request for qualifications (rfq) final db phase iii...types of work crews. this request for...

55
REQUEST FOR QUALIFICATIONS (RFQ) DESIGN-BUILD PHASE III SERVICE CENTER PROJECT SOLICITATION NO: PS-00082 RELEASE DATE: July 19, 2019 Pre-Submittal Conference: July 26, 2019 at 10:00 a.m. (CT) Submission Deadline: August 26, 2019 at 3:00 p.m. (CT) **HARD COPY SUBMISSIONS ONLY**

Upload: others

Post on 27-May-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

REQUEST FOR QUALIFICATIONS (RFQ)

DESIGN-BUILD PHASE III SERVICE CENTER PROJECT

SOLICITATION NO: PS-00082

RELEASE DATE: July 19, 2019

Pre-Submittal Conference: July 26, 2019 at 10:00 a.m. (CT)

Submission Deadline: August 26, 2019 at 3:00 p.m. (CT)

**HARD COPY SUBMISSIONS ONLY**

Page 2: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

TABLE OF CONTENTS

I. Project InformationA. Objective ................................................................................................................................. 1 B. Scope of Services ................................................................................................................... 1 C. Additional Requirements/Information ..................................................................................... 3 D. Abbreviations ......................................................................................................................... 3 E. Project Requirements ............................................................................................................ 4 F. Estimated Timeline ................................................................................................................. 6

II. Selection ProcessA. Selection ................................................................................................................................. 7 B. Interviews ................................................................................................................................ 7 C. Evaluation Criteria Summary .................................................................................................. 8

III. CommunicationA. Restrictions ............................................................................................................................. 8 B. Pre-submittal Conference ....................................................................................................... 8 C. Technical Questions ............................................................................................................... 9 D. SMWVB Questions ................................................................................................................. 9 E. Submittal or Status Questions ................................................................................................ 9

IV. Submitting a ResponseA. Deadline .................................................................................................................................. 9 B. Submission ........................................................................................................................... 10 C. Response Format ................................................................................................................ 10

V. Other Required Documents to SubmitA. Insurance Requirements and Proof of Insurability ............................................................... 19 B. Conflict of Interest Questionnaire ......................................................................................... 20 C. Security Procedures Acknowledgement ............................................................................... 20

VI. Requests for Feedback............................................................................................................. 20

VII. Other Requirements .................................................................................................................. 20

Attachments SAWS Map ........................................................................................................................... 22 Respondent Questionnaire ................................................................................................... 23 Exhibit A – SAWS Standard Insurance Requirements ......................................................... 27 Exhibit B – Conflict of Interest Questionnaire ....................................................................... 28 Exhibit C – Security Procedures ........................................................................................... 30 Exhibit D – Staffing Plan ....................................................................................................... 31 Exhibit E – Submittal Response Checklist .......................................................................... 35 Exhibit F – Design Criteria Package .................................................................................... 37 Exhibit G – Statement of Compliance with SAWS Insurance Requirements ....................... 53

Page 3: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 1 of 53

I. Project Information

A. Objective

The San Antonio Water System (SAWS) is soliciting statements of qualifications (SOQ) from interested Design-Build (DB) firms (Respondents) to design and construct one (1) new service center facility and the associated renovation and demolition of two other existing service center sites (all of these service centers hereafter are referred to as the “Operation Centers”), as part of the Design-Build Phase III Service Center Project (the “Project”). These Operation Centers not only serve as office space for the field operations staff, but also function as dispatch centers for various types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing in detail Respondent’s technical and financial qualifications to act as the DB firm for the Project. SAWS has hired APSI Construction Management to serve as the Program Manager (PM) for this Project. The awarded DB firm will coordinate with SAWS and the PM to deliver the Project. Design and construction of the Project shall be completed using the design-build method of procurement in accordance with Section 2269.301 et seq. of the Texas Government Code. These related design and construction services shall require a scope of service to be performed by a single, qualified and independent DB firm. The successful DB firm, which will be determined following subsequent interviews of a maximum of five (5) respondents, will be chosen (“short-listed”) to interview and to submit proposals in response to SAWS’ future issuance of a request for proposals (RFP). Selection of the successful DB firm will be determined based upon the proposal that SAWS determines to provide the best value to SAWS, according to the evaluation criteria for selection set forth below in Section II. C. of this RFQ. Respondents shall submit within their SOQs to this RFQ, certification to SAWS that each architect or engineer that is a member of the DB firm/team was selected based on demonstrated competence and qualifications, in the manner provided by Section 2254.004 of the Texas Government Code. ONLY THOSE DB FIRMS THAT RESPOND IN ACCORDANCE WITH THE REQUIREMENTS OF THIS RFQ AND ARE SHORT-LISTED WILL BE ISSUED A REQUEST FOR PROPOSALS (RFP) AND INVITED TO SUBMIT A PROPOSAL TO THE RFP. PURSUANT TO SECTION 2269.307 OF THE TEXAS GOVERNMENT CODE, NO MORE THAN FIVE FIRMS WILL BE SHORT-LISTED AS ELIGIBLE TO PARTICIPATE IN THE RFP STAGE OF THIS PROCUREMENT.

B. Scope of Services

The Phase III Project which is described in more detail in Exhibit F, of the Design Criteria Package (DCP), is at a high level and comprised of the following: 1) New Northeast Operation Center (NEOC): Complete design and construction of one (1) new

distinct Operations Center. The new NEOC will be located on a on a green field site in Northeast Bexar County.

2) East Side Operations Center (ESOC) site items and renovations: Complete design and construction of various site items at the existing East Side Operations Center (ESOC) including a New Fueling facility with Above Ground Tanks (AGTs) , relocation of existing overhead electric to underground, new ice and water station, renovation of fleet lobby and offices, pavement replacement and striping at the operations parking areas, demolition and remediation of the existing Under Ground Tanks (UGTs) and associated pumps and utilities.

3) Existing Northeast Service Center site demolition and remediation: Complete design and construction as required to demolish the existing administration building (circa 1982) and signage, and to demolish and remediate the existing UGTs and associated pumps and utilities. Work shall include replacement pavement, directional striping, guardrails and a new marquee signage.

The DB firm shall perform all services and work necessary to complete and deliver the Project in accordance with the terms of the DCP, Program Management Plan (PMP), and Design-Build Service Agreement (DB Agreement) and shall complete the design services to include deliverables

Page 4: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 2 of 53

of the construction documents and the specifications as well as Construction Administration services by the DB firm’s Design Professional of Record (DPOR). The PMP, DCP, the precedent as-built drawings from previous Phases (for reference use), and the DB Agreement will be issued to short-listed Respondents as part of the RFP phase. There will be only one (1) DB Agreement, which will include all sites as described above.

Generally, the DB firm’s scope of services and work will include the planning, development, design, engineering, procurement, demolition, and construction of the site work, facilities, parking, roadways, and related improvements for the Project, including but not limited to all surveying, geo-technical, architectural, engineering, construction, utility locating, permitting and other services necessary for the successful development, execution and completion of the Project. The scope of services and work generally described herein will be defined in greater detail in the DB Agreement, which will be attached to the RFP.

1. Design Services: The deliverables to be produced by the DB firm in the performance of its

Design Services shall include at a minimum:

a. Quality Control Plans (separate for Design and Construction phases) b. Cost Control Plan c. Complete Critical Path Method (CPM) project schedule for design and construction

demonstrating the DB plan to meet deliverables (CDRLs) and substantial completion milestones provided by SAWS

d. Materials and Equipment Management Plan e. Health and Safety plan f. Emergency Response Plan g. Project Site Logistical Plan g. Renovation and Demolition Logistical Plan h. Permitting Plan i. Risk Management and Mitigation Plan j. Strategy Summary Report: A narrative statement of the DB firm’s strategy and approach

to accomplish the design and construction of the Project for each Operations Center site and its related facilities within the Project Cost Limitation and within the Project Schedule. The DB firm should specifically describe the major materials to be used, perceived risks to cost and schedule, and other major features of the DB firm’s strategy.

k. Presentation Meeting Deliverables l. Review of Owner provided DCP and review of all documents and drawings as precedent

from previous Phases (for reference use), Project Schedule and Control Estimates and proposed substitutions, Value engineering or other innovative solutions to reduce cost and/or schedule.

m. Construction Document Phase Deliverables accompanied by updated Project Schedule and Control Estimates

2. Design Phase: It is anticipated that the design services will be performed by a single core

group, the DPOR, which may include its team of sub-consultants. While there are separate and distinct sites, it is expected that there is a common single cohesive design approach with common core elements. Design deliverables for each site shall be produced and coordinated simultaneously by the DPOR and its team of sub-consultants, and shall include all architectural, landscape, fire and life safety, and all civil, structural, MEP, environmental, geotechnical, and audio visual engineering. If the Respondent proposes a differing approach, it must be indicated in the Project Approach narrative with the Statement of Qualifications.

3. Construction Services: The DB firm shall, in accordance with the DCP, create the Construction

Documents, in accordance with all applicable laws and regulations; supervise, direct, and perform all work using the DB firm's best skill and attention; in accordance with the DB Agreement and the Standard of Care to be provided therein, to manage, complete and deliver the Project within the Project Cost Limitation and within the Project Schedule.

4. Overlap of Design and Construction Phases: It is expected that the design work and

construction work would include overlap and coordination between the DB firm and their DPOR

Page 5: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 3 of 53

as it relates to SAWS Board of Trustees (Board) dates and project schedule. In summary, immediately upon award of a contract to the selected DB firm for this Project, this overlap is anticipated as follows:

- Design: Upon SAWS Board approval of the selected firm, the Design work for entire theProject would start immediately with the Notice to Proceed (NTP), with priority for Designto begin on the following ESOC items: Fuel / Generator/ Power lines

- Construction of the following ESOC items: Fuel / Generator/ Power lines take priority andare expected to begin in 2020

- Construction of all remaining items at ESOC and the New NEOC: Expected to start in2021

- Demolition and Fuel remediation: Upon completion of work at NEOC and ESOC, Projectcompletion would include the demolition and remediation of fuel at ESOC and thedemolition of the existing NESC administration building.

The above is provided as a summary of the Design and Construction Phases, refer to Exhibit F - Design Criteria Packet, for detailed scope information.

If the Respondent proposes a differing approach, it must be indicated in the Project Approach narrative with the Statement of Qualifications.

C. Additional Requirements/Information

1. This Project is not exempt from obtaining City of San Antonio (COSA) and any other requiredAuthority Having Jurisdiction (AHJ) Permits.

2. The furniture for this project will be procured and installed by SAWS’ Purchasing Department,not by the awarded DB firm.

3. For the purpose of submitting responses to this RFQ, the Phase III Project cost is estimated tobe between: $27.5 million - $29.0 million. Once the RFP is issued, SAWS will provide a firmbudget for the Project, as well as the form of the DB Agreement that will provide for theestablishment of a maximum Project Cost Limitation for the Project, representing the maximumamount of funding authorized by SAWS for the Project.

4. For a more complete description of the Project, specific facility and site information, andprogram requirements, refer to the DCP, Exhibit F.

D. Abbreviations

A/E Architectural/Engineering AHJ Authority Having Jurisdiction BIM Building Information Modeling CA Construction Administration CAD Computer-aided Design CMAR Construction Manager at Risk contract CPMS Contract and Project Management System CPM Critical Path Method CPR Certified Payroll Report DB Design-Build DB Firm the Respondent to this RFQ acting as the Prime Design-Build Firm DCP Design Criteria Package DPOR DB firm’s Design Professional of Record, meaning the proposed Design team,

including the Architectural team and any design team sub-consultants and engineers.

LEED Leadership in Energy and Environmental Design LLC Limited Liability Company LLP Limited Liability Partnership PMP Project Management Plan

Page 6: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 4 of 53

POV Personal Owned Vehicle (parking lot) RFQ Request for Qualifications RFP Request for Proposals QA Quality Assurance QC Quality Control SAWS San Antonio Water System SC Selection Committee SOQ Statements of Qualifications SPUR Subcontractor Payment and Utilization Reporting System SMWVB Small, Minority, Woman, and Veteran-Owned Businesses TEC Technical Evaluation Committee USGBC U.S. Green Building Council

E. Project Requirements

1. Design-Build Experience

To submit a SOQ for the Project, the Respondent will be required to provide their previous DB experience. If a firm has no DB experience, but has CMAR experience, firm may, at SAWS discretion, be considered. The DB firm must present experience in narrative form accompanied by references with current contact information as outlined in Section II. C.1., Evaluation Criteria of this RFQ. The DB firm, and the proposed Lead Project manager, as part of the DB firm’s team, must have previous DB experience (or CMAR delivery experience which may be considered as noted above). The previous experience of the firms or key personnel, included in the SOQ, does not have to have been specifically with the various firms represented as the Respondent’s proposed team for this Project, but any such previous experience working on projects together, should be clearly noted in the response. The Respondent’s proposed DPOR is preferred to have had experience as the architectural and engineering (A/E) on a DB Project.

2. LEED Certification

SAWS is seeking LEED equivalent certification (Silver) for the administration building at the new NEOC site. All other buildings, including any other renovated buildings will not have the LEED requirement, although they will be expected to be energy efficient and environmentally responsible.

3. Insurance and Bonding

a. Each Respondent by submitting their SOQ, represents that a review of SAWS’ insurance

requirements provided in Exhibit A to this RFQ, has been completed with Respondent's insurance brokers, and that Respondent’s policies are currently in compliance with these requirements and that any variances from these requirements will be resolved to achieve compliance if Respondent is selected for award and negotiation of the DB Agreement.

b. Each Respondent, short-listed to interview and to submit proposals in response to the RFP, shall complete and electronically submit, within two (2) business days of receiving SAWS’ notification of interview, the SAWS form Exhibit G, Statement of Compliance with Owner Insurance Requirements. A Respondent who fails to: (i) provide all policy information requested by Exhibit G; or (ii) describe any absence of coverage required by SAWS’ insurance requirements, may at SAWS’ sole discretion, be disqualified from further consideration. Respondent shall check each applicable box and populate each applicable blank in Exhibit G. By submitting its information on Exhibit G, Respondent represents the information therein is complete, and that its insurance policies comply with Exhibit A, without deficiency, except as otherwise explained in accordance with the instructions in Exhibit G.

c. Prior to the execution of the DB Agreement, the DB firm at its own expense, shall purchase,

maintain and keep in force such lines of insurance coverage, as outlined in Exhibit A, that will protect the DB firm, SAWS and its agents and employees from claims which may arise

Page 7: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 5 of 53

out of or result from the DB firm’s services and operations under the DB Agreement. Respondents are to take note that each short-listed firm/team invited to submit a proposal in response to the RFP must be prepared to represent, and shall by submission of its proposal represent, that it has carefully reviewed its insurance program and determined that its insurance policies comply with SAWS’ insurance requirements. Respondents to this RFQ are encouraged to undertake, and will be asked during any future interview whether they have undertaken, such review and examination of their insurance programs to resolve any deficiencies well in advance of receipt of the RFP. If selected for negotiation of the DB Agreement, the selected DB firm shall be prepared to submit for independent review within 24 hours after receipt of SAWS’ written request, true and complete copies of such DB firm’s policies of insurance in electronic form. The DB firm shall, as a matter of preparedness, ensure with their carrier or broker that the policies are readily available prior to the expected SAWS’ selection dates. The policies of insurance shall be submitted, and review thereof shall be restricted, to SAWS’ outside legal counsel, who will conduct the review solely for the purposes of providing SAWS’ legal advice as to whether such policies meet SAWS’ insurance requirements for this Project.

d. The DB firm will be required to submit performance and payment bonds as outlined in

Section 2269.311 of the Texas Government Code. SAWS may require short-listed Respondents to present with their proposals, in response to the RFP, evidence of their ability to deliver the bonds not later than the 10th day after the date the DB Agreement is executed, unless the DB firm furnishes a bid bond or other financial security acceptable to SAWS to ensure that the DB firm will be able to furnish the required performance and payment bonds when a guaranteed maximum price (GMP) is established for the Project. The amounts of the payment and performance bonds will not be required and shall not provide coverage for the design portion of the DB Agreement. All bonds required by the DB Agreement shall be obtained from solvent surety companies that are duly licensed and authorized by law to do business in the State of Texas. Surety or sureties must be listed in the Department of Treasury’s Circular 570 and also have an A.M. Best Rating of A- or better and comply with the requirements of the Article 7-19-1, Texas Insurance Code (1997).

4. Small, Minority, and Woman-owned Business Good Faith Outreach There is not an aspirational Small, Minority, and Woman-owned Business (SMWB) goal on this RFQ, because SMWB points will be earned through the Respondent’s answers to narrative questions found in the Evaluation Criteria on Page 18. However the RFP for short-listed firms will have a 30% aspirational SMWB goal for the overall project (design and construction). To comply with SAWS SMWVB Program, the DB firm will be required to perform the following tasks: a. Track and document the participation of all SMWVB and Non-SMWVB subcontractors

utilized for the Project. b. Report actual payments made to all subcontractors, utilizing the Subcontractor Payment

and Utilization Reporting (SPUR) System, in the time intervals and format prescribed by SAWS.

c. Adhering to all requirements incorporated into the final DB Agreement related to methods

of promoting SMWVB participation in both the design and construction phases of this project, and efforts to achieve the aspirational 30% SMWB participation goal.

5. Licensure and Certification

a. The Respondent must include a team of A/E members who are currently licensed to

practice their professions in the State of Texas including key personnel to this RFQ who are U.S. Green Building Council (USGBC) LEED certified. It is essential that the

Page 8: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 6 of 53

Respondents or members of their team possess LEED certified professionals that are knowledgeable in developing and administering all pertinent requirements and stipulations in order to ensure that all qualified buildings be Silver Level Equivalent. Each Respondent shall submit with its response to this RFQ its certification to SAWS that each architect and engineer that is a member of the DB firm/team was selected based on demonstrated competence and qualifications, in the manner provided by Section 2254.004 of the Texas Government Code.

6. Prevailing Wage Rates

a. Prevailing wage rates will be required for the Project. Wage rate decisions will be providedby SAWS to those firms short-listed to submit for the RFP. The DB firm will be responsiblefor all public projects reporting requirements as required by Texas Government CodeChapter 2258 and all other state and local administrative codes.

b. The DB firm will be required to utilize the SAWS’ LCP Tracker reporting system, a web-based system to track certified payroll for prime and subcontractors. Each contractor andevery lower-tier subcontractor will be required to submit certified payrolls and laborcompliance documentation electronically utilizing the LCP Tracker web-based applicationas of the first Certified Payroll Report (CPR) and with every CPR thereafter. Eachcontractor and subcontractor will be provided with a logon identification and password toaccess SAWS’ LCP Tracker reporting system.

c. Training on the use of this system will be coordinated by SAWS through the use of the LCPTracker telephone support and online webinars. Electronic submittals will require dataentry of weekly payroll information (i.e. employee identification, labor classification, totalhours worked and hours worked on the Project, wage and benefit rates paid, etc.) Thiselectronic submission requirement also applies to every lower-tier subcontractor requiredto provide labor compliance documentation. Additional information on the LCP TrackerSoftware can be found at www.lcptracker.com.

7. Project Management Software

a. SAWS uses Contract and Project Management System (CPMS) which shall be describedto the short-listed firms at the time of the RFP.

b. The DB firm shall use technology specified by SAWS for this Project, which shall include adocument control system for managing project documents and records.

8. The DPOR will be required to develop and provide all design deliverables utilizing a BIM modelenvironment, as well as to convert such BIM models into AutoCAD (*.dwg) format that issuitable for use by SAWS, and to provide an AutoCAD format of the set with each deliverable..

9. Firms that are currently partners or sub-consultants to the PM for this project, APSIConstruction Management, regardless of whether the firms’ portion of the work under thatContract has been completed, are prohibited from submitting a response to this RFQ, as wasindicated in SAWS Solicitation No. Q-12-003-MR, Request for Qualifications: ProgramManagement Services.

F. Estimated Timeline

July 19, 2019 ........................................................................................................... RFQ Released

July 26, 2019 @ 10:00 a.m. ....................................... Non-Mandatory Pre-Submittal Conference

July 31, 2019 by 2:00 p.m. ....................................................... Receipt of Written Questions Due

August 2, 2019 4:00 p.m. ....................................................................... Q & A Posted to Website

August 26, 2019 by 3:00 p.m. ....................................................................................... SOQs Due

Page 9: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 7 of 53

September 11, 2019 ....................................... Submittals Evaluated and Respondent Notification

September 25, 2019 .................................................................. RFP Issued to Short-Listed Firms

October 2019 ....................................... Mandatory Meeting and Site Visits for Short-Listed Firms

October 25, 2019 by 3:00 p.m. ...................................................................................... RFPs Due

November 2019 ............................................................................................................... Interviews

December 2019 ............................................................................................ Contract Negotiations

January-March 2020 ........................................................ SAWS Board Consideration and Award

January-March 2020 ....................................................................... Non-Selection Notices Mailed

January-March 2020 ...................................................................................................... Start Work

The dates listed above are subject to change without notice.

II. Selection Process

A. Selection

1. SAWS will select a DB firm for the Project using a two-step process.

2. This RFQ, in which the SOQs are being requested, serves as the first step or qualificationphase.

3. A Technical Evaluation Committee (TEC) will review, evaluate, and rank each of the SOQsreceived utilizing a numerical scoring system based on the responses to the evaluation criteriaoutlined in this RFQ.

4. Those Respondents deemed to be the most qualified will be short-listed, which may include nomore than five (5) Respondents, according to Section 2269.307 of the Texas GovernmentCode.

5. During the second step, the short-listed Respondents will be invited to submit proposals inresponse to the forthcoming Request for Proposals (RFP). Only those Respondents that havebeen short-listed under this RFQ process will be permitted to submit a proposal in response tothe RFP.

6. Upon receiving the RFPs from the qualified Respondents, the Selection Committee (SC) willevaluate the proposals and notify short-listed firms invited to proceed into the RFP process.The Selection Committee (SC) may choose to conduct interviews with the short-listed firms,and site visits will be provided and scheduled with the short-listed firms.

7. The SC will evaluate and rank the proposals to select the DB firm that submits the proposaloffering the best value for SAWS on the basis of the published selection criteria and on itsranking evaluations which will be outlined in the RFP. SAWS will first attempt to negotiate acontract with the selected firm. If SAWS is unable to negotiate a satisfactory contract with theselected firm, SAWS will formally and in writing end all negotiations with that firm and proceedto negotiate with the next firm in order of selection ranking until a contract is reached ornegotiations with all firms ranked firms end. The selected firm with which a contract is negotiatewill be presented for final selection and recommendation for Board award.

B. Interviews

In the event interviews are deemed necessary, Respondents will be asked to provide a briefpresentation to the Selection Committee summarizing their qualifications and project approach perthe evaluation criteria items provided to the short-listed firms, as well as answer any questionsposed by the Selection Committee.

Page 10: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 8 of 53

C. Evaluation Criteria Summary

Respondents not providing a response to each of the criteria listed in this solicitation may at SAWS’discretion be considered non-responsive and ineligible for consideration.

Statements of Qualifications (100 points)

Provide the following required information in the format outlined below:

Project Team ........................................................................................................... 25 points

Project Approach .................................................................................................... 25 points

DPOR’s Comparable Project Experience ............................................................. 15 points

Construction Team; Comparable Project Experience ........................................ 15 points

Quality Assurance /Quality Control Established Processes ............................... 5 points

SMWVB .................................................................................................................... 15 points

Note: Reference Section IV. Submitting a Response, C. Response Format, 4. for required information to include when preparing the narrative for this section.

III. Communication

A. Restrictions

1. Respondents or their representatives are prohibited from communicating with any City of SanAntonio officials to include: City Council members (as defined by the City of San Antonio Ethics Code), City Council member’s staff, and SAWS Board of Trustees regarding the RFQ from the time the solicitation is released until

it has been acted upon by the Board of Trustees.

2. Respondents or their representatives are prohibited from communicating with SAWSemployees regarding this RFQ, except as provided under “Technical Questions,” from the timethe solicitation is released until the contract is awarded.

3. This includes “thank you” letters, phone calls, emails, and any contact that results in direct orindirect discussion of the RFQ and/or SOQs submitted by Respondents.

4. Violation of this provision by the Respondent and/or their agent may, at SAWS discretion, leadto disqualification of the Respondent’s SOQ from consideration.

B. Pre-Submittal Conference

1. Respondents may ask verbal questions regarding this solicitation at the non-mandatory Pre-Submittal Conference on:

July 26, 2019 at 10:00 a.m. Central Time San Antonio Water System Customer Center Building

Conference Room CR-C154 2800 U.S. Hwy 281 North, Counter Services

San Antonio, TX 78212

Page 11: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 9 of 53

2. Respondent may contact Jonathan Miranda, Contract Administrator via email at [email protected] if directions to the location are needed.

3. Attendance is encouraged in order for the proposed Respondent to gain a better understanding

of the project and ask relevant questions.

4. Any oral responses provided by SAWS staff at the Pre-Submittal Conference shall be preliminary. Any oral response given at the Pre-Submittal Conference shall not be official or binding on SAWS. Only written responses shall be official and all other forms of communication with any officer, employee or agent of SAWS shall not be binding on SAWS.

C. Technical Questions

1. Respondents may submit technical questions concerning the services in this RFQ in writing.

Electronic inquiries by e-mail will be accepted. The contact person for this solicitation is:

Jonathan Miranda Contract Administration

San Antonio Water System Customer Center Building

2800 U.S. Hwy 281 North, Counter Services San Antonio, TX 78212

Email: [email protected]

2. Questions regarding this RFQ received after the deadline will not be answered in order to allow ample time for the distribution of answers and/or addenda to this RFQ.

3. Answers to the questions will be posted on the SAWS website.

D. SMWVB Questions

Respondents and/or their agents may contact Marisol V. Robles, SMWVB Program Manager at 210-233-3420 for assistance or clarification with issues specifically related to the Small, Minority, Woman, and Veteran-Owned Business (SMWVB) Program policy the Subcontractor Payment and Utilization Reporting (SPUR) System reporting requirements, and/or completion of the SMWVB section of this RFQ up until the submittal deadline including lists of SMWVB-certified firms whom respondents may reach out to for Good Faith Effort purposes.

E. Submittal or Status Questions

1. To check the status of this solicitation after the due date, visit our website located at

www.saws.org, select Business Center, Contract Solicitations, then select Archive, scroll down to locate the RFQ and select More. The status is located under the due date.

2. For questions regarding this solicitation or if the website does not provide sufficient information,

please call Jonathan Miranda, Contract Administrator at 210-233-3460 for assistance. IV. Submitting a Response

A. Deadline

Respondents are strongly encouraged to submit their SOQs at least two (2) hours prior to the Response deadline and time to avoid last minute issues. If you believe there is an issue, please contact Jonathan Miranda, Contract Administrator at 210-233-3460 for assistance before the due date deadline.

Page 12: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 10 of 53

B. Submission – ***Hard Copy Submittals Accepted Only***

1. Submit the SOQ in hard copy format (see #2 below) accompanied by electronic format on aUSB flash drive. The USB flash drive should contain the entire SOQ as submitted, to includethe appropriate required signatures, and be encased in a paper USB envelope, clearly markedwith the solicitation information.

2. Responses must be securely bound by any means except by 3-ring binders and paper/binderclips. One (1) hard copy should be clearly marked as “ORIGINAL” on the cover and thesignature sheet. Eight (8) hard copies must be submitted as well. The USB flash drive, originaland all copies should be submitted in a sealed package, with the project information anddeadline date and time clearly identified on the outside of the package.

3. SOQs should be delivered to the following address:

San Antonio Water System Attn: Contract Administration

Customer Center Building 2800 U.S. Hwy 281 North, Suite 171

San Antonio, Texas 78212

4. Responses are limited to a maximum of eighty-five (85) pages per SOQ and shall be tabbedto match the Table of Contents and tabs shall align with sections as indicated in C. ResponseFormat detailed below.

5. Required forms do not count toward the page limit. Required forms are the Submittal ResponseChecklist, Respondent Questionnaire, W-9 form, Insurance requirements, and the Conflict ofInterest Questionnaire. The cover page, table of contents and tabs do not count towards thepage limit. Number each page starting with the cover letter, including text charts and graphicimages. Refer to Exhibit E for form page limit details.

6. Brochures, visual or other presentations, art work and marketing information beyond thosesufficient to present a complete and effective SOQ are neither necessary nor desired.

7. Responses should be clear, concise, and complete. They should be submitted using an 8 ½”by 11” portrait format (up to 11” by 17” will be permitted for illustrations or spreadsheets only,where warranted).

8. By submission of a response, Respondent acknowledges that they have read and thoroughlyunderstand the Scope of Services, agree to all terms and conditions stated herein, andacknowledge that it can perform all tasks as required.

9. Once, issued, this RFQ is subject to revision via written Addenda any time before the submittaldeadline. Any such Addenda will be available through the SAWS website. Respondent is solelyresponsible for obtaining all Addenda prior to submitting its SOQ. Respondents should checkthe SAWS website frequently, including the day of the SOQ Submittal Deadline. SAWSassumes no responsibility or liability whatsoever for the distribution of Addenda toRespondents.

C. Response Format

The response shall be organized as follows, and each section shall be titled accordingly:

1. Tab 1: Submittal Response Checklist

Complete and include the Submittal Response Checklist within the SOQ. Verify that thechecklist is signed and that all documents on the checklist have been included with the SOQ.

Page 13: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 11 of 53

2. Tab 2: Respondent Questionnaire

The Respondent Questionnaire captures general information regarding the firm submitting aSOQ to this solicitation. It also includes acknowledgements for the attached exhibits andaddendums. The document is required and must be completed and included in the SOQ.

3. Tab 3: W-9 Form

Submit a completed and signed W-9 Form with your SOQ. Respondents may go tohttp://www.irs.gov/formspubs/index.html?portlet=3 to download this form, if needed. Pleasealso include an email address or fax number.

4. Tab 4: Evaluation criteria – with sub-tabs A thru F which align with the evaluation criteria asfollows:

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

A. Project Team Project Team : 25 total points

1) (4 points): Summary and Organizational Chart of Proposed Project Team:

Team Introduction/Organizational Charts: Describe the DB firm and the DPOR andtheir team of sub-consultants, the history and experience of each, and indicate why youchose to collaborate and the strengths of your collaboration. This section shall alsoinclude the following:

Staffing Commitments: Identify the percentage of time that each of the key personnelwill be committing to the Project, as well as list all other Projects they will be assignedto for the duration of this project, should Respondent be awarded this contract theProject Manager of the DB firm, must be the same throughout all of the design andconstruction.

Succession Plan: Develop and submit a Key Personnel Succession Plan to identifythe process for replacement of key personnel.

Previous Project Collaboration: Describe the history of the past working relationshipsamong team members including working relationships on similar projects and their titlesand roles and related experience on previously collaborated projects.

Identify additional skills, experience, and qualifications that distinguish Respondent’sfirm/team related to the specific scope of services outlined in this RFQ.

Refer to Exhibit D, Staffing Plan, in three (3) distinct parts according to Exhibit D, which shall include an organizational chart and staffing table for the following: • Respondent DB firm’s General Management• DPOR and their team of sub-consultants• Respondent DB firm’s Construction Team.

The Respondent may choose to include additional staff than what is listed on the Staffing Plan.

Note: Because of the previous Phases, precedent building design templates are established and will be the basis for the Phase III building design. Also, the Civil work will be a significant component of the Project, therefore the Civil engineer should be included in the Org Chart and their experience detailed in this section.

2) Key Personnel Resumes: Provide resumes of each key staff in order to describetheir professional qualifications (to include licenses, certifications, and associations)and relevant experience to the scope of services specified in this RFQ.Resumes shall be for the following Key personnel *Proposed for this Project* and thissection shall be scored as follows:

40 pages (page count does

include resumes)

Page 14: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 12 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

(5 points): DB firm Management (5 points): Civil Design and Geotech professionals (4 points): Architectural team: Production Architect, Design Architect, Additional design

or production staff, CA architect, Interior and Landscape (4 points): Engineering team: Structural/ MEP/ AV/Fuel consultant (3 points): DB firm construction management: Site superintendent, QA during

construction/ materials manager/ Scheduler/

Resumes shall be limited to one (1) page per person, Resumes shall include the following:

• Current title and proposed role on this Project• Tenure with the firm• Education• Total years of experience in industryTotal years of experience in proposed role on this Project

• Brief overview of professional experience, including a list completed Projects, andtheir role on these previous projects.

Respondent should ensure that any licensures and certifications required by this RFQ are clearly identified on the resume.

B. ProjectApproach

Project Approach : 25 total points

A. Summary of Project Approach (6 points)

Note: Since the design of Phase I and Phase II is complete, the precedent drawings from these previous Phases , building design templates and concepts will be the basis for the Phase III building design, and as such, the Civil work will be a significant component of the Project, therefore the Civil engineer’s role should be well defined and emphasized in the Design approach and the Construction approach section

1) Understanding Scope of Work and DCP: Provide a brief summary of theRespondent’s firm/team’s understanding of the SAWS operations/use for thisProject, and scope of services and goals of the Project. Identify anyrecommendations to the scope of services which may improve or enhance cost orschedule efficiencies for the Project. Describe how the Respondent’s firm/teamwill ensure compliance with the DCP and SAWS’ previously established buildingtemplate and Design palettes

from Phases I and II? How will DPOR incorporate these established templates intothis Project, both technically as well as philosophically? Specifically list team tasksand team approach considering the unique position of having previouslyestablished templates.

2) Design Approach: Provide the Respondent’s DPOR’s approach to the successfulcompletion of Design activities and discuss the potential benefits from theseactivities to the overall Project. Identify the methods of collaboration andcommunication between the DPOR and their team of sub-consultants, and betweenthe DPOR and the DB firm. Describe the role the DB firm personnel has duringthis Phase of the Project. Specifically describe how the DB firm and DPOR willcoordinate to address civil site items throughout the design phase and come to asolution to any site challenges.

3) Construction Approach: Provide Respondent’s approach to the successfulcompletion of the construction of this Project. How will the Respondent coordinatework and ensure quality control and safety oversight at the separate sites? Identifyany specialized skills needed or special considerations necessary that theRespondent’s firm/team will provide. Describe your team’s understanding andapproach to address the renovation and demolition portions at each separateproject site and how those will be sequenced and managed. Describe your team’s

15 pages (limit

Safety Plan to 3 pages)

Page 15: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 13 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

understanding and approach to address the various requirements for permitting construction and any other requirements for construction, based on site work, location or scope, from the various AHJs – specify how this is managed, tracked and communicated throughout the team and to the Owner.

B. General Coordination (3 points)

1) Coordination/Communication: Describe how Respondent’s proposed Project manager will coordinate tasks with the DPOR and their consultants, the DB firm’s construction team and sub-contractors, and SAWS and SAWS’ Program Manager. Describe DB firm team’s process for addressing and communicating unexpected issues that arise throughout the duration of the Project, and how these issues are communicated amongst the DB firm, DPOR and their consultants, the DB firm’s construction team and sub-contractors, and SAWS and SAWS’ Program Manager.

2) CPMS Document Control and Status Reporting: Provide approach to and references of working with CPMS software programs for design and construction phase activities. How has CPMS helped improve communications and document control in your projects? Attach any screen shots or examples of the system your firm uses, (Note: The inclusion of CPMS examples will not be counted against the maximum page count.) Project Commissioning, Turnover, and Final Close-out: Describe Respondent’s firm/team’s approach to turnover of the facility to SAWS, and in training SAWS facilities staff, supporting SAWS’ commissioning agent during the commissioning phase, and establishing a Warranty Reporting Process. Include DB firm’s role and approach in transitioning SAWS staff into the new buildings after Substantial Completion, and then proceeding with Final Completion. Describe the logistics of how the DB firm’s PM will manage continuing the demolition and renovation project at the ESOC and existing NESC sites, while promptly responding to punch list and/or warranty issues at the occupied new Northeast Operations Center site. (Commissioning agent is a sub-consultant to the SAWS’ PM, APSI Construction Management.)

C. Guaranteed Maximum Price (GMP) Approach and Adherence (6 points)

1) Provide a summary of Respondent’s firm/team’s approach in general terms to develop a GMP for a Design-Build project of this nature. Do not include any fees or prices as part of this summary.

2) Provide examples and references of Respondent’s firm/team’s previous experience with similar projects that used DB (or alternate delivery) with GMP method, and include lessons learned.

3) Indicate any time when, after providing a GMP, industry prices suddenly increased (not due to Owner scope changes) and how DB firm mitigated that situation. (SAWS does not expect confidential names, costs, or projects to be provided) indicate whether the Project moved on successfully and how this was accomplished by DB firm’s team.

4) For previous projects completed, provide both the Owner’s initial Budget, and the Completed Project Cost and explain, any variance between the two. What percentage of the variance was due to Owner adds or scope change? These previous projects (and costs provided) should match the costs indicated on the Project Sheets provided for the Comparable Experience sections below,

D. Schedule approach , Recovery Schedule and Project Status Reports (6 points)

1) Schedule Approach and Innovation: Describe the Respondent’s firm/team’s

approach to assure timely completion of the Project, including how Respondent’s firm/team will develop and update a CPM-method schedule tied to contract milestone completion dates only , and process for monthly status updating, revision

Page 16: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 14 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

and reporting, including methods for schedule recovery if applicable. Describe any potential alternative or innovative approaches to the schedule that would result in a more successful and timely completion of the Project.

2) Risk Identification, Assessment, Analysis and Mitigation Plan: Provide anexample of a Risk Management plan from a previous Project and include themanagement of risk through design and construction and between the design andconstruction team. Designate who the proposed risk manager is for design and forconstruction. Provide a summary of Respondent’s firm/team’s approach to the RiskManagement process to include identification, assessment, analysis and mitigation.

3) Permitting Tracking and Methodology: Identify DB firm/team’s approach tofacilitating the permitting process, including local, state, and federal agencies.Describe the method(s) used for tracking and reporting on the permitting process.Describe Respondent’s firm/team’s process for ensuring Authorities HavingJurisdiction (AHJs) approval of facilities for substantial completion.

4) Recovery Schedule: Provide two (2) examples of previous instances where arecovery schedule was needed in pre-construction/design and an explanation ofthe implementation of the recovery process and provide three (3) examples ofprevious instances where a recovery schedule was needed during construction andan explanation of the implementation of the recovery process.

5) Monthly Status Report: Provide an example monthly project status report. Theexample monthly report shall also include an example of a schedule statussummary.(Note: The inclusion of report examples will not be counted against maximumpage count)

6) Two-Week Look Ahead: Provide an example of a two-week look ahead. Theexample shall include upcoming material deliveries and labor disciplines on site,completion percentage, pending “ball-in court” items and identification of anyitems that could potentially delay schedule. (Note: The inclusion of reportexamples will not be counted against the maximum page count.)

E. Safety Program and Records (4 points)

1) Provide a summary of Respondent’s firm/team’s safety record specifically for theprojects that are represented on the Project Sheets provided for the “ProjectExperience” sections of the SOQ.

2) Respondent shall submit an example of a Safety Procedures Plan from a previousDB project(or alternate delivery), which should include:

3) Emergency Procedures4) Safety Permits and Procedures for permitting5) General Safety Requirements6) Safety Program7) Safety Procedures8) Job Site Inspections9) Fall Protection Policy10) Lockout Tag Out Procedure11) Confined Space Entry12) Written Hazard Communication Program13) Violation and Safety Assessment Procedure14) Competent Person Verification Form15) Site Inspection Report16) Safety Check17) Safety record on at least three (3) previous projects of similar size and scope –

include OSHA TRIR for last three (3) years and experience modifier for the lastthree (3) years

18) Violation history and results19) Safety and Health Plan

Page 17: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 15 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

(Note: The inclusion of SAFETY plan/report examples will not be counted towards the maximum page count)

C. DPOR ‘sComparableProjectExperience

(includingProjectSheets)

DPOR’s Comparable Project Experience: 15 total points

1) Past Project Experience of DPOR and Proposed Civil Engineering Firm:Provide Project Sheets that list and describe (for the DPOR and the Proposed CivilEngineering Form) three (3) relevant projects of similar size and scope performed bythese respective firms, within the past ten (10) years which includes a detailed list ofthe items below. The three (3) projects (for each firm) should be projects that werecompleted by the proposed DPOR personnel (as listed in the Key Personnel sectionabove) and by the proposed Civil Engineering team/Lead Civil Engineer. These three(3) projects may be, but do not have to be, projects that any of the proposed teammembers worked on together. Provide references for each project.

Please do not include Projects if no one on DB firm’s proposed team worked on those projects.

Project Sheets: The Project Sheets in the SOQ shall include projects of which the proposed DPOR, and proposed Civil Engineering Team, performed similar scope of services (clearly identify whether it was new construction, renovation and/or demolition and which proposed key personnel were involved in the project and in what capacity (title/role) ) as requested in this RFQ, include projects that were performed for public municipalities or similar industrial or light commercial operations, or similar building typology (metal buildings that required coordinating design needs with multiple Owner

stakeholders (supply warehouses, prefab metal buildings, offices and training spaces, fuel islands, multiple department and vehicle types, mixed POV, company fleet vehicles and equipment sharing the site).

Project Sheets should include examples from both the DPOR and the Civil Engineering firm, and may include Projects that both have worked on together. Project sheets shall include the following: Name and location of Project, duration and year built; Name of owner, or owner’s representative, and all pertinent contact information

including current work and cell phone numbers and email addresses to be contactedfor reference purposes.

Description of scope and size of facility, with photo(s); Owner’s initial budget and completed construction cost (if a Design Build contract ,

indicate if these costs include design fees) Name of key personnel on DB firm’s proposed DPOR team or on the Civil

Engineering team, who led this project, their title, their specific tasks on the project Contract value, include the separate values for design and construction; and Budgeted construction cost and final construction cost (reasons for variance if any). List any challenges that arose during the Project and how DB firm/ key personnel

mitigated and solved these challenges for the Owner.

Note: All representations of project experience must be validated by the firm/team’s reference, preferably the owner, provided for each project.

2) DPOR Experience: Describe the DPOR’s experience relevant to the scope of servicesrequested by this RFQ.

3) DB Coordination Experience: Describe the DPOR’s previous project experienceworking on DB projects, preferably, the Projects listed on the list of Project Sheets. Ifthe DPOR does not have prior DB experience, CMAR experience may be used in thissection, and considered at SAWS discretion. Describe that experience and how theDPOR approach varies on a DB project from a traditional design-bid-build (DBB)procurement. Include total number of previous DB projects performed by the DPOR, andcurrent percentages of the DPOR’s DB vs. DBB contract work experience annually over

10 pages (1 page

per project)

Page 18: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 16 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

the past ten (10) years. Highlight any projects the members of the DPOR team has worked on previously together.

4) Past Performance Goals/Quality: Demonstrate a record of performance, includingcompletion schedule and quality of work product. Indicate specific examples ofsuccessful past performance and quality of work.

5) This can be highlighted on the Project Sheets or listed as a separate page.

D. ConstructionTeam;ComparableProjectExperience(IncludingProjectSheets)

Construction Team; Comparable Project Experience: 15 points total

1) Past Project Experience of Design-Build Firm: Provide Project Sheets that list anddescribe three (3) relevant projects of similar size and scope performed by the DB firmwithin the past ten (10) years which includes a detailed list of the items below.

The Project Sheets in the SOQ shall include projects of which the Respondentperformed similar scope of services (clearly identify whether it was new construction,renovation, and/or demolition) as requested in this RFQ, include projects that wereperformed for public municipalities or similar industrial or light commercial operations,or similar building typology (metal buildings) that required coordinating constructionlogistics with onsite users (supply warehouses, prefab metal buildings, offices andtraining spaces, fuel islands, multiple department and vehicle types, mixed POV,company fleet vehicles and equipment sharing the site. Also address significantcivil/excavation work and site development similar to this project. The Project Sheetsshall include the following:

Name and location of project, duration and year built; Name of Owner, or Owner’s Representative, and all contact information current work

and cell phone numbers and email addresses to be contacted for referencepurposes.;

Description of scope and size of facility; Owner’s initial budget and completed construction cost (if a Design Build contract ,

indicate if these costs include design fees) Name of key personnel who led this project ,and CLEARLY INDICATE their title, their

specific tasks on the Project, and if they are proposed to participate in this new work; Contract value– include the separate values for Design and Construction; and Budgeted construction cost and final construction cost (reasons for variance if any).

Note: All representations of project experience must be validated by the firm/team’s reference, preferably the owner, provided for each project.

2) Construction Team Experience: The Respondent shall describe their experiencerelevant to the scope of services requested by this RFQ.

3) Design-Build Coordination Experience: Describe the Respondent’s previous projectexperience working with a DPOR on Design-Build projects, preferably, the Projectslisted on the Project Sheets submitted with this SOQ. If the Respondent does not have

prior Design-Build experience, CMAR experience may be used in this section, andconsidered at SAWS discretion. Describe that experience and how the Respondent’sexperience on DB projects may have altered the Respondent’s typical processes froma traditional design-bid-build (DBB) procurement. Include total number of previousDesign-Build projects performed by the Respondent, and current percentages of theRespondent’s Design-Build vs. DBB contract work experience annually over the pastten (10) years. Highlight any projects the Respondent, the DPOR and members of theDPOR team has worked on previously together.

4) Program Manager Coordination Experience: Describe the Respondent’s previousproject experience working with an Owner’s Program Manager.

10 pages (1 page

per project)

Page 19: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 17 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

5) Past Performance Goals/Quality: Demonstrate the Respondent’s record ofperformance, including completion schedule and quality of work product.

6) Subcontract Management: Describe the Respondent’s process for subcontracting –competition, selection, inclusion in project schedule development, administration,retainage, labor rate compliance/certified payrolls/corrective actions, and subcontractcloseout.

E. QualityAssurance/Quality ControlEstablishedProcesses

Quality Assurance /Quality Control Established Processes: 5 points total

Respondent shall describe on the 2 items below - step by step from start of project through completion. This should be defined and detailed in order to distinguish these processes for the Design Phase and Construction Phase :

1) The DB firm’s QA/QC processes specific for oversight and management of theDPOR and the DPOR’s team of consultants as part of a Design-Build Project, and

2) The DPOR’s internal QA/QC process for ensuring drawing and specificationcompleteness, conflict check and resolution across disciplines, compliance withOwners’ scope and standards, and completion of final as-built submittal.

Both entities (the Respondent DB Firm and the DPOR ) shall show their QA/QCprocesses – and coordinate this response with each other - the response shallinclude responses to the following 9 questions:

Q1. How long has the process (or processes) described in the 2 items above been in use and does it vary for different projects or owners? (to be answered separately by the separate entities, both the DB firm, and the DPOR)

Q2. How did this process (or processes) described in the 2 items above initially become developed and implemented by your firm, and how is compliance ensured? (to be answered separately by the separate entities, both the Respondent Design Build Firm, and the DPOR)

Q3: How does your firm differentiate between QC and QA and how is each managed? (to be answered separately by the separate entities, both the DB firm, and the DPOR)

Q4. During Design Phase, describe the DPOR’s existing internal Quality Control Process to ensure quality/completeness of Design deliverables. Which team member will handle QC reviews and explain at what benchmarks throughout the project they are typically conducted? Which team member will have ultimate QC authority for design, construction, and project management? Provide the name, position, and qualifications for each identified team member. How is BIM standards compliance ensured?

Q5. Describe how the DPOR will encourage and ensure efficient coordination of the Quality Control Processes between the construction team (of the DB firm), the Program Manager and SAWS

Q6. Which key team member of the DB firm handles quality control reviews and at what benchmarks throughout the project are they typically conducted? (Indicate if the team member changes when the project moves from Design Phase to Construction Phase)

Q7: How does the DB firm ensure that the quality plan is maintained when passing over from the DPOR to the DB firm’s construction team?

Q8. Describe the DB firm’s, and the DPOR’s existing internal Quality Control Process during construction. Which team member for each entity, will handle Quality Control reviews and when would the reviews typically be conducted?

Q9. Describe how the DB firm (in both Design and Construction phases) will report quality issues and completion of successful corrective actions to the Owner and the Owner’s

5 pages

Page 20: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 18 of 53

Evaluation Criteria

Notes: Responses shall be organized using the numerical system demonstrated below Max pages

Program Manager? Attach examples of reports, tracking or spreadsheets, if needed

Q10: How will quality and on-time delivery of work products be guaranteed?

F. SMWVB Commitment to the aspirational 30% Small, Minority, and Woman-owned Business Goal: 15 points total

Both entities (DB firm and the DPOR ) shall review and coordinate this response with each other - the response shall include responses to the following 5 questions: (Respondent shall include the questions with their answers in the response)

Q1. Describe, in detail, the methods and/or programs your firm/team has utilized or created to promote the utilization of Small, Minority, and Woman-owned Businesses (SMWBs) on prior DB projects. How successful were your firm/team’s efforts? Identify the projects and provide reference contact information for each of these projects. (3 points)

Q2. Describe efforts that your firm/team has made to specifically reach out to local SMWBs for the Design Phase of this Project. (3 points)

Q3. Describe your firm/team’s plan to package the various Construction Phase work elements into economically feasible units to facilitate the most SMWVB participation, and how that information will be conveyed to the SAWS SMWVB Program Manager. (3 points)

Q4. Describe any SMWB assistance programs you are planning for this project for issues such as bonding, insurance, payment terms, mentoring, etc. (3 points)

Q5. Describe your firm/team’s approach in balancing the need to maintain SMWB commitments. How will your firm/team balance and/or supplement SMWB goal shortfalls, and how will that information will be conveyed to the SAWS SMWVB Program Manager? (3 points)

5 pages

5. Tab 5: Financial Resources (Pass/Fail)

The Respondent must clearly indicate the entity being proposed to enter into the DBAgreement. In order to supplement the financial strength of the entity being proposed to enterinto the DB Agreement, the Respondent may, but is not required to, propose a guarantor whoguaranty the DB firm’s obligations under the DB Agreement through a separately executedguaranty agreement in favor of SAWS. Only the financial information of (1) the entity beingproposed to enter into the DB Agreement, and (2) a guarantor, if proposed, will be consideredin the financial evaluation of the SOQ.

SAWS in its sole discretion will reject any Respondent that does not possess the financialstrength and capacity to undertake this Project and the obligations and liabilities thereof.Subject to the complete review and finding of acceptability of the submitted financialinformation, Respondents demonstrating an ability to provide the required performance andpayment bonds and the ability to maintain a minimum aggregate net worth sufficient toundertake this Project, as measured by either the Respondent or a propose Guarantor, shallbe deemed to have the financial strength and capacity to undertake the Project.

Financial Information to be Submitted:

The Respondent shall submit the financial information set forth below for the entity beingproposed to enter into the DB Agreement and any proposed guarantor. If Respondent is not apublic company and believes any of its financial information is exempt from disclosure to thirdparties under the Texas Public Information Act in Chapter 552 of the Texas Government Code,the Respondent must clearly label the specific portions sought to be kept confidential andspecify the exemption that the Respondent is relying upon. However, SAWS does not

Page 21: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 19 of 53

represent or guarantee in any way that Respondent’s financial statements will be protected from disclosure, even if identified by Respondent as confidential or proprietary, in the event of a Public Information Request under Texas Government Code Chapter 552. SAWS will notify the Respondent of any public information requests relating to financial information marked as confidential by the Respondent, and the Respondent shall be responsible for defending its basis for exemption from disclosure in accordance with the Act.

If Respondent is organized as a corporation, partnership, LLP, LLC or joint venture, submitcomplete financial statements, including a Balance Sheet, Income Statement andStatement of Cash Flows, prepared in accordance with generally accepted accountingprinciples, for the current fiscal year-to-date, and the most recent three complete fiscalyears. Footnote disclosures must accompany the submitted year to date financialstatements. If available, financial statements audited or certified by an independentcertified public accountant should be submitted. Otherwise, a notarized statementcertifying the accuracy of the financial information and signed by an officer of the proposingentity must accompany the financial information. If any entity has been in existence lessthan three years, the information shall be provided for the period of existence.

If Respondent intends to organize as a partnership, LLP, LLC, or joint venture, then theabove-referenced financial information of each partner, LLC/LLP member or joint-venturemember must be submitted.

Respondent must provide a letter or letters from a surety company or companiesevidencing the ability of Respondent to obtain separate performance and payment bondsin accordance Section 2269.258 of the Texas Government Code, each in an amount equalto the Project Budget, if the Respondent is awarded the DB Agreement. The suretycompany must be duly licensed and authorized by law to do business in the State of Texas,must be listed in the Department of Treasury’s Circular 570, must have an A.M. Best Ratingof A- or better and comply with the requirements of the Article 7-19-1, Texas InsuranceCode (1997).

SAWS reserves the right to obtain a Dun and Bradstreet financial report, or other creditreport, at its own cost, and all members of the Respondent’s firm/team, responding to thisRFQ agrees to allow SAWS to obtain such report(s) on any all identified team membersand all partners, affiliates and sub-consultants, if any, to facilitate SAWS’ financialevaluation of the Respondent.

6. Respondent may be deemed non-responsive and ineligible for consideration for failure toprovide a response to each of the criteria listed in this RFQ.

V. Other Required Documents to Submit (indicated as Tab #6 – “Exhibits” in the 3-ring bindersubmittal)

A. Exhibit A – Insurance Requirements and Proof of Insurability

1. Respondent shall submit a copy of a Certificate(s) of Insurance giving evidence of the variouslines of Respondent’s commercial insurance coverage currently in force. Respondent shouldreview the SAWS website at the following link:http://www.saws.org/business_center/contractsol/forms.cfm for instructions on how toprepare the certificate of insurance.

2. If awarded a contract under this RFQ, verification and tracking of insurance compliancethroughout the life of the contract will be performed through the services of Ebix BPO (SeeExhibit A).

The final negotiated contract price will determine the final required limits on ProfessionalLiability Insurance Coverage.

Page 22: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 20 of 53

B. Exhibit B - Conflict of Interest Questionnaire

Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires thatpersons, or their agents, who seek to contract for the sale or purchase of property, goods, orservices with SAWS shall file a completed Conflict of Interest Questionnaire (CIQ) with SAWS.

The CIQ will be submitted as part of the response to this RFQ from SAWS. The CIQ is attachedas Exhibit B, or is available from the Texas Ethics Commission at www.ethics.state.tx.us.

Please consult your own legal advisor if you have questions regarding the statute or form. Thisform is required and is considered part of the response to this RFQ.

C. Exhibit C – Security Procedures Acknowledgement

The Security Procedures are attached as Exhibit C. Respondent must acknowledge therequirements of this exhibit on the Respondent Questionnaire Form.

VI. Requests for Feedback

Firms not selected for a contract award may request feedback in the form of their score analysis and/or may request one (1), thirty (30) minute debrief.

1. Scores analysis and/or debriefs will only be provided after the SAWS Board of Trustees hasapproved the contract award.

2. Requests for scores analysis and/or debriefs shall be submitted in writing, to the point ofcontact identified within Section III. Communication, paragraph C. Technical Questions of thesolicitation, within fifteen (15) calendar days from the date on the non-selection letter. Requestsfor debriefs after the fifteen (15) calendar days will not be granted.

3. Respondents may receive only one (1) debrief per calendar year from the date of the lastrequest for a debrief. This limitation does not apply to requests for score analysis.

VII. Other Requirements

A. Other key requirements that should be noted are as follows:

o Unresolved issues with SAWS may affect your competitiveness in the evaluation of yourresponse.

o All contracts will require the provision for a "Right-to-Audit" clause.o SAWS shall retain the right to approve or disapprove any changes/variances of proposed sub-

consultants and their related percentage of work "as proposed" from the original submittal formof the selected Respondents.

B. Internet-Based Project Management System. SAWS administers its services through an Internet-Based Contract and Project Management System (hereafter referred to as “CPMS”). In such case,Consultant shall conduct communication through CPMS and perform all Project-related functionsutilizing CPMS, with the exception of Sub-Consultant payment monitoring activities, which shall bethrough the S.P.U.R. system. This includes any and all correspondence, submittals, requests forinformation, vouchers, compensation requests and processing, amendment, change orders andother administrative activities as may be required in the Contract. SAWS shall administer the CPMSsoftware, shall provide CPMS training to Project Team members and shall make the softwareaccessible via the Internet to all necessary Project Team members. All invoices shall be submittedthrough the CPMS.

C. Disclosure of Interested Parties (Form 1295). The ethics law enacted by H.B. 1295 in 2015 prohibitsa governmental entity from entering into a contract with a business entity unless the business entitysubmits a Disclosure of Interested Parties Form 1295. The Texas Ethics Commission requires

Page 23: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 21 of 53

business entities doing business with a governmental entity or state agency to file Form 1295 if the contract, including an amended, extended, or renewed contract, meets the following conditions:

1. Requires an action or vote by the governing body of the entity or agency before the contractmay be signed; or

2. Has a value of at least $1 million, or3. Is for services that would require a person to register as a lobbyist under Chapter 305 of the

government Code.Gov't Code § 2252.908; 1 T.A.C. §§ 46.1(b), 46.3(a). The disclosure requirement applies to acontract entered into on or after January 1, 2016.

A contract does not require an action or vote by the governing body of a governmental entity or state agency if:

1. The governing body has legal authority to delegate to its staff the authority to execute thecontract;

2. The governing body has delegated to its staff the authority to execute the contract; and3. The governing body does not participate in the selection of the business entity with which the

contract is entered into.1 T.A.C. § 46.1(c).

The business entity must register with the Texas Ethics Commission and enter the required information on the website to complete Form 1295 Upon completion and acknowledgement which will include a certification of filing that will contain a unique certification number, Form 1295 should be printed and a signed copy of that form included as Exhibit C to the Response to this Request for Qualifications.

For further information, please go to the following link: https://ethics.state.tx.us/whatsnew/elf_info_form1295.htm

D. SAWS reserves the right to:

1. Reject any and all SOQs received;2. Issue a subsequent RFQ;3. Cancel the entire RFQ;4. Remedy technical errors in the RFQ process;5. Negotiate with any, all, or none of the Respondents to the RFQ;6. Accept the written SOQ as an offer;7. Waive informalities and irregularities;8. Accept multiple SOQ;9. Make multiple recommendations to the Board;10. Contact any Respondent for clarification after responses are opened and/or to further negotiate

with any Respondent if such is deemed desirable by SAWS.

E. All responses and their contents will become the property of SAWS.

F. SAWS will not reimburse Respondents or sub-contractors for any costs associated with any traveland/or per diem incurred in any presentations associated with the selection process.

G. This RFQ does not commit SAWS to enter into a Letter of Engagement, nor does it obligate it topay any costs incurred in the preparation and submission of SOQs or in anticipation of a Letter ofEngagement.

H. Gift Policy – Water System employees are prohibited from soliciting, accepting or agreeing toaccept any gifts from outside sources; please see the SAWS Gift Policy at the website address:http://www.saws.org/who_we_are/mission/giftpolicy.cfm

I. To report suspected ethics violations impacting the San Antonio Water System, please call 1-800-687-1918.

Page 24: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 22 of 53

Page 25: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 23 of 53

RESPONDENT QUESTIONNAIRE

PROJECT NAME: Design-Build Phase III Service Center Project

Instructions: The Respondent Questionnaire is a required questionnaire. Complete the questionnaire by inserting the requested information. Do not modify or delete the questions.

GENERAL INFORMATION 1. Respondent Information: Provide the following information regarding the Respondent.

(NOTE: Co-Respondents are two or more entities proposing as a team or joint venture with each signing the contract, if awarded.Sub-contractors are not Co-Respondents and should not be identified here. If this response includes Co-Respondents, providethe required information in this Item #1 for each Co-Respondent by copying and inserting an additional block(s) before Item #2.)

Respondent Name:(NOTE: Give exact legal name as it will appear on the contract, if awarded.)

Principal Address:

City: State: Zip Code:

Telephone No. Fax No:

Social Security Number or Federal Employer Identification Number:

2. Operational Contact Information: List the one person who SAWS may contact concerning yourresponse or setting dates for meetings.

Name:

Address:

City: State: Zip Code:

Telephone No. Fax No:

Email:

3. Legal Contact Information: If a contract were to be awarded, list where all notices under theContract shall be sent to. This is in addition to the Operational Contact.

Name:

Address:

City: State: Zip Code:

Telephone No. Fax No:

Email:

4. Identify the principal contact person authorized to commit the Respondent to a contractualagreement.

Page 26: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 24 of 53

5. Does Respondent anticipate any mergers, transfer of organization ownership, management reorganization, or departure of key personnel within the next twelve (12) months? Yes No 6. Is Respondent authorized and/or licensed to do business in Texas? Yes No If “Yes”, list authorizations/licenses. 7. Affirmative Action - Respondent agrees to adhere to the EEO requirements contained in the RFQ section V, sub-section B.,1. Yes No If “No”, state reason. 8. Debarment/Suspension Information: Has the Respondent or any of its principals been debarred or suspended from contracting with any public entity? Yes No If “Yes”, identify the public entity and the name and current phone number of a representative of the public entity familiar with the debarment or suspension, and state the reason for or circumstances surrounding the debarment or suspension, including but not limited to the period of time for such debarment or suspension. 9. Bankruptcy Information: Has the Respondent ever been declared bankrupt or filed for protection from creditors under state or federal proceedings? Yes No If “Yes”, state the date, court, jurisdiction, cause number, amount of liabilities and amount of assets. 10. Provide any other names under which Respondent has operated within the last 10 years. 11. Litigation Disclosure: Respond to each of the questions below by checking the appropriate box. Failure to fully and truthfully disclose the information required in the Litigation Disclosure questions may result in the disqualification of your response from consideration or termination of the contract, once awarded. a. Have you, or your firm, company or team, or any member of your firm, company or team to be assigned to this project ever been indicted or convicted of a felony or misdemeanor greater than a Class C in the last five (5) years? Yes No b. Have you, or your firm, company or team, or any member of your firm, company or team to be assigned to this project been terminated (for cause or otherwise) from any work being performed for the San Antonio Water System or any other Federal, State or Local Government, or Private Entity? Yes No

Page 27: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 25 of 53

c. Have you, or your firm, company or team, or any member of your firm, company or team to beassigned to this project, been involved in any claim or litigation with the San Antonio Water System or anyother Federal, State or Local Government, or Private Entity during the last ten (10) years?

Yes No

If you have answered “Yes” to any of the above questions, please indicate the name(s) of the entity, or person(s), the nature, and the status and/or outcome of the information, indictment, conviction, termination, claim or litigation, as applicable. Any such information should be provided on a separate page, attached to this form and submitted with your response.

12. Compliance Agreement:

Nondisclosure. No information obtained by Respondent from SAWS shall be disclosed by Respondent to any third party. In the event Respondent is subject to the Texas Public Information Act, upon receipt of a request for any information obtained by Respondent, Respondent shall provide notice to SAWS of the request along with a copy of the request, and give SAWS the opportunity to respond to the request prior to its release by Respondent.

No Lobbying and Compliance with Law. During the selection process for the project named in this RFQ, Respondent agrees to comply with all applicable laws and regulations, including but not limited to restrictions against direct or indirect lobbying of public officials. Respondent agrees not to make or permit to be made any improper payments, or to perform any unlawful acts.

This agreement shall be construed to be enforceable to the maximum extent permitted by law.

Failure to complete this question or comply with its terms may subject this firm to elimination from the selection process at any time.

Does the Respondent agree to the above?

Yes No

13. Security Procedures: Respondent acknowledges having read the security procedures in Exhibit “D”and understands the requirements. Respondent is prepared to perform at their own expense backgroundsecurity checks on their employees, or the employees of their consultants or sub-consultants if requestedby SAWS.

Yes No

14. No Boycotting Israel Verification: Respondent acknowledges having read the No Boycotting IsraelVerification Exhibit “X” and understands the requirements. Respondent can and will make this verificationif awarded a contract.

Yes No

15. Addendums: Each Respondent is required to acknowledge receipt of all addendums.

None Yes If “Yes”, Identify.

Page 28: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 26 of 53

The information provided above is true and accurate to the best of my knowledge. Furthermore, we understand that failure to complete the Respondent Questionnaire or providing false or inaccurate responses may, at SAWS discretion, subject this firm to elimination from the selection process.

Signature Date

Printed Name

Title

Page 29: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 27 of 53

Exhibit A SAWS STANDARD INSURANCE & CERTIFICATE OF LIABILITY INSURANCE

REQUIREMENTS

Exhibit to be provided at a later date as a separate document or included as part of an addendum.

Page 30: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Exhibit B B

Page 28 of 53

Page 31: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 29 of 53

Page 32: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 30 of 53

Master Set Rev. 11/03/2017

Exhibit C SECURITY PROCEDURES

If work will be conducted on SAWS property, on a SAWS customer’s property, involve any SAWS networks or any SAWS facility the Consultant shall ensure a Prime Contractor Data Form (PCDF) and a Background Screening Letter (provided by SAWS Security) is properly completed for all employees performing work under this Agreement and is on file with SAWS Security prior to work commencement. Any person found to have an unacceptable background check will not be allowed to perform work under this Agreement ( A waiver may be given by SAWS Security for an unacceptable finding but must be signed off by the Director of SAWS Security ). Sub- Consultants performing work must be listed on the PCDF and the Background Screening Letter. Consultant shall be responsible for the accuracy of information on the PCDF and the Background Screening Letter, and for obtaining any and all required items (badges and parking tags) necessary to fulfilling the work under this Agreement. The PCDF and Background Screening Letter must be sent electronically to [email protected]. Consultant shall advise the SAWS Project Manager/Inspector of any employee terminations or changes to personnel performing work under this Agreement and the Consultant shall immediately turn in any and all badges and/or parking tags of employees who are terminated or no longer performing work under this Agreement. If there are any changes in the information contained in the PCDF or the Background Screening Letters, Consultant shall immediately notify the SAWS Project Manager/Inspector and provide updated PCDF and Background Screening Letters, with copies to [email protected].

Consultant, its employees, and agents shall obtain a SAWS photo identification badge (Consultant's Badge) and parking tag, prior to any work on SAWS property, which shall be used only for purposes necessary to perform the work under this Agreement. SAWS Badge Office hours are Monday, Wednesday and Friday 8:00am to 12:00pm excluding SAWS holidays (hours are subject to change). Security staff can be contacted at (210) 233-3177 or (210) 233-3338. A replacement fee may be charged for lost or damaged badges or parking tags. As a condition of finalpayment, Consultant shall return all badges and parking tags to the Security Office. In the event Consultant fails toreturn all security badges and parking tags, in addition to any other rights or remedies to which SAWS may be entitledat law or in equity, SAWS may withhold from payment to the Consultant the sum of $500.00 dollars per badge orparking tag as liquidated damages. Consultant agrees that the actual amount of damages for failure to return thebadges and/or parking tags are difficult to determine, and the liquidated damages herein are not a penalty, but are areasonable estimate of the costs and expenses that may be incurred by SAWS for failure to return the badges or parkingtags.

SAWS facilities require a SAWS employee to physically escort Consultant at all times. SAWS may, in its sole discretion, waive the escort requirements if the PCDF and a “clean” Background Screening Letter, signed by an authorized representative of Consultant are approved by SAWS Security.

Sub-Consultants must always be under escort of the Consultant while performing work on any SAWS property. Sub- Consultants must display either a company photo badge, with name, or a valid driver’s license at all times while working on any SAWS property. Consultant is solely responsible for the actions of its employees, agents, Sub-Consultants and Consultants.

Consultant MUST be prepared for additional security requirements at its expense if violations of SAWS Security procedures are noted. Some examples of additional requirements include hiring of SAWS approved security guards, temporary fencing, mobile Closed Circuit Television Monitoring trailer(s), or extra lighting. Notwithstanding anything herein to the contrary, any provisions in these Security Procedures that may appear to give SAWS the right to direct Consultant as to details of doing any work under this Agreement or to exercise a measure of control over any security measures or such work shall be deemed to mean that Consultant shall follow the desires of SAWS in the results of the work or security measures only.

Advance coordination by Consultant with SAWS Security for these security requirements is necessary to ensure no delays with timely performance of the work. In the event Consultant fails to comply with SAWS Security requirements, SAWS may, with no penalty or claim against SAWS:

Issue a Work Stoppage Order until the security violation (s) are remedied Ask any unidentified or improperly identified person or equipment to leave SAWS site immediately and not

return until items are remedied..

Page 33: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 31 of 53

Exhibit D Staffing Plan

This form is in 3 parts: General Management, DPOR, and Construction Team. Provide three (3) separate charts labeled as requested.

Organizational chart shall clearly depict lines of authority and reporting. The table below shall include all the roles shown and any additional roles proposed.

The first few titles are filled in showing the minimum Owner expectation of key roles. One person can be named for multiple positions.

The format merely serves as an example and may be altered as needed, such as portrait versus landscape, and additional sheets can be attached, if needed. Fonts and graphics may be altered so long as the general instructions are maintained. It is not a requirement that the organization chart and table fit on a single page.

Page 34: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 32 of 53 Master Set Rev. 11/03/2017

PART 1: Organizational Chart for Project General Management – Show the DB firm’s proposed General Management personnel for this Project. This should include senior levels of the DPOR and Construction Team carried over from Parts 2 and 3. DB firm shall designate each individual in this Organizational Chart who will act as the single point of contact (SPC) for each of the following: the Project’s General Management, DPOR and Construction team. Designate these individuals with the designation SPC. One individual can be named as the SPC for any or all of these at the discretion of the DB firm.

PART 1: Staffing Table - General Management

Role/Title Authority/

Responsibility Name of

Personnel

Years Experience

Proposed Time (%)

dedicated to Project (if awarded)

Organizational Chart – Project’s General Management

Page 35: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 33 of 53 Master Set Rev. 11/03/2017

PART 2: Organizational Chart forDPOR - Show the DPOR’s internal team (Principal, Lead Architect/ Project Manager, Project Designer, Specs, QC manager, Production team, Interior design staff, CA manager/architect) and team of sub-consultants including: Civil Engineering firm/Civil engineering key personnel proposed for this project/ MEP/ Structural/ Fuel consultant/ Landscape/ AV-technology/ Code consultants/ or any other key members of the DPOR team.

PART 2: Staffing Table - DPOR

Role/Title (titles below are listed as examples)

Authority/ Responsibility Name of Personnel

Years Experien

ce

Proposed Time (%) dedicated to Project

(if awarded)

Principal Project Architect Lead Designer QA Mgr Civil Engineer Structural Engineer MEP Engineers LEED Coordinator BIM/CAD Lead Code consultant

Organizational Chart – DPOR

Page 36: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 34 of 53 Master Set Rev. 11/03/2017

Landscape Architect Interior Architect CA Lead

PART 3: Organizational Chart for Construction Team – Show the DB firm’s Construction team including: Construction Manager, Superintendent(s), CA document administrator(s), Procurement manager, QA manager, Inspectors, and key administrators during Construction Administration

PART 3: Staffing Table - Construction Team. If Respondent proposes more than one lead superintendent, such as one at each site, be sure to provide data here for those lead personnel.

Roles, Responsibilities, Experience, and Summary of Qualifications

Role/Title Authority/

Responsibility Name of

Personnel

Years of

Experience

Proposed Time (%)

dedicated to Project (if awarded)

CPMS Access req’d Y or N

Construction Manager or Lead Lead Superintendent(s) QA Manager Testing Service Mgr

Organizational Chart – Construction Team

Page 37: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 35 of 53 Master Set Rev. 11/03/2017

Exhibit E Submittal Response Checklist

Project Name: Design-Build Phase III Service Center Project

Firm Name:

Use the matrix and checklist below to ensure that the response/SOQ is complete by checking off each item included with DB firm’s response. Sign and date this form and include this page with each response/SOQ.

Documents  Section within RFQ  Required Document ‐ Does Not 

Count Towards Page Limit 

Respondent Checklist 

(check off to ensure item is included in 

SOQ 

Licensure and Certification  I. Project Information, D. AdditionalRequirements, 4.  Licensure Certification

Summary of Proposed Project Team  Evaluation Criteria:  Project Team  

Exhibit "D" Staffing Plan including Organizational Chart 

Evaluation Criteria:  Project Team   X 

Staffing Commitments and succession plan  Evaluation Criteria:  Project Team 

Previous project Collaboration  Evaluation Criteria:  Project Team 

Key Personnel Resumes •Current title and proposed role on thisProject/•Tenure with the firm/•Education/•Total years of experience in industry/•Total years of experience in proposed role onthis Project/•Brief overview of professionalexperience, including a list completed Projects,and their role on these previous projects. (limitedto 1 page, but page may include more than oneteam member)

Evaluation Criteria:  Project Team  

Key Personnel Percentage of Time and Succession Plan 

Evaluation Criteria:  Project Team  

Summary of Project Approach  Evaluation Criteria:  Project Approach  

General Coordination  Evaluation Criteria:  Project Approach  

Construction Approach  Evaluation Criteria:  Project Approach  

GMP Approach and adherence  Evaluation Criteria:  Project Approach 

Schedule Approach , Recovery schedule and Project Status reports 

Evaluation Criteria:  Project Approach  X 

Safety Program and Records (including the up to 3 page Safety and Health Plan) 

Evaluation Criteria:  Project Approach   X 

DPOR Project sheets  Evaluation Criteria:  DPOR’s Comparable Project Experience 

Civil engineering firm Project sheets  Evaluation Criteria:  DPOR’s Comparable Project Experience 

Comparable DPOR Experience Narrative  Evaluation Criteria:  DPOR’s Comparable Project Experience 

Page 38: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 36 of 53 Master Set Rev. 11/03/2017

DPOR’s DB coordination experience  Evaluation Criteria:  DPOR’s Comparable Project Experience 

DPOR’s Past performance Goals/Quality  Evaluation Criteria:  DPOR’s Comparable Project Experience 

Design Build Firm’s Project Sheets  Evaluation Criteria:  Construction Team’s Comparable Project Experience 

Design Build Firm’s Comparable Construction Experience Narrative 

Evaluation Criteria:  Construction Team’s Comparable Project Experience 

Design Build Firm’s DB coordination experience  Evaluation Criteria:  Construction Team’s Comparable Project Experience 

Design Build Firm’s Program manager coordination experience 

Evaluation Criteria:  Construction Team’s Comparable Project Experience 

Design Build Firm’s Past performance goals /quality of work product 

Evaluation Criteria:  Construction Team’s Comparable Project Experience 

Design Build Firm’s Subcontract management  Evaluation Criteria:  Construction Team’s Comparable Project Experience 

Quality and Assurance Control Narrative and response to all 10 questions  (limit to 5 pages)  

Evaluation Criteria: Quality Assurance/Quality Control  

SMWVB Narrative and response to all 5 questions (limit to 5 pages) 

Evaluation Criteria: SMWVB 

Financial Statement  Evaluation Criteria 2. Financial Resources (Pass/Fail) 

Disclosure Statement (if applicable)  Evaluation Criteria 2. Financial Resources (Pass/Fail) 

Respondent Questionnaire  IV. Submitting a Response‐ C.2 RespondentQuestionnaire

Submittal Response Checklist  IV. Submitting a Response‐ C.1  SubmittalResponse Checklist

Exhibit "A" Insurance requirements and Proof of Liability 

V. Other Required Documents to Submit‐A.Exhibit “A”

Exhibit "B" Conflict of Interest Questionnaire  V. Other Required Documents to Submit‐B.Exhibit “B”

Exhibit "C" Security Procedures Acknowledgement 

V. Other Required Documents to Submit‐C.Exhibit “C”

Tabs/Dividers and Introductory 1 page Cover Page & Table of Contents to Submittal 

Tabs/Dividers IV. Submitting a Response‐  C. ResponseFormat

I certify that the response submitted or SOQ includes the items as indicated above.

Signature Date

Printed Name/Title

Page 39: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program Phase III

San Antonio Water System

Design Criteria Package (DCP) RFQ

July 2019

Exhibit F Design Criteria Package

Page 37 of 53

Page 40: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

Program Manager Construction Management Central Area Office 12902 Elmington Drive Cypress, TX 77429

I. OVERVIEW ................................................................................................................................................................................... 3 

A. STANDARD ABBREVIATIONS ................................................................................................................................................... 3 

B. PROGRAM GOALS ................................................................................................................................................................... 4 

C. ESTABLISHED SPACE PROGRAM .............................................................................................................................................. 5 

D. FACILITY APPEARANCE/STANDARDS ...................................................................................................................................... 5 

E. FURNITURE, FIXTURES, AND EQUIPMNET (FF&E)  ................................................................................................................. 6 

F. UTILITY SERVICES .................................................................................................................................................................... 6 

G. INTERFACE WITH EXISTING/ONGOING SAWS OPERATIONS  ................................................................................................. 6 

H. PROJECT MANAGEMENT PLAN  ............................................................................................................................................. 7 

II. SUPPORTING REQUIREMENTS ................................................................................................................................................... 8 

A. NORTHEAST OPERATIONS CENTER (NEOC) SCOPE SHEET ...................................................................................................... 8 

B. EAST SIDE OPERATIONS CENTER (ESOC) SCOPE SHEET…………………………………………………………………………………………………… 13 

C. NORTHEAST SESRVICE CENTER (NESC) AT SAWS’ NACO PUMP STATION…………………………………………………………………………16 

III. DESIGN PERFORMANCE REQUIREMENTS (TO BE ISSUED WITH RFP)

A. DESIGN NARRATIVES

B. OWNERS MINIMUM REQUIREMENTS

IV. SITE LAYOUT (TO BE ISSUED WITH RFP)

A. NORTHEAST OPERATIONS CENTER

B. EAST SIDE OPERATIONS CENTER (EXISTING SAWS SITE)

C. NACO PUMP STATION (EXISTING SAWS SITE)

Page 41: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

V. GMP BUDGET (TO BE ISSUED WITH RFP)

A. SAWS PROJECT BUDGET

VI. SUPPORTING DATA (TO BE ISSUED WITH RFP)

A. PROGRAM OF SPACES

B. ROOM DATA SHEETS

C. SITE SURVEY

D. PRELIMINARY GEOTECHNICAL INVESTIGATIONS

Page 42: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

I. OVERVIEW

This document is the official guidance and configuration control document for the design of Phase III of the SAWS New Service 

Center  Project.  Refer  to  the  Supporting  Requirements,  beginning  on  page 5,  for  the  definitive  Scope  of Work. Definitions 

throughout this document shall be defined in the sample Design‐Build (DB) Agreement to be attached to the RFP. 

This document shall be referred to as the Design Criteria Package (DCP). This DCP provides sufficient information to solicit and 

evaluate competing design‐build firms’ qualifications and proposals, as necessary to describe the Design‐Build Projects.   

SAWS has decided to use the Design‐Build method of project delivery. This DCP contains design guidelines and performance 

specifications for inclusion in the DB procurement package.  The DB firm will be responsible for producing design approach 

report, design development (DD), and construction document (CD) design submittals and will be the architect of record.    

This document serves as the current data repository and basis for the DB firm’s efforts under the DB Agreement.  It contains 

current facility assessment reports, new and old site investigation and/or survey data, an approved space program for each 

facility, Preliminary Site Concept as well as some of the design performance requirements that will be used by the DB firm 

concerning  functionality  essential  to  SAWS  operations.    The  DB  firm  is  encouraged  to  review  these  items  and  make 

recommendations in the best interest of SAWS.  Any deviations from the DCP are subject to review meetings and Approval by 

SAWS in accordance with the DB Agreement. 

A. STANDARD ABBREVIATIONS

AR – Architectural Representative CCB ‐ Change Control Board CD – Construction Document CMP – SAWS’ Construction and Maintenance Program Department DB – Design Build D&C – SAWS’ Distribution and Collections Department DCP – Design Criteria Package DD – Design Development DPOR ‐ Design Professional of Record ESOC – East Side Operations Center FF&E – Furniture, Fixtures, and Equipment GMP ‐ Guaranteed Maximum Price NEOC – Northeast Operations Center NESC – Northeast Service Center OC – Operations Center PMP ‐ Project Management Plan POV – SAWS’ employee Personal Owned Vehicles  SAWS – San Antonio Water System SD – Schematic Design 

B. PROGRAM GOALS/OVERVIEW OF SCOPE

This Project (Phase III of the Service Center Program) includes one (1) new service center site in Bexar County, which is referred 

to as the New Northeast Operations Center (NEOC), as well as a series of improvements at the existing Eastside Operations 

Page 43: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

Center (ESOC).  At the completion of all new work at each respective site, the selected DB Firm will then demolish and remediate 

Fuel and Pumps at the ESOC, and will demolish and remediate Fuel and Pumps, and the old Admin Building (circa 1980) at 

SAWS existing Northeast Service Center (NESC) at SAWS’ Naco Pump Station site on O’Conner Rd. SAWS will award the design 

and construction for this work in a single contract to one (1) DB firm to design and construct all items at both sites. The location 

of the New Northeast Operations Center (NEOC) is 18000 Judson Road, just north of Hwy 1604.  

The detailed scope of services and work at the NEOC is contained in this document and shall include:  

Three new buildings and site work at a green field site. New buildings include: Administration, Fleet, and Supply Buildings. The 

Administration Building is the only facility in this Project that shall be designed and constructed in accordance with the USGBC 

LEED 2009 standards to achieve EQUIVALENCY to a LEED Silver rating. In addition to building works, the NEOC site also has civil 

works in its scope to provide for multiple modes of  ingress/egress, primary drive lanes, employee parking (personal owned 

vehicles‐POVs), SAWS Fleet and SAWS Operations parking, outdoor supply areas, Ice and Water refilling station, outdoor bulk 

material storage and concrete silo pad areas, truck scale, site drainage and fuel areas (for pumps and AGTs), as required. 

The location of SAWS existing East Side Operations Center (ESOC) is 3930 E. Houston St.  San Antonio, Texas   

The detailed scope of services and work at the ESOC is contained in this document. In summary this shall include: 

Item No. 01 – New Emergency Power Generator 

Item No. 02 – New Fuel Facility with Above Ground Tanks 

Item No. 03 – Relocate Existing Overhead Electric to Underground 

Item No. 04 – New Ice and Water Station 

Item No. 05 – Interior Renovations at Existing Peripheral Buildings 

Item No. 06 – Pavement Replacement at Ops Parking 

Item No. 07 – Demo/Remediate Old Fuel Facility. 

The detailed scope of services and work for the demolition and remediation at the two existing sites (ESOC and Naco pump 

Station) is contained in this document. In summary this shall include: 

At the existing the ESOC, located at 3930 East Houston St.: Demolition of 3 below grade UGT tanks (2 fuel / 1 waste oil)  in 

accordance with all codes and TCEQ, and all associated utilities, pumps, fuel island, and the install of clean backfill and complete 

replacement of all pavement. 

At the existing NESC, located at the Naco Pump station at 13655 O’Conner Rd.: Demolition of two below grade UGT tanks in 

accordance with all codes and TCEQ, and all associated utilities, pumps, fuel islands, and the installation of clean backfill and 

complete  replacement of  all  pavement. Demolition of  existing  administration building  and  all  lean  to  shed  structures  and 

canopies adjacent to or connected to the building, and demo of concrete bulk material bins, and complete replacement of all 

pavement, restoration of any retaining walls that may be compromised during the demo. The install of guardrails, bollards, 

railing and any other safety items and associated signage and traffic striping as required, as well as the demo of the existing 2 

marquee signs and the install of a new marquee with signage designating the site as the Naco Pump Station. 

Page 44: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

As each building or facility at each site is completed, SAWS along with the SAWS’ Program Manager Consultant, will coordinate 

and relocate personnel and equipment from SAWS’ other Operation Center sites, as required. This may result in staff being 

relocated while the DB firm is still onsite completing another building.  DB shall accommodate and cooperate with such moves, 

as well as staff that are currently located at the existing site that will be present throughout construction (Refer to item G. 

below).  The DB  firm  shall  coordinate  and update  the  Project  Schedule with  the Owner’s  Program Manager  Consultant  to 

provide  for  tasks  related  to  the  relocation and eventual occupancy of  the  facilities. Relocation of  staff and equipment will 

provide  for  a  more  efficient  response  of  SAWS  operations  to  their  customers.  Timely  completion  of  each  design  and 

construction milestone is important: time is of the essence. 

C. ESTABLISHED SPACE PROGRAM

 A space program has been developed for each site using standard room sizes and efficiency factors.  This space plan has been 

internally reviewed by SAWS. Therefore, the count and area requirements of each room may not be changed or revisited by 

the DB firm’s Design Professional of Record (DPOR) without review meetings and Approval by SAWS.  These are the minimum 

count and space requirements. SAWS’ reserves the right to interchange rooms, area square footages, and spaces during the 

design phase, as it develops as long as the total square footage is not exceeded.   

As the DB firm further develops the design, each site and associated buildings must stay within the Approved scope, Project 

Schedule, and GMP. SAWS will not allow an overrun of the GMP.  

D. FACILITY TEMPLATE/ PRELIMIMARY SITE CONCEPT

 An Operations Center “campus” layout, of 3 buildings and a spine road, as well as the room adjacencies, palette of 

materials/colors/exteriors has been developed and approved by SAWS. This template was established in the Phase I and 

Phase 2 Construction Documents for the site concept, arrangement of buildings, egress/parking, general building plan layout, 

hardware, trim, and a template and color palette established for both the exterior facades and the interior finishes.  These 

previously developed template and concepts, shall be utilized by the DB Firm’s Design Professional of Record (DPOR) for all of 

the Phase III Project. The goal is to provide a presentable, clean, functional appearance from the street, but one of efficiency 

and functionality with no excess and is also economical to maintain and operate over time. The DB firm must also provide 

common finishes, fixtures and product selections to allow SAWS to maintain the buildings efficiently. In order to achieve this 

goal, the DB firm shall thoroughly investigate the Phase I and Phase 2 facilities and As‐Built construction documents, 

specifications and submittals, as well as all concepts developed to date for the Phase 3 Project, including the Preliminary Site 

Concept, to familiarize themselves with the previously utilized floorplan and site plan arrangements of spaces, room 

adjacencies, equipment, materials, and finish selections.  The DB Firm may recommend deviations from these, but in doing so 

any deviations and recommendations shall be clearly communicated to SAWS. While these building standards are in place 

from previous Phases, the DB firm shall nonetheless, participate in Schematic Design and Design Development Phases in 

order to adjust floorplans for Phase 3. The DB firm must also establish aesthetic review presentations of the exterior facades 

and interior spaces to ensure that the materials and color palette aligns with the previously specified materials from previous 

phases, and must present/highlight any deviations from such. These presentations shall include colored site and floor plans, 

elevations, as well as perspective and 3D renderings and material boards that adequately represent the materials and 

aesthetics as required to communicate to SAWS. 

Page 45: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

SAWS  intends  to use  the Phase 1 NSOC building plans as a  template with no  increase  to  the  square  footage and minimal 

office/usage changes within the footprint of each building. For example, Phase 1 did not have a Fitness Room but instead had 

a bullpen area that is not needed for Phase 3, so these rooms have been interchanged for Phase 3. The room counts are listed 

in the Established Space program. 

SAWS intends to provide the CAD and Revit files from the previous Phases of the Service Center Project, to the DB Firm.  These 

files are subject to the language of the Contract regarding use of item provided by SAWS.  The Design Build Firm can incorporate 

and use these files for reference only, and at their own risk.  As stated in the RFQ, the DPOR of the DB firm/team will be required 

to develop and provide all design deliverables drawings utilizing a BIM model environment, as well as have the ability to convert 

such BIM models into AutoCAD (*.dwg) format for SAWS’ facilities use.   

E. FURNITURE, FIXTURES, AND EQUIPMENT (F&FE)

These  items will be defined  in the RFP. Each  item will be clearly  indicated whether  it  is Owner Furnished Owner  Installed (OFOI), Owner Furnished Contractor  Installed (OFCI) or Contractor Furnished Contractor  Installed (CFCI).   The DB  firm will coordinate these items with the Project Schedule and include FF&E sheets in the final set of Construction Documents that have been coordinated with the SAWS furniture vendor. At a minimum this shall include furniture and shelving.  

F. UTILITY SERVICES

Site has limited service connections or utilities available.  The DB firm shall confirm adequacy of available utilities and provide 

connections to the site accordingly. All utilities must be installed underground. Any and all associated fees must be included 

within the GMP. The DB firm must also consider and coordinate any impacts to the existing utility conditions and neighboring 

customers who could be impacted, such as storm water and drainage, electrical, and water and sewer.  

G. INTERFACE WITH EXISTING/ONGOING SAWS OPERATIONS

SAWS will continue operations during construction activities at all sites. SAWS Operations is currently using the New NEOC site 

on Judson Road for pipe supply, material storage, and heavy equipment training. SAWS may continue operations at this site 

during construction activities. The existing ESOC at 3930  E. Houston, is a large, active, Operations Center and will remain active 

throughout construction. The Naco Pump Station is a significant water Production site in Northeast Bexar County.  Remediation 

of the fuel and demolition of the existing administration building (circa 1981) at this location will only occur after all SAWS staff 

at this location have been completely relocated to the New Northeast Operation Center on Judson Road.  Once the staff has 

been relocated and the building is vacant, the Naco Pump Station will remain an active water Production site. SAWS production 

staff may occasionally be present on the pump station side of the site for ongoing pump station activities and operations.  The 

DB firm shall develop and include appropriate staging plans, working in conjunction with SAWS’ Project Manager and Program 

Manager Consultant to finalize an approach that will allow continuing operations. The DB firm shall show access, work zone 

perimeters,  and  other  site  limitations  for  each  stage  clearly  on work  staging  drawings  on  their  submittals  and  shall  show 

milestones in their accompanying Project Schedule showing move‐in/out dates with allowances for move and turnover events 

subject to SAWS acceptance. The DB firm shall also allow for staggered occupancy and partial occupancy where SAWS may 

Page 46: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

need to occupy a structure and portions of the site that have been completed and accepted, prior to the overall site being 

complete. 

H. PROJECT MANAGEMENT PLAN

The Project Management Plan (PMP) defines the stakeholders’ methods for data transmission and issue communication, as 

well as the process for change management. The PMP contains the flowchart of the Change process. The proposed change, if 

approved through SAWS’s internal process, will be formally submitted by SAWS to the DB Firm as a CCD (Construction Change 

Directive). Only formally approved CCDs will be processed, in accordance with the Contract. 

I. PHASE III PROGRAM SCHEDULE

2020 1st Quarter 

SAWS staff takes selection of DB Firm and IGMP to SAWS Board for approval.  Pending Board approval:  

Notice to Proceed (NTP) into Design Phase issued (including existing ESOC/NESC items)

Notice to Proceed (NTP) into Construction Phase for ESOC Items 1 through 3

2021 1st Quarter 

SAWS staff briefs SAWS Board on Project status, schedule and FGMP: 

Notice to Proceed (NTP) into Construction phase issued for the new NEOC

Notice to Proceed (NTP) into Construction phase issued for ESOC Items 4 through 7.

2022 4th Quarter 

Notice to Proceed (NTP) into Construction phase Issued for the NESC Demolition/Remediation at the Naco Pump

Station Site

** Note SAWS reserves the right to adjust proposed schedule in coordination with selected DB Firm, length of

procurement process and SAWS’ Board available dates

Page 47: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

II. SUPPORTING REQUIREMENTS

The supporting requirements are provided in the following pages of this section. 

Northeast Operations Center SCOPE SHEET 

OVERVIEW: The existing SAWS property will become known as the Northeast Operations Center  location and will  be a completely new facility. The site is approximately 36 acres and will include a 10,640 SF Administration Building, a 6,862 SF Fleet Building, and a 6,088 SF Supply Building.  

DEPARTMENTS: The following departments will be located at the new NEOC: • Distribution and Collection Department:

Twenty (20) four person crews  Director, Managers, Superintendents, Foremen, Field staff & Inspections Tool room technician 

• Construction and Maintenance Department:Manager, Superintendents, Foremen & Field staff 

• Supply Department:2 Supply warehouse technicians

• Fleet:Manager and up to 4 mechanicsParts technician

FACILITY NEEDS: 10,640 SF Admin building 

D&C Director, Manager, Superintendent Offices Training, Safety, and HR Security, IT, Elec, and Mech   Crew Quarters, Locker Rooms, and Showers Multi‐Purpose Rooms Fitness room  

6,862 SF Fleet (4 bays) + office/ restrooms/tool/supply room/roof will extend to provide outdoor covered area at each end for equipment and wash bay 6,088 SF Supply + office/ restrooms / tool room/ roof will extend to provide outdoor covered storage area 

SITE NEEDS:   POV, Ops and Fleet parking (see attached spreadsheet and summary this page) Primary Spine road  Ice and water refilling building in Ops Parking 

Page 48: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

Two points of vehicular Ingress and Egress   “Main “entry with: 

 Lighted monument sign, separate visitor/ employee entry lanes, access pedestals, electric gates, pedestrian gate with card reader, designated area for future guard station with all required utilities at main entry, landscaping, and POV parking in close proximity to main entry (immediately after gate access)  

Fuel island with canopy (air, water, grease, DEF, diesel and unleaded) – in close proximity to Fleet and to the Main entry (immediately after gate access) Area designated as D&C Ops yard with bulk material bins. This area must include water and power and be will lite.  Are designated as D&C concrete yard. This area must include water and power and be will lite. Concrete materials silo and equipment provided and installed by SAWS. Truck scale with easy on/off from spine road and visibility to Tool Room office/ window Area designated for AGTs to include proper spill containment and access for fuel truck delivery – in close proximity to Fleet and to the Main entry (immediately after gate access) Area designated for trash bins with access and concrete approach aprons – near each building – walkable by Janitorial staff Area designated for recycle metal containers with access and concrete approach aprons – near Supply and Ops Bulk yard to be well lit and within view of security cameras  

NEOC PARKING AND STAFF COUNT 

SAWS Owned Equipment and Vehicle Parking Counts 

Space size: 

10'x20' 

Equip space size: 

10'x20' 

Space size: 

16'x55' 

SAWS Primary Operations Parking Area (Ops Parking)  70  6  24 

SAWS Fleet garage parking area (for vehicles under repair)  14  0  15 

SAWS Supply   6  0  2 

Staff Counts  Totals 

Admin building  120 

Supply building  4 

Fleet Building  5    Total staff  129 

Page 49: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

10 

Personal Owned Vehicle Parking Counts (POVs) 

Space size: 9’x 18' 

Space size: 3’ x 18' 

Employee parking  116 

Visitor parking  5 

Employee motorcycle parking  6 

Page 50: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

11 

NEOC ‐ AERIAL VIEW OF SITE 

Page 51: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

12 

NEOC – BUBBLE DIAGRAM 

The DB firm is free to arrange the buildings, drives, and site features subject to review meetings and Approval by SAWS 

and change the building massing or flow patterns as per their professional practice. Any deviations shall be done with 

consideration and with adherence to the adjacencies as represented on this bubble diagram. However, the Operations 

Center must stay within the Approved scope, Project Schedule, and GMP. SAWS will not allow an overrun of the GMP.

Page 52: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

13 

East Side Operations Center SCOPE SHEET 

OVERVIEW: 

There will be six (6) separate projects at the existing East Side Operations Center. These projects shall be phased with three 

beginning in the first quarter of 2020 and the remaining three beginning in the first quarter of 2021. 

Item No. 01 – New Emergency Power Generator 

Removal of the existing generator and relocate onsite per Owner’s direction, provide and install new 1,000 KW diesel powered generator, 1,600 amp ATS, provide and install screened enclosure (similar to new Admin Bldg. Mech yard)@ at new generator, included concrete pad for generator, associated earthwork, provide landscape screening around enclosure, and New Generator to be located in landscaped island. 

Item No. 02 – New Fuel Facility with Above Ground Tanks 

Construct new Fueling facility to include AGT's (including all necessary work to construct a fully operational fueling facility meeting or exceeding any AHJ requirements and to be located near the SW corner of the site. Work to include containment area under AGT's and, if required, under the fuel delivery area. Includes the installation of a new 6’ tall chain‐linked fence between the proposed fuel facility site and the existing Supply shed. 

Item No. 03 – Relocate Existing Overhead Electric to Underground 

Modify existing electrical service from OH to UG. Proposed OG electrical service shall remain within existing easement that traverses the ESOC site in the N ‐ S direction between the new Supply and Admin building, Electric services off the proposed UG will include: new Supply Building, existing SAWS shed, and the existing services south of the SAWS site (billboard & existing pump station). New work will require OH lines & new poles that will extend approx. 60' If into the property from the property line along Commerce. 3 ea. poles 20' apart. The last of the three poles is anticipated to be located approx. 20' north of the proposed drive lane turning into the Supply building parking lot. Proposed work will/may include new electric manhole structures to meet with CPSE requirements. All work to be in conformance with AHJ(s). 

Item No. 04 – New Ice and Water Station 

New ice/water station per design documents provided from the Phase I project. Includes a 25' wide, 6" thick concrete paved apron around all sides of the new ice/water station on prepared subgrade. Includes demolition of existing pavement and preparing subgrade for building and concrete pavement. Also includes a misting system.  

Item No. 05 – Interior Renovations at Existing Peripheral Buildings 

Remodel an interior space of the existing Fleet building or other peripheral buildings on site, to include office or industrial shop or fleet renovations for improved efficiencies or operations or testing. Area of approximately 950 SF. 

Item No. 06 – Pavement Replacement at Ops Parking 

Remove and replace approximately 6,412 SY of pavement in the existing Ops parking area.  

Item No. 07 – Demo/Remediate Old Fuel Facility. 

Completely demolish, and remediate, the existing fuel facility. Repave all areas disturbed during the process. 

Page 53: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

14 

ESOC CURRENT SITE PLAN 

Page 54: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

New Service Center Program – Phase III 

Design Criteria Package 

15 

Northeast Service Center at SAWS’ Naco Pump Station SCOPE SHEET 

OVERVIEW: 

This is an existing service center that will be taken out of service and demolished once the new NEOC is complete. The 

existing Administration Building attached shed/structures, material storage bins, and fuel shall be completely demolished and 

removed. The fuel facility shall be remediated as required by all AHJ’s. Pavements shall be replaced, and installed in the 

footprint of the Admin Bldg. A new retaining wall and railing shall also be installed in the footprint of the Admin. Bldg. and 

install of guardrails, bollards, railing and any other safety items and associated signage and traffic striping as required, as well 

as the demo of the existing 2 marquee signs and the install of a new marquee with signage designating the site as the Naco 

Pump Station.  

Page 55: REQUEST FOR QUALIFICATIONS (RFQ) Final DB Phase III...types of work crews. This request for qualifications (RFQ) invites Respondents to submit a statement of qualifications describing

Page 53 of 53

Exhibit G Statement of Compliance with Owner Insurance Requirements

Exhibit to be provided at a later date as a separate document or included as part of an addendum.