Fort Worth


Fort Worth - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

3 downloads 217 Views 212KB Size

THE CITY OF FORT WORTH, TEXAS

Request for Statements of Qualifications PROFESSIONAL SERVICES FOR Master Thoroughfare Plan Update

Planning & Development Department Program Management Office April 2014

1. INTRODUCTION/OVERVIEW A) PURPOSE/OBJECTIVE The City of Fort Worth wishes to update its Master Thoroughfare Plan (MTP). Many changes have occurred since the last official update in 2009 including continued rapid growth on the periphery, redevelopment, and the need to reflect a Complete Streets approach. As such, the City is requesting statements of qualifications from professional firms experienced in providing innovative design, planning, and engineering approaches in developing MTPs that address all modal types of transportation while keeping in mind adjacent and proposed land uses. In addition, an overarching goal of this update will be to recognize the need to foster and maintain economic development while maximizing livability, quality of life and sustainability of infrastructure within the community. B) STUDY SCOPE In order to respond to the deficiencies of the current City of Fort Worth Master Thoroughfare Plan, it will be necessary to ensure that Plan represents community needs and provides a better balance between mobility and access, more efficient travel routes, and complete street principles that capture modal capacity demands and sustainability. An Advisory Committee appointed by the City Council will be established to guide the project and provide overall recommendations for consideration by community stakeholders, City Plan Commission and ultimately City Council. One or more Technical Committees of multiple City departments and partner agencies may be established to serve as a resource to represent the different technical components of the project as well as the varying geographic areas of the City. Coordination with the North Central Texas Council of Governments (NCTCOG) as well as adjacent city and county governments and their respective transportation plans will be paramount. More particularly, areas to be addressed in this work effort include: 1. Evaluate the existing street functional classification system and categories to determine whether they represent an effective means of defining how mobility and access are best provided while further defining the unique development character throughout the community (i.e., industrial, commercial, green belt, residential, etc.). This will include:  An examination of typical cross-sections and right-of-way requirements along with recommended revisions as necessary while keeping in mind the City of Fort Worth’s bicycle and pedestrian plans (i.e., Bike Fort Worth and Walk Fort Worth);  An evaluation of cross-sections and right-of-way requirements within the context of surrounding environments, existing and future land uses, and development activity; 2. Evaluate existing and future alignments to ensure they are functional, affordable, and well-connected while minimizing impacts created by floodplains, railroads, gas well sites and property ownership. In addition, examine the need for future grade separations created by the aforementioned topographic challenges in order to establish the most cost-effective locations while maximizing operational efficiencies and capacity;

3. Identify thoroughfares that could be candidates for future high-capacity transit in coordination with the Fort Worth Transportation Authority’s (The T) efforts to develop a City/Regional Transit System Plan; 4. Develop and recommend access management guidelines; 5. Develop and recommend MTP guidelines to improve traffic capacity and safety at intersections including turn lanes, roundabouts, grade separations, and other travel modes (i.e., bikes, pedestrians, and public transit); 6. Review, and update if necessary, existing transportation impact study requirements used to evaluate the impacts of proposed new development on the transportation networks and the required improvements to mitigate negative mobility and safety operations; The project contract will have a task order structure, with items 1 & 2 above serving as the base or initial task of the contract. Separate task orders may be issued for items 3-6 along with the possibility of other subject topics identified as part of this work effort. The purpose of this structure is to provide flexibility to address other needs as the work effort evolves, and as a result of interaction and feedback from stakeholders. The City envisions the possibility of establishing a work area inside City Hall to enable effective communication and collaboration between internal and external staff members of the project team.

2. RESPONSE INSTRUCTIONS A) RESPONSE SHALL INCLUDE AT A MINIMUM: 

Qualifications and relevant experience of your Project Manager (PM) and key Task Leads assigned to this project.



Team contact information including name, phone number, and address of lead individual.



Client references for at least three projects/work efforts of similar type and scope that were led by the PM and/or key Task Leads. The client references must be employees, such as the contract manager or work authorization manager, responsible for managing the proposed PM or Task Leads work. These client references must be individuals who are, or were, actively involved in the management of an existing or previous contract for which the proposed staff was previously or is currently responsible. Client references for experience obtained under a previous employer may be used.



The Statement of Qualifications (SOQ) is limited to ten (10) 8.5 x 11 inch pages, single sided, using a 12 pitch font size.



The SOQ must be submitted with a single staple in the upper left-hand corner. No other binding will be accepted.



An organization chart limited to one (1) 8.5 x 11 inch page containing the names of the prime firm and any sub firms’ task leaders proposed for the team and their contract responsibilities by work category. Task leaders should be clearly designated. Other personnel can be identified at the prime provider’s discretion. The organization chart should also include the name, address, e-mail, telephone and fax numbers of the prime provider and all sub providers proposed for the team. The organization chart can be prepared with a font size of less than 12 pitch but no smaller than 8 pitch. The organization chart is not included in the ten (10) page SOQ limit as it is considered an Attachment.

B) SUBMISSION The City is not responsible for any costs incurred by firms in submitting a response to this RFQ. SOQs that do not meet the requirements outlined in this RFQ may be deemed nonresponsive by the City. The City reserves the right to waive any and all requirements in this RFQ. No Pre-SOQ submittal meeting will be conducted.

FACSIMILE, INTERNET OR EMAIL TRANSMITTALS SHALL NOT BE ACCEPTED Delivery of Statements of Qualifications: One electronic version in PDF format and ten (10) copies of the written SOQ shall be included in one package and marked plainly as: Fort Worth Master Thoroughfare Plan Update RFQ Closing Monday, May 12, 2012 at 3:00 PM local time The complete Statement Package shall be delivered to: City of Fort Worth Purchasing Division Lower Level of Fort Worth City Hall - 1000 Throckmorton Street Fort Worth, Texas 76102 The last day for questions from prospective responders will be 5:00 PM on Thursday, May 1, 2014. All questions and clarifications will be issued as an addendum on the City’s Buzzsaw website and should be submitted via email to Mark Rauscher at [email protected]. Answers will be posted for all interested parties to view. LATE SUBMITTALS STATEMENT: SOQ’s received after the submission deadline shall be returned unopened and will be considered non-responsive. The City is not responsible for delays in mail delivery or delays caused by any other occurrence. C) Selection Process The City will evaluate the responses to this RFQ relative to the Selection Criteria outlined

below. The successful consultant will be the responsible offeror whose SOQ is determined to be the most advantageous considering the evaluation factors included in this RFQ. The successful consultant may be selected by the City at its sole discretion based exclusively on review of the submitted SOQ. At the City’s sole discretion, a shortlist of two or more consultants may be requested to develop detailed proposals and/or interview prior to selection, augmenting the information provided in the SOQ. After determining the most qualified respondent, the City will attempt to negotiate a contract. If the City is unable to negotiate a contract with the selected firm(s), the City will, in writing, end negotiations with that firm and proceed to the next firm in the order of the selection ranking until a contract is reached or all firms are rejected. All SOQs will be evaluated in terms of the following scoring criteria. The relative weight of each selection criterion is provided in parentheses. 

Minority Business Enterprise (MBE) – SOQs should include a statement from each firm that it agrees to comply with the requirements of the City’s MBE Ordinance and the 10% SBE goal established as part of this project. Please also include a brief history of past SBE participation on similar projects and a brief outline of your proposed approach to using SBE firms on this project. Please see the end of this RFQ for more information on the SBE goal (10%)



Project Manager Experience in terms of delivering projects of this nature and magnitude. (35%)



Key Staff Experience. (25%)



Approach and understanding of update and delivery process. (30%)

D. ADDITIONAL INFORMATION: Once this request for qualifications is released, there shall not be any contact with the Mayor or Council Members. Questions or comments concerning this request for qualifications should be addressed to: Mark Rauscher, Senior Capital Programs Manager City of Fort Worth, Program Management Office 1000 Throckmorton Street Fort Worth, Texas 76102 817-392-2446 817-392- 2330(FAX) Email address: [email protected] Small Business Enterprise Provisions: All Offerors shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Small Business Enterprises (SBE) in the procurement of goods and services. If the total dollar value of the contract is greater than $50,000, then an SBE subcontracting goal may be applicable. The SBE goal on this project is 10%. Interested Offerors must obtain a SBE listing from the M/WBE Office at 817-212-2674 to ensure

that MBE listings reflect only those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6) county geographic marketplace that has been accepted by the City (“Marketplace”). The Marketplace is made up of the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each SBE that it intends to use is located in the geographic marketplace to ensure that the SBE will be counted towards the established goal. The information shall be submitted with the proposal and shall include: (1) the name, address and telephone number of each MBE; (2) the description of the work to be performed by each MBE; and (3) the approximate dollar amount/percentage of the participation. A Small Business Enterprise (SBE) is defined as a business concern located in the marketplace that meets the Unites States Small Business Administration definition of a small business as outlined in the code of Federal Regulation 13 CFR 121. Firms certified as a Disadvantaged Business Enterprise (DBE) also meet small business enterprise requirements. Additionally, the City will accept firms certified as SBEs by Federal agencies or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. The City, at its discretion may elect to not accept a SBE certification and/or its assertion that it meets all certification requirements; If it is determined to be in the best interest of the City. Further, the City reserves the right to request SBEs seeking to do business with the City to allow an audit and/or examination of any books, records and files held by the SBE that will substantiate its SBE certification. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating any active contracts and/or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. The business must be certified prior to recommendation of award in order for the participation to be counted towards the established goal. If an Offeror is certified as a DBE, MBE, SBE or WBE firm, please be aware that the City’s Ordinance does not allow a certified company to count itself towards the established goal; the goal represents subcontracting opportunities. If an Offeror (regardless of certification status or if a non-D/M/S/BE), however, forms a joint venture with one or more SBEs, the SBE joint venture percentage participation will be counted towards the established goal. The appropriate City of Fort Worth Joint Venture form must be submitted for review and approval in order for it to be counted. The City of Fort Worth strongly encourages joint ventures. If Offeror failed to meet the stated SBE goal, in part or in whole, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure SBE participation. Failure to submit the SBE participation information or the detailed explanation of the proposer’s Good and Honest Efforts to meet or exceed the stated SBE goal, may render the proposal nonresponsive. The SBE plan will be part of the final weighted selection criteria.