12
CPM projects/Economic Vitality/SOQDBM SMoW.docx OCTOBER 17, 2012 REQUEST FOR QUALIFICATIONS SOLICITATION NUMBER: 13SQ006 DESIGN-BUILD MANAGER FOR SCOTTSDALE MUSEUM OF THE WEST The City of Scottsdale and the Scottsdale Museum of the West, Inc (SMoW) is accepting Statements of Qualifications from qualified Design-Build Managers (DBM) to provide design phase and complete construction services for the Scottsdale Museum of the West. The new western art museum is located west of Marshall Way and south of Main St, Scottsdale, Arizona, just north of the Loloma Transportation Center which is currently unoccupied. The City is seeking licensed contractors and registered design professionals with background developing, designing and constructing successful public facilities, particularly art museums. The total Project budget is $13.1 million. The construction budget has been established as $7,300,000 (see Exhibit “A” for breakdown). BACKGROUND The City and SMoW, an independent non-profit entity, will work with the selected DBM to design and construct a 40,000 square foot western art museum center including a new museum building and tenant improvements to existing Loloma Transportation Center. The City and SMoW will enter into a management agreement to operate the new Scottsdale Museum of the West (Project). The Project is to be a modern, first-class storytelling western themed museum, which is open to the public, serving as an attraction to tourists, an amenity to residents, an educational institution, and a center of culture. The Project is expected to showcase art, culture and traditions of the West reflecting traditions of the region and responding to visitors' desire to "Experience the West." The traditions of the West time period span is immense from Hohokam people and their irrigation canals, art and architecture to modernist painters, photographers, architects and environmentalists - what was once frontier has been transformed into the New West. The visitors’ experience will recount the history of the West and the interaction of the various personas - all through the eyes of the artists, artifacts of the cultures and stories of the people. This is to be accomplished through western art and history, art and artifacts, interpretive and public programs eminent and changing exhibits, media, interpretive ideas, educational programs and programmatic tie-ins to other institutions.

Scottsdale Museum of the West - competitionline

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

CPM projects/Economic Vitality/SOQDBM SMoW.docx

OCTOBER 17, 2012

REQUEST FOR QUALIFICATIONS

SOLICITATION NUMBER: 13SQ006

DESIGN-BUILD MANAGER FOR

SCOTTSDALE MUSEUM OF THE WEST

The City of Scottsdale and the Scottsdale Museum of the West, Inc (SMoW) is accepting Statements of Qualifications from qualified Design-Build Managers (DBM) to provide design phase and complete construction services for the Scottsdale Museum of the West. The new western art museum is located west of Marshall Way and south of Main St, Scottsdale, Arizona, just north of the Loloma Transportation Center which is currently unoccupied. The City is seeking licensed contractors and registered design professionals with background developing, designing and constructing successful public facilities, particularly art museums. The total Project budget is $13.1 million. The construction budget has been established as $7,300,000 (see Exhibit “A” for breakdown). BACKGROUND The City and SMoW, an independent non-profit entity, will work with the selected DBM to design and construct a 40,000 square foot western art museum center including a new museum building and tenant improvements to existing Loloma Transportation Center. The City and SMoW will enter into a management agreement to operate the new Scottsdale Museum of the West (Project). The Project is to be a modern, first-class storytelling western themed museum, which is open to the public, serving as an attraction to tourists, an amenity to residents, an educational institution, and a center of culture. The Project is expected to showcase art, culture and traditions of the West reflecting traditions of the region and responding to visitors' desire to "Experience the West." The traditions of the West time period span is immense from Hohokam people and their irrigation canals, art and architecture to modernist painters, photographers, architects and environmentalists - what was once frontier has been transformed into the New West. The visitors’ experience will recount the history of the West and the interaction of the various personas - all through the eyes of the artists, artifacts of the cultures and stories of the people. This is to be accomplished through western art and history, art and artifacts, interpretive and public programs eminent and changing exhibits, media, interpretive ideas, educational programs and programmatic tie-ins to other institutions.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

SITE CHARACTERISTICS The Project site consists of a two parcels of land known as the Cultural Parcel that is approximately 15,500 square feet and the Expansion Parcel that is approximately 18,500 square feet. The vacant Transportation Center is on the southeast corner and the Stagebrush Theatre is on the southwest side of the land. This building will be remodeled as administrative offices and storage as a part of this Project. A graphic showing the general layout of the Project site is located online at www.scottsdaleaz.gov/Assets/Public+Website/economics/Loloma.pdf. The Project site is identified on Exhibit “B” as the Cultural and Expansion Parcels. It is bounded to the south by East Main Street, to the east by North Marshall Way, to the west by and on the west by the Main Street Condominium complex and Goldwater Boulevard, to the north by the Alley East Parcel. It has easy access from the alley to existing public parking under the Expansion Parcel. The Project will be in the heart of Scottsdale's historic downtown. The area is home to the Main Street and Old Town Gallery Districts, known for it arts and cultural amenities, historic buildings, retail and dining establishments. Additionally, the site is north of the Scottsdale Artist School, offering opportunities for collaboration in educational activities and programs. It is also surrounded by multimillion dollar mixed use residential and retail development. There are approximately 18,000 residents within one mile of the site. Water, sewer, electric, phone, cable and gas facilities are found nearby the Project site. SCOPE OF WORK Design phase services by the Design-Build Team may include the following:

Develop complete architectural schematic, development and construction documents;

Development Review Board submittal & presentation; Provide detailed cost estimating and value engineering options; Provide alternate systems evaluation and constructability studies; Assist in the Public Art component development; Provide project planning and scheduling; Provide probable construction costs and scheduling; Provide long-lead procurement strategies; Submit and secure building and related permits; Provide complete GMP proposals with assumptions and clarifications to City

contract; and Incorporate the owner’s interest for quality, safety, and environmental factors; Coordinate with utility companies in accordance with the Central Arizona

Coordinating Committee Public Improvement Project Guide.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

SELECTION PROCESS The Design-Build Manager will be selected through a qualifications-based selection process. Teams interested in providing Design-Build Management services must submit a Statement of Qualifications (SOQ) that addresses the following issues: A. General Information (50 points)

1. Provide a general description of the firm and/or team that is proposing to

provide design and construction services. Explain the legal organization of the proposed firm or team. Provide an organization chart showing key personnel.

2. Provide the following information:

a. List the Arizona design professionals and contractor licenses held by the firm/team and the key personnel who will be assigned to this Project. Provide the contractor’s license number and explain if held by an individual or the firm.

b. Identify any contract or subcontract held by the team or officers of the firm, which has been terminated within the last five years. Identify any claims arising from a contract, which resulted in litigation or arbitration within the last three years. Briefly describe the circumstances and the outcomes.

c. If selected as a finalist for this Project, you will be required to provide a statement from an “A” - or better surety company describing the Company’s bonding capacity.

d. Provide licensed contractor’s most recent OSHA 300A.

B. Experience and qualifications of the firm/team (125 points) 1. Identify at least three comparable public facility projects completed by the

firm/team within the past ten years. Special consideration will be given to firms and/or teams that have provided both design and construction functions on successful public museums projects.

For each project identified, provide the following: a. Description of the project b. Role of the firm/team c. Project’s original contracted construction cost and final construction cost d. Construction dates e. Project Owner f. Reference information (two current names with telephone numbers and

email per project)

CPM projects/Economic Vitality/SOQDBM SMoW.docx

C. Experience of key personnel to be assigned to this project. (225 points)

1. Identify all key personnel for the proposed project team. For each key person

identified, list their length of time with the firm and at least two public works projects in which they have played a primary role. If a project selected for a key person is the same as one selected for the firm, provide just the project name and the role of the key person. For other projects provide the following:

a. Description of project b. Role of the person c. Project’s original contracted construction cost and final construction cost d. Construction dates e. Project Owner f. Reference information (two current names with telephone numbers and

emails per project)

D. Subcontractor Selection Plan (50 points) The team must submit its Subcontractor Selection Plan in keeping with the requirements of Exhibit “C”, attached and by reference made a part of this RFQ. Subcontractors must be selected based on qualifications alone or a combination of qualifications and price, but not on price alone.

E. Understanding of the project and approach to performing the required services. (350 points) 1. Propose strategies to manage the established project’s construction budget.

Describe the skills and techniques that make your DBM the superior candidate for this project

2. Describe your team’s project management approach and team organization during design and construction services. Briefly describe the team’s approach to the following: managing quality and cost control on museum projects, integrating existing site conditions, and changing expectations during construction.

3. Evaluate the proposed SMoW Space Utilization Program considering the visitor’s experience - see Exhibit “D”.

4. Discuss your team’s approach to develop, coordinate and installing technical multi-media experiences.

F. Principal office location and sustainable construction. (100 points) The City desires strong local participation in this Project. Describe your team’s approach to maximize utilization of local resources, to include as a minimum, local suppliers, equipment suppliers, and subcontractors. Identify the location of the team’s principal office and the home office location of key staff on this Project. Identify non-local team members of your team.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

The City’s standard is LEED Gold and desires strong local participation in this Project. Describe your team’s approach to achieving LEED gold and maximizing local resources, including local suppliers, equipment providers, subcontractors, and laborers. Identify the location of the team’s principal office and the home office location of key staff on this Project. Identify your local projects that have been awarded LEED Gold.

G. Overall evaluation of the team. (100 points)

This is to be determined by the selection panel members. No submittal response is required.

SELECTION PANEL

A Selection Panel will evaluate and score each SOQ according to the criteria set forth in above Selection Process. Each of the rated elements for each team will be evaluated to determine the best qualified submitter for the Project. ‘Shortlisted’ teams may be invited to participate in a detailed Interview Process. Evaluation Criteria will be provided to the ‘shortlisted’ teams in an invitation letter. The City will include at least 3 but not more than 5 submitters for interviews. Final selection will be based on the evaluation scores of the Interview Process alone. However, the City reserves the right to select a team based on the SOQ submittals only and not to proceed to interviews. If interviews are not held, selection will be based on the evaluation scores of the SOQ’s alone. If the City is unsuccessful in negotiating a contract with the best-qualified team, the City may then negotiate with the second or third most qualified team until a contract is executed, or may decide to terminate the selection process. Until the award and execution of the Design-Build contract for the Project, the City will only release the name of each firm/team invited to the interview session. All other information received by the City in response to the SOQ or contained in the proposals will be confidential to avoid disclosure of the contents that may be prejudicial to the competing offerors during the Selection Process. The proposals will be open to public inspection after the Contract(s) are awarded and the City has executed the contract with the selected offeror. The City will enter into negotiations with the selected team and upon completion of project contract scope, term and fee be submitted to the City Council for award. All protests of this solicitation will be heard under the provisions of Section 2-213 of the City’s Procurement Code. INTERVIEW PHASE REQUIREMENTS Each shortlisted team shall be ready to make a presentation to the Scottsdale Museum of the West Interview Panel. The presentation will focus on Selection Process listed above, Item: “E”: Understanding of the Project. Twenty-five (25) minutes will be allocated for each team to make a presentation on the Team's art knowledge and its application to design of an art museum. That will be followed by a 15-minute Question and Answer period from the Interview Panel. Preparation and technical setup will be allowed prior to the start of an Interview.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

INTERVIEW PHASE EVALUATION CRITERIA

Points Criteria 500 Understanding the Project/Approach 300 Team’s experience with similar projects 100 Local Knowledge 100 Interview panel’s overall impression

INTERVIEW PHASE TIME AND PLACE Tentatively the Interviews will be held at the Human Resources Learning Center, 7575 East Main St., Scottsdale, Arizona, in the afternoon of Tuesday, November 20, 2012. SUBMITTAL REQUIREMENTS Reply to this request with an electronic Statement of Qualifications submittal which is not more than ten (10) pages plus a one-page cover letter. Resume information is to be included in the 10 pages. Maximum document size is 10MB. Minimum text size is 10 point. Please make sure the document is readable if printed in black/white. Submittals which exceed the 10 page limitation will not be considered. Tabbed dividers, OSHA 300A and the cover letter are not considered to be included in the ten pages count. The electronic submittal shall be submitted in Adobe PDF format and uploaded to https://securemail.scottsdaleaz.gov/dropbox/[email protected]. The subject line of the email MUST READ: SMoW DBM & ‘Your company name.’ The RFQ may not reach the Contract Administrator if you use incorrect subject line. The City is not responsible for receiving your SOQ. The SOQ must be submitted no later than 11:00 a.m., November 7, 2012.

Please be advised that failure to comply with the following criteria will be grounds for disqualification and will be strictly enforced: Receipt of submittal past specified submittal date and time. Adherence to maximum page requirement. Lack of Receipt of Non-Collusion Proposal Affidavit INDEMNIFICATION AND INSURANCE REQUIREMENTS The City of Scottsdale requires the selected Contractor to execute a City of Scottsdale Design-Build Contract. A sample format of the City’s basic contract is attached. The City’s insurance and indemnification language is included in this contract. In the SOQ please include a statement whether your team is willing to execute and sign the City contract. Questions shall be addressed prior to submittal in writing.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

The City will require posting of Payment and Performance Bonds for DBM construction services in conformance with the requirements of A.R.S. 34-608. GENERAL INFORMATION This Project will follow ARS Title 34 requirements. All design and construction work shall be performed or supervised by State of Arizona licensed professionals. Instructions: The City of Scottsdale will not be held responsible for any oral instructions. City Rights: The City of Scottsdale reserves the right to reject any or all Statements of Qualifications, to waive any informality or irregularity in any Statement of Qualifications received, and to be the sole judge of the merits of the respective Statements of Qualifications received. Release of Project Information: The City will provide the release of all public information concerning the Project, including selection announcements and contract awards. Those desiring to release information to the public must first receive written approval from the City before any release of information. Contact with City Employees: All teams interested in this Project (including the team’s employees, representatives, agents, lobbyists, attorneys, and sub consultants) will refrain, under penalty of disqualification, from direct or indirect contact for the purpose of influencing the selection or creating bias in the selection process with any person who may play a part in the selection process, including the evaluation panel, the City Manager, Assistant City Manager, Deputy City Managers, Department Heads and other staff. This policy is intended to create a level playing field for all potential teams, assure that contract decisions are made in public and to protect the integrity of the selection process. All contact on this selection process should be addressed to the authorized representative identified below. Questions: Questions pertaining to the consultant selection process or contract issues should be directed to Bill Peifer, Principal Project Manager, of the Capital Project Management Office, [email protected]. Questions must be submitted in writing by 10:00 a.m., October 26, 2012. Responses to questions will be posted to the City’s website at the address above by 4:00 p.m., October 29, 2012.

Non-Collusion Affidavit: All teams submitting proposals must submit a non-collusion affidavit in a form as set forth in Exhibit “E”. Failure of any team to provide the non-collusion affidavit as a part of this sealed proposal is grounds for disqualification of the proposal.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

EXHIBIT A

PROJECT BUDGET

Scottsdale Museum of the West

Item Budget Design & Construction Administration $ 900,000 Construction $ 7,300,000 Tenant Improvement & FFE $ 2,500,000 City Administration $ 725,000 Public Art $ 128,000 Contingency $ 1,200,000 Permits and Fees 147,000 Bond Issuance $ 200,000 Grand total $13,100,000

Tenant improvement & FFE are stand-a-lone furnishings fixtures and equipments related to Visitor Experience and may be purchased without DBM.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

EXHIBIT B

PROJECT SITE IDENTIFICATION

CPM projects/Economic Vitality/SOQDBM SMoW.docx

EXHIBIT C

CITY OF SCOTTSDALE SUBCONTRACTOR SELECTION PLAN

SUBCONTRACTOR AND MAJOR SUPPLIER SELECTIONS The Design-Build firm will select major Subcontractors and major Suppliers, subject to City’s prior approval. This shall occur before submission of a GMP Proposal. Major Subcontractors may be selected based on qualifications or a combination of qualifications and price. Subcontractors may not be selected based on price alone. Except as noted below, the selection of major Subcontractors/Suppliers is the responsibility of the DBM. In any case, the DBM is solely responsible for the performance of the selected Subcontractors/Suppliers. The DBM will prepare a Subcontractor/Supplier selection plan and submit the plan to the City for approval. This subcontractor selection plan must identify those subcontractor trades anticipated to be selected by qualifications only per Section 2.8.2 and those subcontractor trades anticipated to be selected by qualifications and competitive bid in accordance with Section 2.8.3. This plan will also identify those subcontractors that will not be selected through a formalized qualifications-based selection process. The subcontractor selection plan must be consistent with the selection requirements of this RFQ and the Design/Preconstruction Services Contract. Selection by qualifications only - The City may approve the selection of a Subcontractor(s) or Suppliers(s) based only on their qualifications when the DBM can demonstrate it is in the best interest of the Project. The DBM must apply the approved subcontractor selection plan in the evaluation of the qualifications of a Subcontractor(s) or Supplier(s) and provide the City with its review and recommendation. The DBM will negotiate costs for services/supplies from each Subcontractor/Supplier selected under this method. Selection by qualifications and competitive bid - The DBM must apply the subcontractor selection plan in the evaluation of the qualifications of a Subcontractor(s) or Supplier(s) and provide the City with its process to prequalify prospective subcontractors and suppliers. All Work for major subcontractors and major suppliers must then be competitively bid to the prequalified subcontractors unless a Subcontractor or Supplier was selected in accordance with paragraph 2.8.2 above. The DBM will develop Subcontractor and Supplier interest, submit the names of a minimum of 3 qualified Subcontractors or Suppliers for each trade in the Project and solicit bids for the various Work categories. If there are not 3 qualified Subcontractors/Suppliers available for a specific trade or there are extenuating circumstances warranting such, the DBM may request approval by the City to submit less than 3 names. Without prior written notice to the City, no change in the recommended Subcontractors/Suppliers will be allowed.

CPM projects/Economic Vitality/SOQDBM SMoW.docx

EXHIBIT D

SPACE UTILIZATION PROGRAM

Scottsdale Museum of the West

ENTRY/LOBBY Lobby 1327 Ticketing 283 Office 163 Retail 884 Sub total 2657

EXHIBITION Great Hall 6275 Collectors Gallery 2777 Orientation Theater 1944 Icons of the West 4153 Scottsdale Galley 1917 Abe Hayes Gallery 4381 X Gallery 7551 Gathering Center 1417 Subtotal 30415

SUPPORT FACILITIES Loading/Receiving 486 Secure Storage 834 Temp Storage Catering 214 Security Office 172 Equipment Storage 494 Volunteer Room 219 Subtotal 2419

ADMINISTRATION Operation Office Staff Offices Breakroom Conference Room Subtotal 2097

PUBLIC FACILITIES Gift Shop 884 Women 464 Men 423 Janitor 124 Subtotal 1895

CIRCULATION Stairs 1054 Elevator 111 Hallway 1459 Subtotal 1895

LOLOMA TRANSIT CENTER Offices 2300 Storage 1000 Subtotal 3300

NEW TOTAL AREA 40010 43310 w/ Loloma Transportation Center

CPM projects/Economic Vitality/SOQDBM SMoW.docx

EXHIBIT E

NON-COLLUSION PROPOSAL AFFIDAVIT

STATE OF ARIZONA ) ) ss. County of Maricopa ) I, ______________________________, of the City of __________________________, in the County of _________________ and the State of ____________________, being of legal age, and being first duly sworn, upon my oath depose and say that: I am ___________________________, (name) I am the ____________________ (title, position, etc.) for the firm of _______________________________, a Proposer submitting a Statement of Qualifications (SOQ) to the City of Scottsdale, for the Design-Build Manager contracts for the Scottsdale Museum of the West and that I executed the said SOQ with full authority so to do; that as a Proposer, I have not, directly or indirectly entered into any agreement, participated in any collusion, entered into any kind of an agreement whatsoever, oral or written, whereby different proposers on any project for the City agree either as to who is to be the low bidder, or as to the amount of any bid or any part of any bid, or otherwise taken any action in restraint of free, competitive bidding, disclosed the amount(s) of a sealed bid of any other proposer, to any other person, firm or corporation in the same business doing business in this State, or known to the person disclosing the figures to be likely to submit an SOQ for the same project before the bids are opened, in connection with the above named SOQ; and that all statements contained in said SOQ and in this affidavit are true and correct, and made with full knowledge that the City of Scottsdale relies upon the truth of the statements contained in said SOQ and in the statements contained in this affidavit in awarding the contracts for the Scottsdale Museum of the West. I further warrant that no employee of our company, other person or selling agency has been employed to solicit or secure such Contract upon an agreement of understanding, for a commission, percentage, brokerage or contingent fee, except bonafide employees or bonafide established commercial or selling agencies maintained by _________________. __________________________ (Signature of Proposer officer) __________________________ (Printed or typed name of Proposer)

SWORN TO BEFORE me this ____ day of _______________, 20___, in the County of

Maricopa, State of Arizona, by _______________________

_______________________ Notary Public

My Commission Expires: