36
JANUARY 2009 EDITION Supersedes May 2008 Edition FACILITIES MANAGEMENT Planning, Design & Construction REQUEST FOR QUALIFICATIONS FOR CHILLED WATER PLANT 2 (WEST) – INCREASE COOLING TOWER CAPACITY Project #0691801 THE UNIVERSITY OF IOWA IOWA CITY, IOWA QUALIFICATIONS DUE: 2:00 p.m., Central Time, September 22, 2017 The University of Iowa Design & Construction 200 University Services Building Iowa City, Iowa 52242-1922 DESIGN-BUILD BRIDGING PROFESSIONAL: Shive-Hattery, Inc. 2839 Northgate Drive Iowa City, Iowa 52245

JANUARY 2009 EDITION - The University of Iowa Facilities … ·  · 2017-09-08JANUARY 2009 EDITION Supersedes May 2008Edition. FACILITIES MANAGEMENT. Planning, Design & Construction

Embed Size (px)

Citation preview

JANUARY 2009 EDITION Supersedes May 2008 Edition

FACILITIES MANAGEMENT Planning, Design & Construction

REQUEST FOR QUALIFICATIONS FOR

CHILLED WATER PLANT 2 (WEST) – INCREASE COOLING TOWER CAPACITY Project #0691801 THE UNIVERSITY OF IOWA IOWA CITY, IOWA QUALIFICATIONS DUE: 2:00 p.m., Central Time, September 22, 2017 The University of Iowa Design & Construction 200 University Services Building Iowa City, Iowa 52242-1922 DESIGN-BUILD BRIDGING PROFESSIONAL: Shive-Hattery, Inc. 2839 Northgate Drive Iowa City, Iowa 52245

JANUARY 2009 EDITION Supersedes May 2008 Edition

THIS PAGE

INTENTIONALLY

LEFT BLANK

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

APRIL 2012 EDITION TABLE OF CONTENTS 1

TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS PAGES 00010 PROJECT SUMMARY 1 thru 2 00100 INSTRUCTIONS TO OFFERORS 1 thru 8 00110 RFQ AND RFP SUBMISSION INSTRUCTIONS 1 thru 12 00120 RFQ AND RFP EVALUATION AND BASIS FOR AWARD 1 thru 10

END OF SECTION

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

APRIL 2012 EDITION TABLE OF CONTENTS 2

THIS PAGE

INTENTIONALLY

LEFT BLANK

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

PROJECT SUMMARY 00010 - 1

SECTION 00010 PROJECT SUMMARY

SUMMARY OF PROJECT 1.1 Instructions for the preparation of proposals are located in Sections 00100, 00110 and 00120. 1.2 The Project is for a firm fixed-price contract for the design and construction (design-build) of Chilled

Water Plant 2 (West) – Increase Cooling Tower Capacity, Project # 0691801. The project is located on the west side of campus, adjacent to Hospital Parking Ramp #3 in Iowa City, Iowa.

1.3 This procurement is being solicited using a Two Phase solicitation process. This process requires firms

to submit their Request For Qualifications (RFQ) Phase I documentation: their general information, relevant past performance, team experience, project understanding & approach, project management, safety record, and other factors or capability information initially for review and consideration by the Owner. Following the review, evaluation, and rating of these qualifications, the Owner intends to select no less than two and not to exceed five, of the highest rated Offerors to receive the Request For Proposal (RFP) Phase II technical requirements package and to participate in the Phase II process of this solicitation. All Offerors will be notified of their selection/non-selection to Phase II. The names of the Offerors selected to participate in Phase II will be published at the Owner’s website, http://www.facilities.uiowa.edu/pdc/bids.asp?submenuheader=2.

1.4 For all those contractors who compete in both Phase I and Phase II, the contractor’s proposal shall be

defined as all information that was submitted in response to the requirements of both phases of the solicitation.

1.5 Schedule:

Phase I - RFQ Issue Request For Qualifications (RFQ) – Phase I September 8, 2017 RFQ Site Tour September 14, 2017* RFQ – Phase I Due Date September 22, 2017 Notifications To “Short-Listed” RFQ Offerors September 29, 2017 *The Site Tour will start at 9 am at 255 Hawkins Drive (Chilled Water Plant #2). Park in Hospital Ramp #3 and use the stairs at the NW corner to the ground level. We will meet outside the Chilled Water Plant at the overhead doors. Phase II - RFP Issue Request For Proposal (RFP) – Phase II (Selected Offerors) September 29, 2017 RFP Site Tour, 10am October 6, 2017 ** RFP – Phase II Interim Design Review Mtg. October 10, 2017 ** RFP – Phase II Due Date October 27, 2017 ** Schedule Phase II Design Builder Oral Presentations November 3, 2017 ** Award Contract November 15, 2017 ** Substantial Completion of Project July 15, 2018 ** ** The dates for the Phase II RFP proposals are subject to change and will be issued in the Phase II RFP solicitation to those Offerors selected to proceed to the Phase II RFP portion of this procurement.

END OF SECTION

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

PROJECT SUMMARY 00010 - 2

THIS PAGE

INTENTIONALLY

LEFT BLANK

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 1

SECTION 00100 INSTRUCTIONS TO OFFERORS

SCOPE 1.1. You are invited to submit a proposal in response to our Phase I Request for Qualifications (RFQ) which

will result in a firm fixed-price contract for the design and construction (design-build) of Chilled Water Plant 2 (West) – Increase Cooling Tower Capacity, Project # 0691801. As a result of this two phase Request for Qualifications & Request for Proposals solicitation, the Owner intends to award a Firm Fixed Price (FFP) contract to the responsible Offeror whose proposal represents the best value after evaluation in general accordance with the evaluation criteria in this solicitation.

1.2. This Request For Qualification (Phase I) & Request For Proposal (Phase II) is for the design, site

preparation, installation, construction startup, and commissioning of the facility in accordance with the project/performance documents. The scope of work includes but is not limited to the following:

1.2.1. The design and construction of a new rooftop single cell, 4-sided, induced draft, counter flow,

field-erected cooling tower above the existing Chilled Water Plant. The 6,000 gpm tower is to be designed based on EWT= 101.5°F, LWT= 85°F, with an exterior wet bulb temperature of 80°F. The tower includes, but is not limited to, fan, speed reducer, motor, fill material, fill supports, water distribution system, pipe supports, drift eliminators, structural framing and modifications to support the tower, and amenities (such as lighting, maintenance platforms, screen wall, ladders etc.). A design that aesthetically matches the appearance of the existing cooling towers and uses similar equipment of the existing cooling towers is preferred.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 2

GROUND VIEW FROM HAWKINS DRIVE OF EXISTING COOLING TOWERS

GROUND VIEW FROM HAWKINS DRIVE WITH NEW COOLING TOWER

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 3

EXISTING GROUND VIEW FROM KINNICK PARKING LOT

GROUND VIEW FROM KINNICK PARKING LOT WITH NEW COOLING TOWER

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 4

EXISTING AERIAL VIEW OF COOLING TOWERS

AERIAL VIEW WITH NEW COOLING TOWER

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 5

1.3. Design and construction shall comply with the Project Requirements Manual documents issued to “short-listed” Offerors in the Phase II RFP. The contract award for design and construction of Chilled Water Plant 2 (West) – Increase Cooling Tower Capacity should not exceed $4,200,000. Section 00120 – RFQ and RFP Evaluation and Basis for Award provides details on cost proposal requirements and evaluation.

1.4. Two Phase Design-Build Solicitation Process.

1.4.1. This procurement is being solicited using the Two-Phase solicitation process. As part of Phase I, potential contractors shall submit their general information, relevant past performance, team experience, project understanding & approach, project management, safety record, and other factors or capability information for review and consideration by the Owner. Following the review, evaluation, and rating of these proposals, the Owner intends to select not less than two (2) and not to exceed five (5), of the highest rated contractors to receive a Phase II Request For Proposal. Phase II Offerors shall provide a technical and cost proposal for consideration by the Owner. The Owner will review the technical and cost proposals of the Phase II Offerors. Evaluations will be conducted in general accordance with the evaluation criteria set out in Section 00120 – RFQ and RFP Evaluation and Basis for Award. The final evaluation rating used for comparison, selection, and award will reflect only the Phase II ratings and evaluations. Cost information, provided during Phase II, will be rated and will be evaluated in response to the funding limitations set out in this section and Section 00120 price evaluation.

1.4.2. Firms formally organized as design/build entities, or by design firms and construction contractors

that have associated specifically for this project may submit proposals. For the purpose of this solicitation, no distinction is made between formally organized design/build entities and project-specific design/build associations. Both are referred to as the design/build Offeror, (or simply "Offeror"), or the design/build contractor, (or simply "Contractor"), after award of a contract. All designs must be accomplished under the direct supervision of licensed professionals registered in the appropriate technical disciplines, and meeting other certification and licensing requirements specified in the request for proposal.

1.4.3. All Offerors will be notified of their selection and/or non-selection to Phase II. The names of the

Offerors selected to participate in Phase II will be published in the Owner website, http://www.facilities.uiowa.edu/pdc/bids.asp?submenuheader=2

1.4.4. The Phase I RFQ and Phase II RFP have been developed based on specific criteria as defined

by and in accordance with the Owner Design Standards & Procedures – latest Edition with modifications applied for this specific Project.

1.5. The project as issued in the Phase II RFP will be programmatically developed as indicated in the Project

Requirements Manual. It will include general project description and other technical performance requirements. These documents will be made available to the selected Offerors as part of the Phase II RFP.

1.6. Design After Award: The Designer(s) of record shall be expected to provide the design services after the award of the project through project completion. All disciplines shall provide technical Project Manual (specifications) and Project Drawings complete with project details. The designers shall provide design development submittals, construction document submittals (100% complete) and record documents for review by the Owner. A complete listing of Design After Award requirements will be provided in the RFP to the design build teams selected for Phase II.

REMOVAL OF SECTIONS AT TIME OF AWARD 1.6 Sections 00100, 00110 and 00120 will be physically removed from the resulting award, but will be

deemed to be incorporated by reference in the award.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 6

DISPOSITION OF UNSUCCESSFUL PHASE II - RFP PROPOSALS 1.7 The Owner will retain one copy of all unsuccessful Phase II Proposals. The Owner will destroy extra

copies of unsuccessful proposals. No destruction certificate will be provided. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS 1.8 Any explanation desired by an Offeror regarding the meaning or interpretation of the solicitation or

project/performance project manual documents must be requested in writing and with sufficient time allowed for a reply to reach Offerors before the submission of their offer. All questions and requests for information must be received NOT LATER THAN the end of the day seven (7) days prior to the due date. Any clarifications or modifications to the RFQ and RFP will be in the form of an addendum to the solicitation will be furnished to all Phase I prospective Offerors via posting to http://www.citybluetechnologies.com/ per the schedule shown in Section 00010.

ADDENDA PRIOR TO DATE SET FOR RECEIPT OF RFP 1.9 The right is reserved, as the interest of the Owner may require, to revise or amend the solicitation or

project/performance documents as necessary. Such changes, if any, will be announced by an addendum to this solicitation. All addenda will be posted on the following website: http://www.citybluetechnologies.com/. Receipt of addenda by the Offeror must be acknowledged in the space provided on the bid form provided to Phase II Offerors.

SUBMITTAL OF QUALIFICATIONS AND PROPOSALS 1.10 Qualifications and proposals shall be enclosed in a sealed envelope and identified with the name of the

Offeror and the Chilled Water Plant 2 (West) – Increase Cooling Tower Capacity, The University of Iowa. The qualifications and proposals shall be addressed to the Board of Regents, State of Iowa, Planning, Design & Construction Office, 200 University Services Building, Iowa City, Iowa 52242, and identified with the name and address of the Offeror and the designation, "Request for Qualifications” or “Request for Proposals” depending on phase. If mailed, Offerors must indicate on the shipping label or on a separately prepared label adhered to the outside of the shipping envelope, the project title, UI project number and RFQ/RFP due date.

IOWA TARGETED SMALL BUSINESS (TSB) 1.11 The Board of Regents, State of Iowa seeks to provide opportunities for Targeted Small Businesses in

accordance with the provisions of Chapter 73 of the Code of Iowa. This project has a participation goal of 10% for certified Targeted Small Businesses participation and the Offeror shall fill out the Targeted Small Business Participation form as part of the RFP Phase II submission.

RFP PHASE II EXPENSES AND PRE-CONTRACT COSTS 1.12 This Request For Qualifications (RFQ) Phase I and Request For Proposal (RFP) Phase II does not

commit the Owner to pay costs incurred in preparation and submission of initial qualifications and subsequent proposals or for other costs incurred prior to award of a formal contract.

1.13 Stipends: This solicitation provides for payment of a stipend to be paid to each of the unsuccessful

Phase II Offerors not selected for award of the resulting contract. 1.14 In order to promote increased competition, the University offers to pay a stipend of $10,000 to Phase II

unsuccessful Offerors, in consideration for preparation of a technical proposal, otherwise meeting the minimum requirements described herein. The stipend shall not be considered a full or partial purchase price of the unsuccessful proposal.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 7

1.15 Stipend Eligibility: To be eligible for a stipend, the unsuccessful Phase II Offerors’ technical proposal

must be rated acceptable in all technical evaluation criteria, essentially meeting the University’s solicitation criteria. Some insignificant, minor deficiencies or weaknesses may be allowed as long as the overall proposal meets the requirements for acceptability.

A&E FIRM INELIGIBLE TO COMPETE 1.16 The A/E firm, Shive-Hattery, Inc., the preparer of the project/performance requirements project manual

documents for this Phase I RFQ & Phase II RFP, have been determined to be ineligible to compete for the design/build contract to be awarded via this solicitation.

PERSONNEL ON PROJECT EVALUATION PANEL AND RESOURCES 1.17 The Offerors’ Technical Proposals will be evaluated by a Project Evaluation Panel assembled by the

Owner specifically for this project.

1.17.1 Phase II RFP Offerors are advised that employees of the firms identified below may serve as advisors to the Project Evaluation Panel members. These individuals will be authorized access to only those portions of the qualifications and proposal data that are necessary to enable them to perform their respective duties. Such firms are expressly prohibited from competing on the subject acquisition and from rating proposals or recommending a selection.

FIRM CONTACT NAME PHONE

Shive-Hattery, Inc. Phil Larson 319-354-3040 Shive-Hattery, Inc. Tracy Longo 319-354-3040 Shive-Hattery, Inc. Tom Morgan 319-354-3040 Shive-Hattery, Inc. Steve Bradley 319-354-3040

1.17.2 In accomplishing their duties related to this process, the aforementioned firms may require

access to proprietary information contained in the Offeror’s proposals. Therefore, these firms agree to execute an agreement with each Offeror that states that they will (1) protect the Offerors’ information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than that for which it was furnished. Each Offeror must contact the above company to execute such an agreement prior to submission of proposals if Offeror deems it necessary. Each Offeror shall submit copies of the agreement with their Phase II Proposal when the form is made available. Offerors who fail to execute agreements do solely at their own risk.

PHASE II - RFP DEVIATIONS 1.18 If the Offeror takes exception to any of the requirements specified in this solicitation, the Offeror shall

clearly identify each such deviation/exception and include a complete explanation of why the exception is taken and what benefit accrues to the Owner. All exceptions/deviations to the solicitation requirements and supporting rationale shall be submitted as a document clearly labeled "Exceptions/Deviations” to the Owner no later than by the RFP – Phase II Interim Design Review Meeting date. This is only required if the Offeror intends to take exception to or deviate from any requirement in the solicitation and shall only include information relevant to exceptions/deviations taken to the project requirements. The Owner will assume an Offeror takes no exceptions to any project requirement if the Offeror does not submit an attachment identifying exceptions. Offerors are advised that solicitation requirements are not necessarily negotiable and such exceptions/deviations at the time of RFP submission may render an Offeror's proposal unacceptable and ineligible for award.

END OF SECTION

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

INSTRUCTIONS TO OFFERORS 00100 - 8

THIS PAGE

INTENTIONALLY

LEFT BLANK

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 1

SECTION 00110 RFQ AND RFP SUBMISSION INSTRUCTIONS

GENERAL INSTRUCTIONS 1.1. QUALIFICATIONS PREPARATION INSTRUCTIONS

1.1.1. Inasmuch as the RFQ submission will describe the capability of the Offeror to perform any resultant contract, as well as describe its understanding of the project requirements, it should be specific and complete in every detail. The RFQ response should be prepared simply and economically, providing straightforward, concise delineation of capabilities to satisfactorily perform the contract being sought. The submission should therefore be practical, legible, clear and coherent.

1.1.2. These instructions prescribe the required format and describe the approach for the development

and presentation of the RFQ. They are designed to ensure the submission of necessary information to provide for the understanding and a comprehensive evaluation. Carefully review this section prior to commencing RFQ submission preparation. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete RFQ. Failure to furnish a complete RFQ, at the time of submission, may result in the RFQ being unacceptable to the Owner and eliminated from consideration.

1.1.3. After compiling all required information, submit the information in accordance with the “RFQ Due

Date Schedule” paragraph for Phase I. 1.1.4. RFQ AND RFP DUE DATE SCHEDULE The entire Phase I RFQ proposal is due by 2:00 p.m.,

Central Time, September 22, 2017. The date and time for receipt of the Phase II RFP proposals will be issued in the Phase II solicitation to those Offerors selected to proceed to the Phase II portion of this procurement.

1.1.5. GENERAL PROPOSAL CONTENTS LIST BY PHASE

Phase I – Request For Qualifications (RFQ) • General Information • Relevant Firm Experience • Team Experience & Qualifications • Project Understanding & Approach • Project Management • Safety Record • Other Factors Phase II – Request For Proposal (RFP) • Part 1: Technical Proposal Evaluation Criteria

• Design Requirement Compliance • Design Creativity, Context, & Equipment • Project & Team Management • Project Approach & Schedule • Oral Presentation

• Part 2: Cost Proposal Evaluation Criteria

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 2

WRITTEN RFQ AND RFP SUBMISSION FORMAT 1.2. Unless noted otherwise, these general instructions apply to both Phase I and Phase II proposals.

1.2.1. These instructions prescribe the format of proposals, and describe the approach for the development and presentation of the proposed data. The proposal shall include all of the information requested in the specific instructions. Failure to include all information requested may adversely affect the evaluation. A proposal that merely reiterates or promises to accomplish the project requirements of the RFQ/RFP may be considered unacceptable. A proposal that is orderly and sufficiently documented will be easy for the Owner to understand and will enable the Owner to perform a thorough evaluation.

1.2.2. Offerors are cautioned to submit enough information to enable the Owner to fully ascertain each

Offeror’s capability to perform all of the requirements contemplated by this solicitation. All commitments made in the proposal may become a part of the resultant contract. The data submitted with each proposal should be complete and concise, but not overly elaborate. Any materials submitted but not required by this solicitation, (such as company brochures), shall be relegated to appendices. Excessive reliance on promotional brochures is discouraged. Note: Brochures count towards page limitations for RFQ.

1.2.3. Written proposals shall be prepared on standard 8.5 x 11 inch paper (charts may be landscaped

but must be on 8.5 x 11 inch paper) and shall be in a legible font size (10 point minimum). Type size for graphics, charts, diagrams and tables, shall be of an appropriate font and size for the application, and must be clearly readable without magnification assistance to the normal eye. Page size for schedules may be up to 11” x 17” and all other charts, tables etc. must not exceed normal legal size (8.5”x14”). Page sizes greater than 8 ½” x 11” shall be folded to 8 ½” x 11” size. Text lines will be no less than single-space. All pages of each proposal shall be appropriately numbered. Phase I RFQ proposals shall be no more than 50 single sided pages or 25 double sided pages.

1.2.4. The proposals shall contain a detailed table of contents. The “Table of Contents” will identify

major areas, paragraphs and subparagraphs by title and page number. Tab indexing may be used to identify Sections as appropriate. Table of Contents and Tab indexes do not count toward page limitation and should not be numbered. If more than one binder is used, the complete table of contents shall be included in each binder.

1.2.5. Elaborate format and binding are neither necessary nor desirable. All binders, (3 ring type is

preferred) shall be capable of lying flat when opened. The cover of each binder shall clearly identify the Offeror’s name, project number, and RFQ/RFP title. All RFP binders shall allow for easy removal and replacement of pages.

1.2.6. If revised proposals are requested, all proposal revisions shall be submitted on colored paper as

page changes with each page identified by date and page number. Revised pages shall be printed on one side and punched with a 3-hole punch along the left margin. The number of revised copies to be submitted is the same as the initial proposal.

1.2.7. Electronic Copy: Provide one (1) electronic copy of all of the proposal information for Phase I.

Provide one (1) electronic copy if selected to submit a Phase II RFP proposal. Electronic copies may be submitted on CD-ROM or DVD-Rom saved in Microsoft Word format or Adobe Acrobat (9.0) or higher (“Read Only” files are acceptable). All disks shall be virus checked prior to submission.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 3

1.2.8. Phase II RFP Drawing sheets: Use drawings no larger than (approximately 30” x 42”) and no smaller than size A2 (approximately 11” x 17”). No electronic drawing files, other than the PDF files, are required to be submitted at the RFP proposal phase. Drawings are NOT required in Phase I RFQ submission.

1.2.9. Offeror may, at the discretion of the Owner, be asked to provide clarifications regarding their

RFQ/RFP submittal. 1.2.10. The Offeror shall be held responsible for the validity of all information supplied in the Offeror’s

proposal. Should subsequent investigation disclose that the facts and conditions were not as stated, the submission may be rejected or contract terminated for default if after contract award.

PHASE I REQUEST FOR QUALIFICATIONS – SUBMITTAL CONTENT 2.1. GENERAL REQUIREMENTS:

2.1.1. Who May Submit: Proposals may be submitted by any Offeror who wishes their qualifications to be evaluated by the Owner for conformance to Phase I RFQ criteria.

2.1.2. Submission Deadline. Proposals shall be received no later than the time and date specified by

the Phase I solicitation. 2.1.3. Phase I - Request For Qualifications Documents: Submit 1 original, 7 additional hard copies and

1 electronic copy. 2.2. An official having the authority to contractually bind your company must sign the RFQ. One copy of the

RFQ is required to have an original signature.

2.2.1. Include an Executive Summary, which as a minimum includes the following information: Offeror Name, Complete Address, Point of Contact, Authorized Negotiators, Email address(s) & Phone Number(s).

2.2.2. Joint Venture Requirements. Parties wishing to propose as a joint venture must submit, with the

Phase I Request For Qualifications, an executed copy of the joint venture agreement.

2.3. SUBMITTAL INFORMATION

2.3.1. Offerors shall provide information to demonstrate a history of performance on contracts that are similar in scope, complexity and size and to demonstrate experience in performing work similar in size, scope and complexity to that described in the scope of this procurement. Offerors shall explain what aspects of the referenced contracts they deemed relevant to the proposed effort.

2.3.2. Offerors should consider the relevancy of the past performance information. Current

performance may have greater impact than older performance. 2.3.3. Offerors should include with their proposal information regarding any problems encountered on

the identified contracts and the Offeror's corrective actions and/or explanation. 2.3.4. Offeror shall provide a list of key subcontractors/subconsultants and/ or Teaming Partners to be

utilized on this project. (The design team(s) and prime construction team.) As a minimum provide the name(s) of subconsultants to be utilized on the design and oversight team and/or the

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 4

prime construction contractor (as applicable). Other construction subcontractors may be listed/discussed but are not required in Phase I.

2.3.5. Offerors lacking relevant present/past performance experience may submit information

regarding predecessor companies, key personnel who have relevant experience or subconsultants and/or subcontractors that will perform major or critical aspects of the requirement if such information is relevant to this solicitation. Such information shall, as a minimum, include: (1) Name(s) of Predecessor Company and/or Key Personnel; (2) Complete Address: (3) Telephone, Fax Number and email address; (4) Brief synopsis of the experience (a resume may be submitted for "Key Personnel") (5) Describe in detail relevancy to this project. Note that use of subconsultant/subcontractor or key personnel to obtain relevant past performance shall commit the Offeror to use the proposed subconsultant/subcontractor or key personnel in the performance of the contract.

2.3.5.1. Provide three (3) references for each Predecessor Company, subconsultant/subcontractor or Key Personnel. Clearly identify the company/individual for whom the reference information concerns.

2.3.6. Offerors are advised that the Owner may use all data provided by the Offeror in this submittal

and data obtained from other sources, to include but not limited to Owner’s databases, in the development of performance confidence assessments. Past performance information on contracts not listed by the Offeror, or that of planned subconsultants/subcontractors, may also be evaluated. The Owner may contact references identified as well as other than those identified by the Offeror and information received may be used in the evaluation of the Offeror’s past performance. While the Owner may elect to consider data obtained from other sources, the burden of providing current accurate and complete past performance information rests with the Offeror.

2.4. Demonstrate an understanding of this design build process and address any anticipated risks associated

with this process for this project. Describe in general terms how the Offeror will approach the design and construction of this facility.

2.5. PHASE I - OTHER CAPABILITY INFORMATION

2.5.1. Describe your office capabilities for preparing architectural renderings.

2.5.2. Describe your office capabilities for project scheduling. Include programs you utilize and experience of personnel in these programs. Discuss briefly your plan for scheduling of this project, to include updates. (A sample schedule IS NOT desired.)

2.5.3. Describe your office capabilities for ensuring proper administration of a project of this magnitude

and complexity.

2.5.4. You may provide additional information on your capabilities, but please be brief. 2.6. Provide information addressing the proposed organization and the roles and responsibilities of the

various subconsultants and subcontractors for both design and construction.

2.6.1. Include in the narrative the Offeror’s proposed processes for handling field problems, assuring quality and assuring Architect/Engineer of Record involvement throughout the construction period. Address the roles and responsibilities of the various subcontractors and the inclusion of the major construction subcontractors during the design process.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 5

2.6.2. Provide an overview of projects (at least three) for which the Offeror has been responsible. The

examples should be as similar as possible to this solicitation in project type, magnitude, complexity, cost, design or features and scope. Each example shall indicate in detail the general character, scope, location, cost, and date of completion of the project. If the Offeror represents the combining of two or more companies for the purpose of this RFP, each company shall discuss project examples.

2.6.3. Demonstrate that the overall team manager has the experience and required qualifications in

this role on projects of similar complexity, size and scope. 2.6.4. Demonstrate that all lead design personnel have experience and required qualifications in

assigned roles on projects of similar complexity, size and scope. As a minimum, discuss the project architect; and the engineers responsible for civil, structural, mechanical and electrical.

2.6.5. Demonstrate that all lead construction personnel have experience and required qualifications in

assigned roles on projects of similar complexity, size and scope. Discuss as a minimum the project manager; the quality control manager; and the construction manager and/or project superintendent.

2.6.6. Demonstrate that all lead design personnel are registered and/or certified in their discipline. In

order for a firm, or individual, to be permitted by law to practice the profession of architecture or engineering, it must be: • "Licensed" by the state, Iowa, in which the Project is to be constructed • A registered professional in the state, Iowa, that they are practicing

PHASE II – RFP TECHNICAL & COST PROPOSAL 3.1. GENERAL REQUIREMENTS

3.1.1. Who May Submit: Proposals may be submitted by the Offerors who receive written notification from the Owner that their firm has been selected to participate in Phase II-Request For Proposal part of this solicitation. The Owner intends to select two to five of the highest rated Design-Build Offerors to receive the technical requirements package and to participate in the Phase II process of this solicitation.

3.1.2. Submission Deadline: Proposals shall be received no later than the time and date specified by

the Phase II solicitation.

3.1.3. STATEMENT OF COMPLIANCE: In order to effectively and equitably evaluate all proposals, the Owner must receive information sufficiently detailed to clearly indicate the materials, equipment, methods, functions, and schedules proposed. The Offeror is required to certify that all items submitted in its technical proposal comply with the Phase II RFP requirements and any differences, deviations or exceptions have been identified and explained as required by the solicitation. Offerors are required to complete the statement (found below) and submit it with their Phase II proposal. Even if there are no differences, deviations or exceptions, the Offeror must submit the Statement of Compliance and state that none exist. Offerors are cautioned that any differences, deviations or exceptions that have not been identified and explained as required by the solicitation are not considered accepted even if the proposal is incorporated into the award.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 6

STATEMENT OF COMPLIANCE (To be submitted with Phase II Proposal) [Insert name of the Offeror] hereby certifies that all items submitted in this proposal and final design documents (after contract award) comply with the solicitation requirements. The criteria specified in Request for Proposal Project No. 0691801 are binding contract criteria and in case of any conflict after award, between RFP 0691801 and the Contractor's proposal, the Request for Proposal criteria shall govern unless there is a written and signed agreement between the Contractor and the Owner waiving a specific requirement.

3.1.4. Cost Information: The “Technical Proposal Evaluation Criteria” shall not include any cost

information. The technical and cost proposals shall be submitted as two separate documents. PHASE II – RFP TECHNICAL PROPOSAL 3.2. The technical proposal shall comprise the full Technical Proposal requirements & consists of drawings

and written narrative to address the evaluation criteria noted in Section 00120 – RFQ and RFP Evaluation and Basis for Award for the Phase II Requirements. The Owner reserves the right to change Phase II proposal requirements prior to closing of the Phase II solicitation if necessary.

3.2.1. Offerors are cautioned that all information provided, regardless of the format, i.e. written

proposal or oral presentation, shall be considered as proposal information, and used in the evaluation process.

PHASE II – RFP PART 1: TECHNICAL PROPOSAL 3.3. Technical Data shall be submitted in a separate three-ring binders labeled "Phase II - Technical Data -

Part 1". This proposal consists of but is not limited to; design documents, sketches, outline specifications, design analysis, catalog cuts, and other information. 3.3.1. The following information shall be submitted as part of the Technical Data Proposal. Offerors

are advised that the required data listed below will be utilized for technical review and evaluation and used for determination of a "Quality and Performance Point Rating" by the Owner’s Project Evaluation Panel. Materials indicated in the design/construction criteria, but not indicated in the Offeror's specifications, will be assumed to be included and a part of the proposal. Do not depict items that are not part of the offer on the drawings and indicate any items that are “existing conditions.”

3.3.2. Offerors are reminded that all proposed deviations and betterments shall be identified and

discussed within each technical data element. If proposed, deviations and betterments, from the design and construction criteria, shall include a graphic description of the proposed.

3.3.3. The following elements will be evaluated based on the material provided to meet the Technical

Proposal requirements: Part 1-1 Project Design Performance Requirement Compliance Part 1-1.1 Site Usage Part 1-1.2 Architectural/Structural Design Part 1-1.3 Hydraulic Analysis and Electrical Design Part 1-1.4 Durability, Serviceability, and Maintainability Part 1-2 Design Creativity, Context & Equipment Part 1-2.1 Site Usage

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 7

Part 1-2.2 Aesthetics and Structural Design Part 1-2.3 Piping Layout and Major Equipment Components Part 1-2.4 Durability, Serviceability, and Maintainability Part 1-3 Project & Team Management Plan Part 1-4 Project Approach and Schedule

PHASE II – RFP PART 1-1 PROJECT DESIGN PERFORMANCE REQUIREMENT COMPLIANCE 3.3.4 PHASE II – RFP PART 1 -1.1 SITE USAGE

3.3.4.1 General Site Development Design Narrative: The narrative shall describe the laydown

area, relationships as it relates to site context, proposed site vehicular and pedestrian circulation routes, and access to the existing Chilled Water Plant. Emphasize all features that exceed the minimum Project Performance Requirements.

3.3.5 PHASE II – RFP PART 1 -1.2 ARCHITECTURAL AND STRUCTURAL DESIGN

3.3.5.1 Architectural Narrative: Describe any special features or finishes that contribute to the proposed design theme. Provide narrative of overall architectural design concept, including contextual relationship to the existing Chilled Water Plant. Emphasize all features or betterments that exceed the minimum Project Performance Requirements.

3.3.5.2 Structural Narrative: Describe the structural system that will be used to support the new cooling tower, the tower, and basin. Provide sufficient detail of the challenges foreseen in reinforcing the existing building and how the proposed design addresses those issues. Identify if new foundations, if any, are required.

3.3.6 PHASE II – RFP PART 1 -1.3 HYDRAULIC ANALYSIS AND ELECTRICAL DESIGN

3.3.6.1 Hydraulic Analysis and Major Equipment Components Design Narrative. The narrative presentation shall include the following data:

3.3.6.1.1 Provide a mechanical design narrative that summarizes the hydraulic

analysis performed and provide information on pipe size, pipe velocities, etc. Identify any issues or impact on the operation of the existing Chiller Plant during construction.

3.3.6.1.2 Provide a detailed description of the major mechanical equipment components in tabular form. Provide make and model of equipment and a single cut sheet for each equipment type to be used. These cut sheets will establish the physical, functional and visual characteristics of the equipment and establish a level of quality.

3.3.6.2 Electrical Design and Equipment Narrative. The narrative presentation shall include the following data:

3.3.6.2.1 Provide an electrical narrative that summarizes the power requirements for the proposed cooling tower and how that power will be provided. Describe

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 8

what modifications are required in the existing plant and what disruptions to the operation of the plant are required, if any.

3.3.6.2.2 Provide a detailed description of the major electrical equipment components

in tabular form. Provide make and model of equipment and a single cut sheet for each equipment type to be used. These cut sheets will establish the physical, functional and visual characteristics of the equipment and establish a level of quality.

3.3.7 PHASE II – RFP PART 1-1.4 DURABILITY, SERVICEABILITY AND MAINTAINABILITY

3.3.7.1 Durability, serviceability and maintainability. Provide a narrative that demonstrates how

the proposed design complies with the minimum Project Performance Requirements. Highlight features or equipment that could be considered an enhancement or betterment.

PHASE II – RFP PART 1-2 DESIGN CREATIVITY, CONTEXT & EQUIPMENT

3.3.8 PHASE II – RFP PART 1 -2.1 SITE USAGE

3.3.8.1 The site design development portion of the proposal must outline the proposed site laydown areas and crane location. Indicate how access is maintained to existing loading docks, effects on parking access and number of parking stalls.

3.3.8.2 The Owner may favorably consider proposals that demonstrate the most efficient and effective use of the site while incorporating all project site requirements. Innovative ways to keep adjacent sidewalks, drive lanes and parking open during construction will be given favorable consideration.

3.3.8.3 SITE USAGE DRAWING: Provide a site plan drawing that clearly indicates the site usage. The drawing should include, but not be limited to, project boundaries, site fencing, and location of existing parking lot layouts, existing utilities, crane location, walks, and preliminary laydown areas. The drawing(s) shall describe general pedestrian, vehicular, and construction access during construction.

3.3.9 PHASE II – RFP PART 1 -2.2 AESTHETICS AND STRUCTURAL DESIGN 3.3.9.1 The Owner will favorably consider proposals that match existing Chilled Water Plant

architectural manifestations which offer enhancements for durability and serviceability. 3.3.9.2 BUILDING CROSS-SECTION: Provide a dimensionally correct schematic building

cross-section that shows the key building features and the spatial relationship of structural framing, large diameter piping, service platforms, minimal clearances, etc. Indicate the type of materials used for construction.

3.3.9.3 STRUCTURAL FRAMING DRAWING: Provide a schematic framing plan(s) and

building section (see above) that identifies the structural framing system to be used for this project. Identify areas of minimal clearance or where obstructions to existing equipment will be created.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 9

3.3.10 PHASE II – RFP PART 1 -2.3 PIPING LAYOUT AND MAJOR EQUIPMENT COMPONENTS

3.3.10.1 The Owner will favorably consider proposals that show piping alignments and equipment layouts that minimize conflicts and do not negatively affect the operation of the Chilled Water Plant and proposals that provide equipment that meets the technical requirements and is similar to the equipment that is in the existing plant.

3.3.10.2 PIPE LAYOUT DRAWING: Provide schematic level drawing(s) that indicates the proposed pipe size and piping alignment showing tie-in locations and routing through the Chilled Water Plant. Identify areas where head clearance will be less than 6’-8”.

3.3.10.3 EQUIPMENT LAYOUT DRAWING: Provide schematic level drawing(s) that shows

the placement of major pieces of mechanical and electrical equipment. Show spatial relationship with existing equipment and aisles/walkways. Show existing equipment, piping, etc. to be relocated if it is required for the project. This drawing can be combined with the Pipe Layout Drawing if the information can be clearly presented.

3.3.11 PHASE II – RFP PART 1-2.4 DURABILITY, SERVICEABILITY AND MAINTAINABILITY

3.3.11.1 The Owner will favorably consider proposals that demonstrate enhanced features that

promote durability, serviceability, and maintainability.

3.3.11.2 Provide a detailed narrative that describes the features or procedures that enhances the durability, serviceability, and maintainability above and beyond the minimum Project Performance Requirements.

3.3.12 PHASE II – RFP PART 1-3 PROJECT & TEAM MANAGEMENT PLAN

3.3.12.1 Provide in sufficient detail so the Owner has a clear understanding of the team’s

qualifications to design and construct the proposed improvements. Changes and/or additions to the Offeror’s team from the RFQ submittal should, in particular, be noted. • Experience and qualifications of the design team • Qualifications and experience of subconsultants • Experience and qualifications of the construction team • Qualifications and experience of subcontractors • Administrative and executive staffs support • Quality control and commissioning management

3.3.12.2 PROJECT & TEAM MANAGEMENT PLAN The Offeror shall provide a Project &

Team Management Plan. This is an overall plan showing how the Offeror will control the job. The term "management plan" is defined as a plan that includes the following as a minimum: • Organization and Personnel to include Sub-Consultant and Sub-Contractor

Management • Quality Control Procedures and review process unique to design/build • Safety Procedures • Risk assessment of factors and a mitigation plan that may impact budget, quality,

or schedule • Subcontracting Plan

3.3.12.3 Organization, Management and Subcontractor Management: Discuss lines and

authority, responsibilities and communications. Include how you will respond to

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 10

changes. Discuss your team and corporate support. Provide the names, resumes, and levels of responsibility of the principal managers and technical personnel who will be directly responsible for the day-to-day design and construction activities. Provide qualifications of key project personnel including name and project assignment, and firm association. Project key personnel shall include the engineering disciplines and key construction subcontractors listed below.

3.3.12.3.1 As a minimum, discuss the project manager; the project architect; the

engineers responsible for structural, mechanical, electrical; the quality control manager; and the construction manager and/or project superintendent.

3.3.12.3.2 Demonstrate that all lead design personnel are registered in Iowa and/or certified in their discipline and have experience and technical competence in assigned roles on projects of similar complexity, size and scope.

3.3.12.3.3 If subconsultants/subcontractors will be providing comprehensive design-build services to the Offeror, provide qualifications for their key design personnel as well. If reassignment of personnel is considered possible, provide the names and resumes of the alternative professionals in each assignment. Describe you plans for management of these subs.

3.3.12.3.4 Key construction subcontractors shall include, but are not limited to: Concrete, Structural Steel, Mechanical and Electrical subcontractors. Discuss the extent of their roles with respect to the design and construction phases of this project. Except for the design team or prime construction contractor, as applicable, multiple subcontractors may be named for the same discipline but is limited to a maximum of 3 subcontractors per discipline. When multiple subcontractors are provided for the same discipline the evaluation will be in general accordance with Section 00120 – RFQ and RFP Evaluation and Basis for Award. Describe your plans for management of these subcontractors.

3.3.12.4 Quality Control Procedures: The Quality Control Plan is part of the Management Plan.

The alliance of the project designer and builder on a project such as this, naturally removes one commonly used method of quality control, that is, the usual reliance on the Owner or the design consultant for monitoring construction quality. Although the Owner will provide an on-site representative during construction, Offerors are expected to develop a formal program of monitoring to ensure a high level of design and construction quality.

3.3.12.5 Offerors shall submit a summary of the Quality Control plan that will be implemented if

awarded this contract that responds to the minimum requirements of Technical Specifications for Contractor Quality Control (furnished with the Phase II RFP package). The Offeror's plan summary shall include as a minimum the following characteristics:

3.3.12.5.1 A clear identification of the personnel responsible for quality control and a

clear policy establishing their authority. The quality control group shall be separate and apart from (not the same) the people that are doing the construction.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 11

3.3.12.5.2 A specific description of the tasks and functions of the quality control personnel. A specific policy establishing schedules for the performance of quality control tasks.

3.3.12.5.3 A policy for reporting quality control findings to the Owner

Representative(s). A procedure whereby the Owner may resolve disputes that have not received satisfactory responses from the first levels of quality control personnel.

3.3.12.5.4 A plan for material storage, handling, and protection on this site with

limited laydown area.

3.3.12.5.5 The plan for review, evaluation, and Offeror Quality Control of the Design Submittals prior to Owner receipt.

3.3.12.5.6 The plan for review of submittals and extensions of design. Of particular

interest is the role of the Designer of Record in all design and construction progress.

3.3.12.5.7 Procedures for involving Key Subcontractors in the design development.

Procedures for successful integration of the Offeror’s Quality Control Program with the Owner’s Quality Assurance Program.

3.3.12.6 Safety Procedures

3.3.12.6.1 Provide a summary of the Safety plan that will be implemented if your

team is awarded this contract.

3.3.12.6.2 Include in the summary your plans for training and documentation.

3.3.12.6.3 Plan summary should demonstrate familiarity with and adherence to OSHA standards. Described steps taken to promote safety during construction.

3.3.12.6.4 Explain how you intend to maintain an accident free worksite.

3.3.12.7 Risk Assessment: Identify the risks associated with the project that may impact

budget, quality, or schedule. Provide a Risk assessment and a mitigation plan on the factors you have identified.

3.3.13 PHASE II – RFP PART 1-4 PROJECT APPROACH & SCHEDULE

3.3.13.1 DESIGN AND CONSTRUCTION SCHEDULE Provide an integrated preliminary

design and construction schedule. The Notice of Award date to be used in the development of the Schedule will be provided in the Phase II solicitation.

3.3.13.2 The schedule for design and construction shall be task oriented, indicating dates by which milestones are to be achieved. The Offeror shall use a critical path scheduling approach and the schedules shall be graphically represented, not to exceed a type A1 sheet.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP SUBMISSION INSTRUCTIONS 00110 - 12

3.3.13.3 The schedule is to be an integrated and networked multi-layered schedule of program/project tasks. It identifies project events, accomplishment, and criteria and the expected dates of each. Each major task will be directly traceable to the requirements of the project. These dates are based on the calendar dates provided as the starting point and the logical flow of dates provided by calculating the addition of duration of all tasks using typical schedule networking tools. All tasks/activities in the schedule should be logically linked together showing predecessor/successor relationships.

3.3.13.4 Offerors shall also submit a rationale explaining how the schedules will be achieved.

Offerors providing an alternate schedule shall discuss the perceived benefits to the Owner.

3.3.13.5 Commencement, Prosecution, & Completion of Work: The Contractor shall be

required to: Commence work under this Contract within 10 days after the date the Contractor receives the Notice of Award, and execute the work diligently. The Offeror shall propose the schedule and provide milestone dates for Substantial Completion and Final Acceptance.

PHASE II – RFP PART 2 COST PROPOSAL

3.4 Cost Proposal: The “Cost Proposal Evaluation Criteria” information should be submitted in a separate

envelope labeled "Cost Proposal Requirements." Provide one (1) original to the Owner. Bidders shall complete all portions of the Form of Bid for Design-Build Contract and furnish it in the “Sealed Bid for Complete Design and Construction” envelope. This category consists of:

3.4.1 Executed Compliance Statement (To be issued in RFP - Phase II). 3.4.2 Cost proposal information. Offerors shall complete all portions of the Cost proposal Schedule

(issued with Phase II RFP) and furnish it in the "Cost Proposal Requirements" documents envelope. Phase II Offerors’ attention is directed to section 00120 – RFQ and RFP Evaluation and Basis for Award Phase II Evaluation for important information concerning pricing.

3.4.3 Include Betterment and Deviation schedule as required.

END OF SECTION

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 1

SECTION 00120 RFQ AND RFP EVALUATION AND BASIS FOR AWARD

GENERAL INFORMATION: 1.1. This solicitation is for one Firm Fixed Price Contract. 1.2. The Owner intends to award a contract to the Offeror deemed responsible, whose proposal conforms to

the RFQ’s/RFP's requirements and judged to represent the Best Value to the Owner.

1.2.1. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Owner's stated importance of evaluation criteria. Best value will be determined by a comparative assessment of proposals against all source selection criteria in this RFQ/RFP. The Owner is concerned with striking the most advantageous balance between technical features and cost to the Owner. As technical ratings and relative advantages and disadvantages become less distinct, differences in price between proposals are of increased importance in determining the most advantageous proposal. Conversely, as differences in price become less distinct, differences in ratings and relative advantages and disadvantages between proposals are of increased importance in determination of the most advantageous proposal. This may result in award being made to a higher-rated, higher-priced Offeror where the Owner determines that the benefits of the higher-priced Offeror outweigh the cost difference.

1.2.2. While the Owner will strive for maximum objectivity, the evaluation process, by its nature, is

subjective and therefore, professional judgment is implicit throughout the entire evaluation process. A Proposal determined to have significant deficiencies to space program and/or technical performance requirements of the RFP or not in conformance with the Project Requirements Manual may be given a low point total and may be removed from further consideration for award.

1.3. The source selection process will be conducted in two phases. There will be two separate evaluations

made.

1.3.1. Under Phase I – Request For Qualifications, general information, relevant past performance, team experience & approach, project understanding & approach, project management, safety record, and other factors or capability information will be evaluated.

1.3.1.1. Following the review, evaluation, and rating of the Phase I proposals, the Owner intends

to select no less than two or more than five, of the highest rated contractors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Owner.

1.3.2. In the Request For Proposal (RFP) - Phase II: Phase II evaluation criteria is provided with the

Request For Qualifications - Phase I solicitation, however, the Owner reserves the right to amend this criteria at the time the Request For Proposal - Phase II solicitation is issued.

1.3.3. The contractor’s proposal is defined as all information that was submitted in response to the

requirements of both phases of the solicitation.

1.3.3.1. Requirements stated in this RFP are minimum requirements. Innovative, creative, or cost saving proposals that meet or exceed these requirements are encouraged and will receive consideration accordingly. Deviations from space and adjacency requirements are discouraged unless the change results in a significant improvement to the facility in

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 2

the Owner’s opinion. Deviations from any requirements should be clearly noted and justified in the proposal.

1.4. Noncompliance with the RFQ/RFP requirements in either Phase may raise serious questions

regarding an Offeror’s technical and/or cost performance and may be grounds to eliminate the proposal from consideration for contract award. Failure to include all information requested may adversely affect the evaluation and/or result in elimination from the competition.

1.5. Past Performance information obtained herein will be used during the Owner’s responsibility

determination. The Owner also reserves the right to obtain additional information solely for the purpose of making a responsibility determination from all Offerors after receipt of proposals.

1.5.1.1. In assessing performance risk, the Owner may contact your references for additional

information and to assure validity of the information provided by the Offeror. The Owner may contact sources other than those provided by the Offeror for information with respect to past performance. These other sources may include, but are not limited to, telephone interviews, and Owner personnel with personal knowledge of the Offeror’s performance capability. If multiple subcontractors are provided for the same discipline, the Owner will use the lowest rated subcontractor in the evaluation. The Owner reserves the rights to obtain and evaluate past performance information from any source it deems appropriate.

1.5.1.2. The Owner may take into account Past Performance information regarding predecessor

companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this acquisition. If multiple subcontractors are provided for the same discipline the Owner will use the lowest rated subcontractor in the evaluation. The evaluation will also consider information provided relative to corrective actions taken to resolve problems on past or existing contracts.

1.6. Offerors are reminded to include their best technical and price terms in their initial offer and not

to automatically assume that they will have an opportunity to submit a revised offer. Clarifications and communications do not allow for proposal revisions.

1.7. The Owner reserves the right to accept other than the lowest priced proposal offered.

EVALUATION FACTORS FOR AWARD 2.1 PHASE I – RFQ EVALUATIONS

2.1.1 Firms interested in providing Design-Build services shall submit a Request for Qualifications (RFQ) that addresses structured evaluation criteria. Applicants are encouraged to organize their submissions in such a way as to follow the general evaluation criteria listed below. Information included within the RFQ may be used to evaluate your firm as part of any criteria regardless of where that information is found within the RFQ. Information obtained from the RFQ and from any other relevant source may be used in the evaluation and selection process.

2.1.2 The Owner’s Project Evaluation Panel will evaluate each RFQ submitted in response to the

Phase I RFQ according to the criteria below.

2.1.2.1 No oral interviews are planned in the Phase I RFQ portion of the selection process.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 3

2.1.2.2 Following a review of the submittals, the Project Evaluation Panel shall prepare a “short-list” of two (2) to five (5) finalists qualifying for further participation in Phase II RFP portion of the selection process. Those firms selected for the Short-List will be provided additional instruction by the Owner and will be invited to submit binding technical and cost proposals in response to a Request for Technical and Cost proposals (RFP).

2.1.3 The Owner will evaluate submissions based on a point system. The distribution of points is

assigned to seven categories. The distribution ranges are indicated below with the evaluation criteria.

2.1.4 GENERAL INFORMATION (0 Points - Required): As a precondition for consideration,

submitting firms must meet minimal requirements and conditions outlined in the General Information section below:

2.1.4.1 Description of firm/team / executive summary. 2.1.4.2 Legal company organization (including joint venture agreement if applicable);

organization chart with names of key personnel. 2.1.4.3 Affirmation of compliance with applicable Iowa licenses and codes. 2.1.4.4 Affirmation of ability to meet bonding requirements. 2.1.4.5 Affirmation to comply with Board of Regents policy for Architect or Engineer of Record. 2.1.4.6 Affirmation that no state contracting reciprocal agreements apply. 2.1.4.7 Affirmation to pursue Targeted Small Business participation. 2.1.4.8 Affirmation to comply with Owner vendor conflict of interest issues requirements. 2.1.4.9 Affirmation to abide by Owner standard contract documents; or list exceptions taken by

addendum to firm’s Statement of Qualifications.

2.1.5 RELEVANT FIRM EXPERIENCE (25 Points)

CONSTRUCTION-RELATED

2.1.5.1 Firm’s overall reputation, service capabilities and quality as it relates to the requirement of this project.

2.1.5.2 List and briefly describe 3-5 comparable projects completed by your firm or currently

in progress; include your firm’s role, delivery method, and discuss contract amendment history, if applicable. For each project, include: contract value and construction value (original value plus contract change orders, if applicable), project owner, project location, contact name and title, address, current/accurate telephone number, fax number, and email address.

2.1.5.3 Describe experience with Owner and/or Board of Regents projects over the past five

(5) years. Describe understanding of the requirements and challenges inherent in Board of Regents projects.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 4

2.1.5.4 Provide a minimum of three referrals and references from other agencies and owners for similar construction types, preferably with the Design-Build delivery method.

2.1.5.5 List and describe any litigation; arbitration; filed by your firm against any project owner

as a result of a contract dispute; any claim filed against your firm; or termination from a project occurring within the last ten (10) years.

2.1.5.6 Applicant’s capacity and intent to proceed without delay if selected for this work.

DESIGN-RELATED

2.1.5.7 Firm’s overall design reputation and design capabilities on projects of similar size,

type and complexity and as it relates to the needs of this project. 2.1.5.8 List and briefly describe 3-5 comparable projects completed by your firm or currently

in progress. For each project, include: project budget, project owner, project location, delivery method, contact name and title, address, current/accurate telephone number, fax number, and email address.

2.1.5.9 Describe experience with Owner and/or Board of Regents projects over the past five

(5) years. Describe understanding of the requirements and challenges inherent of Board of Regents projects.

2.1.5.10 Describe level of familiarity and understanding of Owner’s Design Standards and

Guidelines. 2.1.5.11 Experience and capabilities preparing renderings.

2.1.5.12 List and describe any litigation, mediation or arbitration, filed by your firm against any

project owner as a result of a contract dispute; any claim filed against your firm; or termination from a project occurring within the last ten (10) years.

2.1.5.13 Firm’s capacity and intent to proceed without delay if selected for this work.

2.1.6 TEAM EXPERIENCE & QUALIFICATIONS (20 Points)

2.1.6.1 Outline the general team organizational structure proposed for the project.

2.1.6.2 Describe the top four (4) to six (6) team members’ position (both design and

construction) for the project. Provide resumes of each listed team member.

2.1.6.3 Briefly describe each listed team member’s role on this project.

2.1.6.4 Provide “team” experience working together on similar (both design-build project delivery and traditional project delivery) projects.

2.1.6.5 Identify your method of sub-consultant/subcontractor selection.

2.1.6.6 Explain your understanding of, and experience with, the Design-Build Delivery Method.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 5

2.1.7 PROJECT UNDERSTANDING & APPROACH (15 Points)

2.1.7.1 Describe your team’s understanding of the project.

2.1.7.2 Identify and discuss any foreseeable potential problems during design and construction. Identify and discuss methods to mitigate those problems with specifically proposed solutions.

2.1.7.3 Describe the work you anticipate self-performing, and the work you anticipate being

performed by subconsultants/subcontractors.

2.1.8 PROJECT MANAGEMENT (25 Points)

2.1.8.1 Describe your approach to managing owner decisions in the design phase. 2.1.8.2 Describe your controls and methods for managing change orders. 2.1.8.3 Describe your construction management philosophy, controls, techniques, etc. 2.1.8.4 Describe your history of successful & timely project completions and your proposed

schedule & management plan for this project. 2.1.8.5 Describe your quality control plan and dispute resolution management approach.

2.1.9 SAFETY (10 Points)

2.1.9.1 Document your safety history for the previous five (5) years; including OSHA citations. 2.1.9.2 Designate the safety officer for this project and include relevant credentials. 2.1.9.3 Describe key elements of general safety plans for all projects. 2.1.9.4 Describe your specific safety management plan for the project and point out any unique

elements of this project that must be addressed to assure a safe project.

2.1.9.5 Provide firm’s current Experience Modification Rate. 2.1.10 OTHER FACTORS (5 Points)

2.1.10.1 Current workload and ability to proceed promptly. 2.1.10.2 Unique qualifications to provide the Owner a “best-value” proposal. 2.1.10.3 Relevant factors impacting the quality and value of work.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 6

PHASE II – RFP TECHNICAL AND COST PROPOSAL EVALUATIONS 2.2 GENERAL

2.2.1 Following the review, evaluation, and rating of the Phase I – RFQ submissions, the Owner intends to select two (2) to five (5) of the highest rated contractors to receive the Request For Proposal (RFP) Phase II technical requirements package and to participate in the Phase II process of this solicitation. All Offerors will be notified of their selection/non-selection to Phase II.

2.2.2 Selected (Offerors) providing design-build services shall submit a Technical Proposal and a Cost Proposal. The Cost Proposal will be submitted in a separate sealed envelope and only viewed and considered after the Technical Proposals have been evaluated and scored.

2.2.3 Items offered by the proposal, exceeding or deviating from the RFP minimum requirements, shall be clearly identified as a “Betterment” or “Exception/Deviation” and noted on the drawings, if provided, and included in a proposal betterments/deviation schedule as appropriate. Exhibit B will be provided in the RFP Phase II to facilitate the listing of betterments and deviations. Offerors are cautioned to read the Exhibit B instruction carefully. The following applies to all the Technical Data proposal requirements.

2.2.3.1 Betterments: Betterments must be listed separately for each of the elements on Exhibit

B. The offer will be evaluated on the benefit, desirability and affordability to the Owner of the Betterments proposed. The Owner reserves the right to accept or reject a Betterment based on desirability, affordability and programmatic needs.

2.2.3.2 Exceptions/Deviations: The Offeror shall provide a list of all exceptions/deviations, on Exhibit B, deemed necessary by the Offeror, to achieve cost limitations, meet statutory requirements, and/or are mandatory due to technical flaws in the solicitation (i.e. performance, structural integrity, safety, maintainability, applicable code requirements, etc.) in order to deliver the intended basic requirements of the solicitation. Offerors who desire to propose deviations for Owner consideration should first propose the requirement as specified in the Owner documents (See Section 00100, Article 1.18). Each deviation shall include an explanation of why the Offeror believes the deviation is necessary.

2.2.4 The Phase II RFP will be scored in two parts. The first part is a point score for the Technical

Proposal, which has a maximum of 500 Points or 50% of the Total Score. The total of points achieved in each category becomes the Total Score.

2.3 PHASE II – RFP PART 1 TECHNICAL DATA PROPOSAL EVALUATION CRITERIA

(up to 500 points awarded):

2.3.1 The Technical Proposal shall address the evaluation criteria outlined in the RFP following the guidelines below. Applicants are encouraged to organize their submissions in such a way as to follow the general evaluation criteria listed below and in Section 00110 – RFQ and RFP Submission Requirements. Information included within the proposal may be used to evaluate the firm as part of any criteria regardless of where that information is found within the proposal. Information obtained from the proposal and from any other relevant source may be used in the evaluation and selection process.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 7

2.3.2 The Offerors’ Technical Proposals will be evaluated by a Project Evaluation Panel assembled by the Owner. Owner will evaluate submissions based on a point system. The distribution of points assigned to four (4) categories on the specific requirements of the project. The point’s distribution for this project is indicated below with the evaluation criteria.

2.3.3 PART 1-1 DESIGN PERFORMANCE REQUIREMENT COMPLIANCE (75 points)

2.3.3.1 Compliance with, and/or exceeding of, Program requirements.

2.3.3.2 Compliance with, and/or exceeding of, Owner Design Standards & Procedures.

2.3.3.3 Compliance with, and/or exceeding of, Design-Build technical Project Requirements Manual.

2.3.4 PART 1-2 DESIGN CREATIVITY, CONTEXT AND EQUIPMENT (125 points)

2.3.4.1 Land use during the construction phase.

2.3.4.2 Architectural aesthetics of cooling tower. Provide exterior elevation rendering that clearly depicts exterior materials. Provide any special construction details.

2.3.4.3 Cooling Tower structural framing, including how structural modifications within the plant

may affect the operation of the facility.

2.3.4.4 Major Piping alignment/layout and pipe sizes as it relates to space utilization.

2.3.4.5 Proposed equipment compatibility with existing Chilled Water Plant equipment.

2.3.4.6 Amenities relating to platforms, railings, lighting, etc.

2.3.4.7 Durability, serviceability and maintainability.

2.3.4.8 Proposed I/O control points as it relates to the overall chiller plant operation.

2.3.5 PART 1-3 PROJECT & TEAM MANAGEMENT PLAN (150 points)

2.3.5.1 Experience and qualifications of the design team.

2.3.5.2 Qualifications and experience of subconsultants.

2.3.5.3 Experience and qualifications of the construction team as it relates to working in an operating steam driven chiller plant that uses chemicals to treat the water.

2.3.5.4 Qualifications and experience of subcontractors as it relates to working in an operating steam driven chiller plant that uses chemicals to treat the water.

2.3.5.5 Administrative and executive staff support.

2.3.5.6 Quality control and commissioning management.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 8

2.3.6 PART 1-4 PROJECT APPROACH AND SCHEDULE (150 points)

2.3.6.1 Performance record and experience on meeting project schedules.

2.3.6.2 Schedule management plan for the project.

2.3.6.3 Completeness of critical path schedule.

2.3.6.4 Intended substantial completion date based on realistic critical path schedule. Substantial Completion is defined as having the cooling tower completely operational with controls after functional testing and commissioning is complete.

2.3.6.5 Constructability as it relates to keeping the existing chiller plant fully operational.

2.3.7 Technical Proposals shall contain all information required for evaluation. The evaluation

process will establish, through the application of uniform criteria, the quality of each proposal.

2.3.8 Interim Design Review: In order to assist the Offerors in preparation of their technical proposals, the Owner’s Project Evaluation Panel, the design-build bridging consultant, and selected facility stakeholders will participate in an individual interim design review with each Offeror prior to the submission date. The purpose of the interim design review is to allow the Offeror’s design team to ask questions regarding design intent and functionality. It is an opportunity for clarification of questions which may have arisen during the design and proposal preparation process to that point and to assure full understanding of, and responsiveness to, the solicitation requirements.

2.3.8.1 Each Offeror will have a 60 minute interview to present their Technical Proposal to the

Project Evaluation Panel. Forty minutes of the presentation will be allotted for the presentation and twenty minutes for questions and answers.

2.3.9 Oral Presentation: The Owner intends that Offerors selected to submit Phase II proposals will

be given an opportunity to present and expand upon the information contained in the written proposals to further the Owner’s understanding of the technical data proposed. The oral presentation will take place after the Phase II RFP documentation submission. 2.3.9.1 The Owner will inform Offerors of the oral presentation time and date in the Phase II

solicitation. A maximum of six (6) personnel, from the prime and/or proposed subcontractors, will be allowed of the Offerors choosing, however, Offerors are cautioned to bring personnel who are capable of discussing their understanding of the proposed approach and methodology of completing the project. The Offeror will be notified of the allowed amount of time for the presentation as determined by the Owner.

2.3.9.2 Presentations will normally be followed by an Owner evaluation/selection board question and answer period for clarification purposes. The location for presentations will be provided with the presentation date assignment. Early access to the presentation facility may be requested in advance through the Owner representatives.

2.3.9.3 Available equipment will include an overhead projector and a screen. Additional

equipment may be brought to the presentation location with prior approval of the Owner representatives.

2.3.9.4 The purpose of the oral presentations is to provide the Offeror with the opportunity to

briefly explain any specific documentation provided, to highlight the special features of

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 9

their proposal, and to identify the benefits of the Offeror’s technical data proposal. Presentation of Project’s detailed technical information should be limited to not more than 15 minutes. Any betterments or deviations that the Offeror wishes the Owner to consider should be discussed in detail in the presentation. The Offeror is expected to highlight significant technical points contained in their proposal and will not be permitted to submit anything new, but may expand on anything contained in the proposal. The oral presentation is primarily to provide details on the Technical Data Proposal.

2.3.9.5 Costing information shall not be discussed during the oral presentation except for costs

associated with betterments and/or alternates.

2.3.10 Immediately following all of the Oral Presentations, the Owner’s Project Evaluation Panel will discuss the merits of the Technical Proposals and presentations. At the conclusion of the discussion, the Project Review Panel will individually and independently determine a Technical Proposal score for each Offeror based on the published evaluation criteria. The Project Evaluation Panel will score Technical Proposals prior to opening the Cost Proposals. Technical Proposal scores, as determined by each Project Evaluation Panel member, will be averaged to determine an average evaluation score for each firm.

2.4 PHASE II – RFP PART 2 COST PROPOSAL EVALUATION CRITERIA

(Up to 500 Points Awarded)

2.4.1 Following the determination of the Technical Proposal scores, the separately sealed envelopes containing each Offeror’s Cost Proposal will be opened. The Cost proposal will be scored in general accordance with the equation provided below. This will result in a point value for the Cost proposal.

(Offeror’s cost proposal – lowest cost proposal) 500 Points x [ 1.0 - ----------------------------------------------------------------------] Lowest Cost proposal

2.4.2 The purpose of the price/cost evaluation is to determine whether an Offeror's proposed

prices/costs for the project are reasonable and realistic in relation to the solicitation requirements and demonstrates an Offerors understanding of the proposal requirements.

2.4.3 For this project the Owner Cost Objective is $4,200,000 and includes all costs associated with the design and construction. The Owner wishes to procure the highest quality project meeting or exceeding the requirements and criteria established in the RFP with the funds available. Offerors proposals shall not exceed the Owner Cost Objective. Proposals that exceed the Owner Cost Objective, that do not identify reasonable deviations, will be found to be unaffordable and ineligible for award amount. Offerors are encouraged to provide betterments versus reducing their price below the Owner Cost Objective. Likewise, an Offeror that is unable to provide the project within the Owner Cost Objective should provide deviations; however, the deviations may result in a lower technical rating.

2.4.4 The Owner will conduct a price/cost evaluation of each Offeror's proposal to determine whether

or not each proposal complies with the stated criteria: "Reasonableness" and Realism".

2.4.4.1 Reasonableness of an Offeror's proposal is evaluated through cost or price analysis techniques. For cost (Price) to be reasonable, it must represent a cost (Price) that provides value to the Owner when consideration is given to prices in the market, technical and functional capabilities of the Offeror.

CHILLED WATER PLANT 2 (WEST) PROJECT NUMBER 0691801 INCREASE COOLING TOWER CAPACITY

RFQ AND RFP EVALUATION AND BASIS FOR AWARD 00120 - 10

2.4.4.2 Realism is evaluated by assessing the compatibility of proposed costs with proposal

scope and effort. For cost (Price) to be realistic, it must reflect what it would cost the Offeror to perform the effort if the Offeror operates with reasonable economy and efficiency.

2.4.5 Proposals unrealistically low in price, when compared to the Owner estimate, and market

conditions evidenced by other competitive proposals received, may be indicative of an inherent lack of understanding of the solicitation requirements and may result in proposal rejection.

2.4.6 Proposals higher than $4,200,000 will be rejected.

2.4.7 Any inconsistency, whether real or apparent, between proposed performance and price must be clearly explained in the cost proposal. For example, if unique and innovative approaches or conditions are the basis for an unbalanced/inconsistently priced proposal, the nature of these approaches and their impact on price must be completely documented. The burden of proof of cost (Price) realism rests solely with the Offeror.

2.5 PHASE II – RFP PART 3 DETERMINATION OF OFFERORS’ TOTAL SCORE & RANKING

(1,000 Points Possible)

2.5.1 The Total Score will be calculated by adding the Technical Proposal points and the Cost Proposal points to determine rankings of Offerors.

2.5.2 Each Offeror will be notified of their score and afforded an opportunity for a debriefing session to learn how their proposal was rated within each of the criteria categories and as compared with the winning proposal.

END OF SECTION