

    7. Does your firm use other specialized computer applications that would enhancethe quality of or specific issues related to this project?

    8. Briefly describe your firms specific work experience and specialized projectexperience on projects similar to the one described in the preliminary scope ofwork. Use the Project Experience form provided, clearly indicating yourfirms relevant experience as a prime consultant or as a subconsultant.Relevant experience which you would like considered for proposedsubconsultant team members should be listed on the subconsultant form, clearlyindicating the firm which performed the work. Specify which specific individualson your team were involved in each project and their role on the referenced

    Contract No. 13-054E Page 18 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    19/30

    project.

    9. Indicate all firms proposed as subconsultants or vendors on this project. Indicatethe 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 thePrime 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 designteam employs each person that is shown. Indicate team personnel that are notfrom local offices.

    11.Briefly describe your firms approach to this project. The approach should be aminimum of 3 pages of the Statement of Qualifications. You may provide yourfirms general approach to projects of this nature; however, the approach shouldspecifically 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 inthe preliminary Scope of Work, identify differences with your suggestedschedule, if any, and provide a brief explanation of the differences.

    13.Provide brief resumes indicating the relevant experience of the followingpersonnel:

    a. Project Managerb. Quality control membersc. For facility projects, lead person for each site

    d. Specialized experience, if applicable (i.e. surveys, analysis, environmentalevaluation, special process considerations, etc.)

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

    Contract No. 13-054E Page 19 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    20/30

    INSTRUCTIONS FOR THE CITY OF DALLAS EXPERIENCEFORM

    Contract No. 13-054E Page 20 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    21/30

    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 theStatement of Qualifications (SOQ).

    2. Only projects awarded to the firm as a prime consultant are to be listed. Do notlist 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 tobe submitted.

    4. List all projects awarded within the last three years and list all projects that arecurrently in progress whether or not they were awarded within the last threeyears.

    5. In the Dept. column, list the department for whom the work is beingperformed. Use DWU for Dallas Water Utilities, PW for Public Works, RM for RiskManagement, AV for Aviation, PARD for Parks and Recreation Department, etc.

    6. In the City Contact Person column, list the name and telephone number for theCitys Project Manager for the indicated project. If that individual is no longeremployed by the Department indicated, also list a current employee with someknowledge of the project as a second contact.

    7. In the Total Contract Amount column, list the amount awarded plus theamount 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 atthe award of the project plus any additional percentage committed as part ofany Supplemental Agreement on the left side of the slash. List the actualpercentage 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 - $100,000M/WBE % Committed on Original Award Amount - 30%Supplemental Agreement(s) Amount - $20,000M/WBE % Committed on Supplemental Agreement(s) Amount - 20%Work completed to date - $75,000 or 62.5% of total dollarsM/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 = 12.50%Total Contract Amount $120,000

    For this example, the numbers listed in the M/WBE column would be 28.33 / 12.50.

    Contract No. 13-054E Page 21 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    22/30

    INSTRUCTIONS FOR CITY OF DALLAS EXPERIENCE FORM

    (Cont.)

    10. In the WBE column, indicate the percentages for total WBE participation

    using the methods of calculation given in Item 9.

    11. In the Percent Complete column, indicated the percent of the contractcompleted; for the example in Item 9, the percent complete is 62.50%.

    12. In the Your firms Remaining Work column, indicate only the dollar amountof work to be performed by your firm excluding all subconsultants that hasnot been completed for the project listed. Do not include the dollar amountof 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 amountremaining on the contract. For most projects, the amount in this column willbe 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 thecolumn, provide a total of all work remaining for your firm on all of theprojects indicated.

    For projects that have been completed or are nearing completion and theplanned M/WBE participation has not been achieved, provide an explanationfor the difference.

    14. The form may be shortened to eliminate excess rows or lengthened to addrows to present the firms work accurately. The consultant may supplyadditional information, if desired. Additional information is voluntary.

    15. If the prime firm has not performed work for the City of Dallas for the pastthree years, or has performed less than three projects for the City of Dallas inthe past three years, please use a similar format to provide historicalinformation on your firms utilization of M/WBE firms on at least three projectsin the past three years with other clients.

    16. If you have any questions, please contact the person indicated in the coverletter for the request for Statements of Qualifications.

    Contract No. 13-054E Page 22 of 30 February 2013

    Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    23/30

    CITY OF DALLAS RECENT EXPERIENCE FORM

    Dept. (PW,

    DWU, etc.)

    City Contact

    Person

    Total

    Contract

    Amount $

    Project Name M/WBE

    Participation

    committed/

    actual to date

    Percent

    Complete

    $ Value of

    Your firms

    remaining

    work

    /

    /

    /

    /

    /

    /

    /

    /

    Contract No. 13-054E Page 23 of 30 February 2013Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    24/30

    INSTRUCTIONS FOR THE PROJECT EXPERIENCE FORM

    INSTRUCTIONS FOR THE PROJECT EXPERIENCE FORM

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

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    25/30

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

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

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

    4.The Client information should include the name of the organization, its addressand the name and telephone number of a contact person who is familiar withthe project indicated. The Prime Firm is responsible for the accuracy of thecontact information. Experience may not be considered if the contact personindicated cannot be contacted. For work performed as a subconsultant, the clientand contact may be either the Owner (City, County, or other agencycommissioning the work) or the prime firm for which the firm worked as asubconsultant on that project. If the prime firm is indicated as the client, pleaseindicate the name of the Owner agency in parenthesis. Also indicate the yearproject began and the stage of the project: survey, analysis, draft manual ormanual completed.

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

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

    7. The Personnel Involved columns should indicate the people involved with thereferenced 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 - LeadStructural Design, etc.

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

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

    Contract No. 13-054E Page 25 of 30 February 2013Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    26/30

    PROJECT EXPERIENCE FORM

    PRIME FIRM: (Experience for Indicated Firm Personnel only)

    Client Name,

    Address, Contact,

    Date & Status

    Prime

    or

    Sub

    Project Name, Location and Brief

    Description

    Personnel

    Involved

    & Role

    Mr. Sample Client

    ABC Utility

    1234 Broadway

    Anytown, USA

    (999) 999-9999

    Construction in

    progress, began in

    1999

    Contract No. 13-054E Page 26 of 30 February 2013Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    27/30

    PROJECT EXPERIENCE FORM

    SUBCONSULTANT FIRM: (Experience for Indicated Firm Personnel only)

    Client Name,

    Address, Contact,

    Date & Status

    Prime

    or

    Sub

    Project Name, Location and Brief

    Description

    Personnel

    Involved

    & Role

    SUBCONSULTANT FIRM: (Experience for Indicated Firm Personnel only)

    Client Name,

    Address, Contact,Date & Status

    Prime

    orSub

    Project Name, Location and Brief

    Description

    Personnel

    Involved& Role

    Contract No. 13-054E Page 27 of 30 February 2013Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    28/30

    OFFICE STAFFING FORM

    Contract No. 13-054E Page 28 of 30 February 2013Preliminary Scope of Work

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    29/30

    OFFICE STAFFING FORM

    Dallas Staff Only

    Employees of

    Prime Firm

    PEs

    EIT/ Graduates

    Technical

    Administrative

    Survey

    Other

    Total Dallas

    Texas Staff Only

    Employees of

    Prime Firm

    PEs

    EIT/ Graduates

    Technical

    Administrative

    Survey

    Other

    Total Texas

    Contract No. 13-054E Page 29 of 30 February 2013Preliminary Scope of Work

    Water/Wastewater

    OtherCivil

    Mechanical

    Electrical&

    Instrumentation

    Survey

    Other

    Water/Wastew

    ater

    OtherCivil

    Mechanical

    Electrical&

    Instrumenta

    tion

    Survey

    Other

  • 8/22/2019 RFQ Specifications for Zebra Mussel

    30/30

    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 ofM/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 SOQDo 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

    http://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_TypeOfWork_Prime_Subconsultant250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Ethnic_Workforce250K.pdfhttp://www.dallascityhall.com/business_development/BID/MWBE_History_Utilization250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_TypeOfWork_Prime_Subconsultant250k.pdfhttp://www.dallascityhall.com/business_development/BID/BID_Affidavit250K.pdf