The (DGS), (RESD), Project Management and Development Branch (PMDB) is requesting a Statement of Qualifications (SOQ) from Architectural and Engineering Services consulting firms for the project listed below. MASTER ARCHITECT (Programming and Criteria Architect) CALIFORNIA DEPARTMENT OF GENERAL SERVICES 1215 O STREET OFFICE BUILDING AND RESOURCES BUILDING REPLACEMENT SACRAMENTO COUNTY, CALIFORNIA RESD-PMDB 2016-10 OVERVIEW OF SERVICES The Firm(s) shall provide professional architectural and engineering design, and additional services as required, as a Master Architect/Engineer for the above referenced design-build projects. The responsible party(s) for the Master Architect/Engineer shall be an architect or engineer licensed to practice in the State of California (State), and all work shall be performed under and approved by a licensed design professional. Note: The selected firm(s) and any team member (individual, firm, sub-consultant or subsidiary or affiliate thereof) shall be precluded from participating on the future Design-Build team(s), construction project management teams, construction, or other competitively bid contract work on these projects. Firms may submit for either the 1215 O Street Building project or Resources Replacement Building project, or for both projects. If submitting for both projects, firms shall submit separate proposals and must identify separate and distinct teams for each project. It is anticipated that both projects will proceed concurrently. The State reserves the right to select a firm for each project or one firm to perform services for both projects. Prospective firms are hereby made aware that DGS reserves the right to contract for these services by phase. DESCRIPTION OF PROJECTS Provide professional architectural, engineering and management services as a Master Architect/Engineer for the Design/Build construction replacement of the 1215 O Street Office Building and the Resources Building Replacement on Block 204 in downtown Sacramento. These projects are a part of the new, statewide State Project Infrastructure Fund (SPIF). Site work may include, but is not limited to, demolition, hazardous materials survey and investigation, geotechnical investigation, surveying, landscaping, sidewalks, utilities, and all appurtenances. 1. 1215 O Street Office Building: This project will involve the demolition of a vacant four-story State owned office building and construction of a new office building with integral parking. The proposed new building consists of parking and a new high-rise office building to a maximum of 150 feet. The proposed occupancy is approximately 1000 staff. The existing building was constructed in 1953 and is attached to 1220 N Street (listed on the national historic register) via a skybridge. The new building will consist of approximately 300,000-350,000 GSF of office space, plus parking. This project will include commercial space and will be connected to the Central Plant, The 2016 estimated cost of construction (only) for 1215 O Street is approximately $200 million. 2. Resources Building Replacement: This project will provide a replacement building for the existing Resources Building on Block 204 between 7 th and 8 th Street and O and P Streets in Sacramento. The project will involve the demolition of an existing surface parking lot and construction of a new office building or multiple buildings to accommodate approximately 800,000 GSF of office space, plus parking. As part of this project, the historic Heilbron house may be relocated. This project will include commercial space and be connected to the Central Plant, The 2016 estimated cost of construction (only) for Resources Replacement is approximately $400 million. MASTER ARCHITECT (PROGRAMMING / CRITERIA ARCHITECT) DESCRIPTION OF SERVICES Page 1 of 6
The Master Architect s Team shall provide all programming and project criteria sufficient to successfully construct the two projects listed above within budget. This may include, but shall not be limited to: Providing the disciplines necessary to effectively provide services for the work to be performed, such as: Primary Disciplines: Secondary Disciplines: Architecture Cost Estimating and/or Analysis Civil Engineering Public Outreach Mechanical Engineering Accessibility Structural Engineering Building Automation Systems Electrical Engineering Geotechnical Engineering Architectural Programming Surveying Landscape Architecture Hazardous Materials Analysis/Abatement Design Space Planning and Interior Design Security Design Sustainable Design including LEED and ZNE Telecommunication Design Elevator Design Acoustical Engineering Fire/Life Safety Systems Historic Consulting Pre-programming services, including review of relevant documents provided by the state, and conducting, review, or assistance with studies, site analysis, geotechnical testing, surveying, hazardous materials survey and investigation as may be appropriate. Facilitation of meetings and presentations to DGS, other state agencies, the public, and other relevant stakeholders. This includes discussions related to city master planning. Providing assistance with the CEQA process, incorporating the city of Sacramento s master plan where applicable, and having a historical sensitivity throughout the programming process. Programming and project criteria preparation services, including: organizing and documenting the programming process; delivery of updated project cost estimates; delivery of a Project Programming/Criteria document that clearly defines the project in sufficient detail to facilitate the preparation of competitive proposals by Design/Build entities and emphasizes sustainable design, including LEED and ZNE; and assistance in preparing the Request for Proposals (RFP) issued by DGS. RFP Evaluation Services (answering requests for information, review of submitted proposals, and providing a written objective comparison of the project design). Provide Design-Build Phase services, including site visits, attendance at progress meetings, participation in systems confirmation sessions, construction document reviews, monitoring for compliance with the RFP, construction administration (submittals, RFI s, ADI s, change orders, quality control), issue resolution, LEED and commissioning, punch list, as-built review, and warranty phase assistance. MINIMUM SUBMITTAL REQUIREMENTS Page 2 of 6
Firms that are interested in providing professional services for this contracting opportunity shall submit the following information in 8.5 x 11 format (11 point font or greater) with each of the numbered sections collated in a separate tab. Firms shall ensure that their written responses indicate how they meet the Selection Criteria listed below. Submit four (4) sets of the following: 1. Letter of Interest that includes the Federal Identification Number of the firm as well as the person authorized to negotiate and sign all agreements. 2. Executive Summary (3 pages maximum). a. Overall statement of the qualifications of the proposing team(s) b. Project leadership and location of the coordination office for team(s) 3. Federal Form 330 Parts I & II for the firm and Federal Form 330 Part II for any proposed sub-contractors. The Form 330 may be found by clicking here. a. For each resume, firms shall supplement the Form 330 with the following information (no more than one supplemental page per person): i. Project assignment and responsibilities ii. General Professional Experience 1. Project references and contact information 2. History of working with other members of the team iii. Specific professional experience related to this assignment 1. Project references and contact information 2. Experience with projects with commercial space 3. Experience with LEED and ZNE projects iv. Current work assignment(s) and projected completion dates 1. Availability for this assignment 4. Project Assignment Approach (maximum 10 pages) a. Approach to the following activities: i. Project scheduling ii. Quality assurance of projects which are executed by the Design/Build Team iii. Construction cost estimating 5. Additional Required Documents a. Secretary of State Certification identifying California legal operating name. If operating under a fictitious business name, provide all supporting documentation. (i.e. Fictitious business name statement certified by the appropriate county clerk). b. Licensed Architect/Engineer copy of California license. c. Copy of LEED accreditation. d. Disabled Veteran Business Enterprises (DVBE) compliance forms. IMPORTANT: Please see enclosure, Disabled Veteran Business Enterprise Participation Requirements. Compliance will require immediate action on the part of the Contractor. e. Provide Small Business Certification if certified as a small business. Page 3 of 6
The State encourages Small Business Enterprises to apply. If you feel your company or your subcontractor qualifies as a small business firm, you may log onto http://www.pd.dgs.ca.gov/smbus for more information or call the Office of Small Business and DVBE Services at (916) 375-4940 for further information. Please note that no preference in the qualifications category can be given to Small Business firms under the contracting law set up for professional services (Architectural, Engineering, Environmental Services, etc.) contracts. Documents must be received no later than Tuesday August 9, 2016 at 5:00 PM. Documents shall be submitted to: Office of Business and Acquisition Services Contracts Management Section 707 Third Street, Suite 2-350, MS #508 West Sacramento, CA 95605 Attention: Handa Gugel, Acquisitions Analyst, Facsimile (FAX) and e-mail submittals will not be considered. PRE-SUBMISSION CONFERENCE AND QUESTIONS A Pre-Submission Conference (Conference) is scheduled for 10:00 a.m. on July 19, 2016 via conference call. Interested firms may join the conference by calling 1-877-336-1831 (Access code 7772247). Firms that wish to attend the conference must notify Tamer Ahmed via e-mail at tamer.ahmed@dgs.ca.gov by 5:00 p.m. on July 18, 2016. This notification is to ensure that interested firms can be notified in case there is a technical issue with the conference line. Firms are hereby noticed that this Conference is OPTIONAL. However, answers to questions posted by Firms will be provided to Conference attendees only and in writing after the Conference. DGS will not be held responsible for inaccuracies in firm s submissions due to a firm s failure to attend the Conference. Firms are hereby made aware that verbal comments made at the conference are unofficial and are not binding on DGS unless confirmed in writing after the Conference. Prior to the Pre-Submission Conference, firms shall direct technical questions to Tamer Ahmed via e-mail at tamer.ahmed@dgs.ca.gov. General questions related to this Request for Qualifications shall be faxed to Lynette McIntyre and Handa Gugel Acquisitions Analysts at OBAScsshelpline@dgs.ca.gov. DGS shall answer all questions after the Conference, regardless of when submitted. The deadline to submit questions is the Conference. Questions submitted after the Conference will not be answered by DGS. SELECTION CRITERIA 1. Professional experience of firm(s) in relation to the work to be performed. Specifically, the professional experience of the lead firm and any sub-consultants. 2. Professional experience of principals to be assigned to the project(s) in relation to the work to be performed, especially the lead design professional(s) success with the conceptual design of similar buildings. 3. Professional experience and training of key personnel to be assigned to the project(s). In addition, their education and relevant certification(s). 4. Demonstrated competence and specialized experience of the firm(s) providing the disciplines necessary to effectively provide services for the work to be performed. 5. Nature and quality of completed work. 6. Reliability of firm and continuity of proposed firm s staff and sub-contractors with firm. Page 4 of 6
7. Firm s workload and demonstrated ability to meet schedules. 8. Location of applicable office(s) for project coordination and services. 9. Demonstrated effectiveness of Quality Assurance and Control program and procedures being utilized by firm. 10. Demonstrated LEED and ZNE experience and capabilities. 11. Demonstrated experience and expertise in design/build, design and construction of high-rise office buildings including development of performance criteria, conducting design and constructability reviews. 12. Demonstrated expertise and experience in cost estimating, scheduling and phasing, value engineering and cost benefit analysis. 13. Demonstrated ability of coordinating and working with various governmental subdivisions, jurisdictions and municipalities. Consultant team shall be comprised of all disciplines necessary to effectively provide essential and ancillary services for the work described for the project. CONTRACT ADMINISTRATIVE PROCESS Firms will be selected on the basis of written responses to this Request for Qualifications (RFQ) and an oral interview. Submittals will be evaluated and scored based upon the above selection criteria for those firms that have complied with the minimum qualification requirements. At least three firms with the highest scores will be selected for the short list. These firms will be invited for an interview and asked to make an oral presentation on their firm and its qualifications and experience. Upon completion of all interviews, the firms will be rated in order of preference 1, 2, 3, etc. The number one firm will be asked to submit a fee proposal. The PMDB will attempt to negotiate a fee for services. In the event that a satisfactory agreement cannot be negotiated, the PMDB will terminate negotiations with the firm and begin negotiations with the next ranked firm and so on. After successful negotiations, a contract will be awarded and executed. The State reserves the right to terminate the selection, contract negotiation or contract processing proceedings at any time. Ten percent (10%) retention will be held for all progress payments made to Consultant. When the estimated amount to be retained exceeds ten thousand dollars ($10,000), and the retention continues for a period of 60 days beyond the completion of phased services, upon written request and at the expense of the Consultant, the State will pay the retentions earned directly to a state or federally chartered bank in this state, as the escrow agent. (California Public Contract Code section 6106.5). See California Public Contract Code section 6106.5 (e) for further requirements pertaining to sub-consultants. LABOR COMPLIANCE MONITORING & ENFORCEMENT PROGRAM-CONTRACTOR REGISTRATION In accordance with Senate Bill 854 (Chapter 28, Statutes of 2014), beginning July 1, 2014 contractors must register with the Department of Industrial Relations at http://www.dir.ca.gov/public-works/publicworks.html using the online application before bidding on public works contracts in California. The application also provides agencies that administer public works programs with a searchable database of qualified contractors. Application and renewal are completed online with a non-refundable fee of $300. All A&E Contractors and subcontractors, shall be required to comply with the Monitoring and Enforcement Program, including, but not limited to, contractor registration, submittal of electronic certified payroll reports directly to the DIR as applicable and cooperation with on-site monitoring by DIR personnel if the work performed is covered by prevailing Page 5 of 6
wage laws. Not all work performed by an A&E Firm or its subcontractors are covered by prevailing wage laws. Refer to Labor Code 1771.4 et seq. or visit the website of the DIR for more information. The requirement to list only registered contractors and subcontractors on bids becomes effective on March 1, 2015. The requirement to only use registered contractors and subcontractors on public works projects applies to all projects awarded on or after April 1, 2015. PREVAILING WAGES Pursuant to Labor Code Section 1774, the Contractor and any subcontractors, regardless of tier, shall pay not less than the specified prevailing wage rates to all workers employed in the execution of the Contract. Copies of the prevailing rate of per diem wages are on file at the, which shall be made available to all interested parties. Page 6 of 6