320 likes | 340 Views
Seeking design and construction manager services for the rehabilitation and replacement of booster pump stations in Phoenix. Details of scope, requirements, and selection process provided.
E N D
Pre-submittal MeetingRequest for QualificationsNovember 13, 2017, 2:00 pmBOOSTER PUMP STATION REHABILITATION AND REPLACEMENTProject Number WS85100032-1Design Servicesand Construction Manager at Risk Services
Welcome and Introductions Cathie Rodman, Contracts Specialist Design and Construction Procurement Cathie.Rodman@Phoenix.Gov 602-495-3654 Joanne McLaughlin, Equal Opportunity Specialist Equal Opportunity Department Joanne.McLaughlin@phoenix.gov 602-534-1279 Karla Lu, Civil Engineer III, Project Manager Water Services Department
Meeting Information • Please sign-in • Please hold questions until after the presentation • This is your ONLY opportunity to ask the City Staff questions
Agenda • Project Description • Scope of Work • Small Business Enterprise (SBE) Requirements • Submittal Requirements • Selection Schedule • Questions?
Design Project Description • DESIGN: The City of Phoenix is seeking up to two qualified consultants, one for each package described below, to provide design and possible construction administration and inspection (CA&I) services for the replacement of up to six booster pump stations (BPS). The estimated construction cost for the entire project is $16 Million which is currently funded in FY 18/19. • Package 1 • BPS 6J-B1 (Capacity 0.22 MGD with 3 pumps) • Complete rebuild of the station • BPS 5N-B1 (Capacity 0.043 MGD with 2 pumps) • Complete rebuild of the station • BPS 7J-B1 (Capacity 0.16 MGD with 3 pumps) • Complete rebuild of the station • BPS 10A-B1 (Capacity 0.94 MGD with 4 pumps) • Complete rebuild of the station
Project Description • Package 2 • BPS 5F-B2 (Capacity 0.40 MGD with 3 pumps) • Complete rebuild of the station • BPS 5E-B4 (Capacity 47.4 MGD with 6 pumps) • Replace 2 vertical turbine pumps, 2 silent check valves, 4 butterfly valves, 2 pump control valves, 4 VFDs, MCC, SES, air vacuum/release valves and inspect the 54-inch header for possible rehabilitation or replacement
CMAR Project Description • The City of Phoenix is seeking a qualified Construction Manager at Risk (CMAR) to provide preconstruction services and complete construction services for the replacement of up to six booster pump stations (BPS). The estimated construction cost for the entire project is $16 Million which is currently funded in FY 18/19. • A. Preconstruction phase services by the CMAR may include the following: • provide detailed cost estimating and knowledge of marketplace conditions • provide project planning and scheduling • provide for construction phasing and scheduling that will minimize interruption to City operations • provide alternate systems evaluation and constructability studies • advise City on ways to gain efficiencies in project delivery • assist in the permitting processes • participate with the City in a process to set a goal for local and SBE participation and implement the local and SBE process • protect the owner’s sensitivity to quality, safety, and environmental factors • advise City on choosing green building materials.
CMAR Project Description • B. Construction phase services by the CMAR may include: • construction of the two booster pump stations • select subcontractors/suppliers for this project • prepare a Guaranteed Maximum Price (GMP) proposal that meets the approval of the City • coordinate with various City of Phoenix departments, other agencies, utility companies, etc. • arrange for procurement of materials and equipment • schedule and manage site operations • bid, award, and manage all construction related contracts while meeting City bid requirements including the local and SBE participation goal • provide quality controls • bond and insure the construction • address all federal, state and local permitting requirements • deal with owner issues • maintain a safe work site for all project participants
Submit The GMP in MAG or CSI Format • 2015 MAG Uniform Standard • https://www.phoenix.gov/streets/reference-material/2015maguniformstd • CSI Format for Organization of Specifications and materials • http://academics.triton.edu/faculty/fheitzman/csiformat.html
Vendor Registration Register in the Vendor Management System PRIOR to submitting a Statement of Qualifications. New Requirement– Include the Vendor Number on the cover of the Statement of Qualifications and Bid Proposal Package/Envelope. New Firms- After Registering, the City will email a Vendor Number within two days. How to Register Information is available at: https://www.phoenix.gov/finance/vendorsreg
SBE–Small Business Enterprise Program Goal Setting Methodology • Subject to City of Phoenix Code, Chapter 18, Article Vl, pertaining to participation of Small Business Enterprise firms • NO established small business goal for Design Contracts • Established by City of Phoenix Goal Setting Committee • Goals based on certified SBE firms available in each of the specified trade areas identified in the project specs • Trade areas with less than 3 certified SBE firms are not considered in the calculation of the overall goal • Successful Prime will work with the Small Business Team prior to goal setting • CMAR Goals are required to be met at each GMP and during the life of the project
SBE Pre-Award Requirements • No SBE documents due at time of submittal • Outreach Efforts and SBE Plan should be actively in development • “Good Faith Efforts” • If Contractor is unable to meet the goal • Must submit fully documented waiver request
To locate certified firms visit: https://phoenix.diversitycompliance.com Select: City of Phoenix Directory of SBE Certified Firms
Small Business Outreach and Compliance REMEMBERconfirm certification status of a firm
Post-Award SBE Requirements • SBE documents due to EOD at each GMP • Contractor’s Statement of Proposed SBE Utilization • Letter of Intent to Perform as an SBE Subcontractor/Supplier • SBE firms must be certified at the time of each GMP • SBE participation counted for certified firms performing a Commercially Useful Function (CUF) in their certified scope of work • Contractor is required to demonstrate good faith efforts to utilize small business throughout the contract • All subcontractors/suppliers must be reported within the B2G System • All small business participation will be tracked and reported by the Equal Opportunity Department
A. General information (10 points) • B. Design Experience of the Prime Firm (20 points) • C. Construction Administration and Inspection Experience of the Prime Firm (15 points) • D. Experience of Key Personnel and Subconsultants (20 points) • E. Project Understanding and Approach (30 points) • F. Overall Evaluation of the Firm and Its Perceived Ability to Provide the Required Services (5 Points) Design - Statement of Qualifications Criteria
A. General information (15 points) • B. Experience and Qualifications of the Firm (20 points) • C. Experience of Key Personnel to be Assigned to this Project (25 points) • D. Understanding of the Project and Approach to Performing the Required Services (30 points) • F. Overall Evaluation of the Firm and Its Perceived Ability to Provide the Required Services (10 Points) CMAR - Statement of Qualifications Criteria
SOQ Cover Letter • Project title, project number, servicefull firm company name, address, phone number, vendor number, and the email address of your contact person for the project. Do not include additional information. • Evaluation Criteria - including project organizational chart • Additional Content – including resumes, photos, charts, or other information • MAXIMUM Pages Permitted = • DESIGN-12 pages • CMAR-10 pages + Evaluation Criteria - including organizational chart, resumes, and/or other information + Photos, charts / graphs or other evaluation content Statement of Qualifications Criteria
What WILL be Counted Toward Maximum Number of Pages: • Each side of a page with criteria information. • Pages that have photos, charts, and graphs. • What WILL NOT be Counted unless they contain information that may be considered by the selection panel): • Cover letter, • front and back covers, • Table of Contents, and • tab dividers Statement of Qualifications Criteria
Submit 7 Copies for each SOQ that the firm is interested in providing services for. • SOQ is Due: • 12:00 Noon, local time • Friday, December 1, 2017 • Phoenix City Hall • 200 West Washington Street, 6th Floor • Submittal Box Statement of Qualifications Criteria
Receipt of SOQ after the specified cut-off date and time • Too few copies of the submittal • Deposit of SOQ in the wrong location • Violating the “Contact with City Employees” policy Grounds for Disqualification
SOQ Due Date 12:00 Noon, local time Friday, December 1, 2017 Phoenix City Hall 200 W. Washington Street 6th Floor, Submittal Box
Selection Schedule Design Services SOQ’s Due December 1, 2017 Firm Notified for Award January 2018 Scope Meeting January 2018 Construction Manager At Risk SOQ’s Due December 1, 2017 Firm Notified for Award January 2018 Scope Meeting January 2018
Information on Street Transportation Design and Construction Procurement Webpage • https://www.phoenix.gov/streets/procurement/current-opportunities • Notification (if any) • Plan Holder List • Pre-submittal Power Point Presentation • Pre-submittal Sign-in sheet • Award It is your responsibility as an RFQ holder to determine, prior to submittal, if an Addendum Letter has been issued
Questions After Today Email Your Questions No Later Than Wednesday, November 22, 2017, 5:00 P.M. To: Cathie Rodman, Contracts Specialist Cathie.Rodman@phoenix.gov 602-495-3654
OPEN FOR QUESTIONS & THANK YOU FOR ATTENDING