104114 200 Texas Street

Closed December 15, 2022, 05:00 PM

  • Reference number104114
  • SummaryStatements of Qualifications for architectural design services for the 200 TEXAS STREET Project (City Hall Building Renovations and New Parking Garage).

 

REQUEST FOR

STATEMENTS OF QUALIFICATION for

200 TEXAS STREET

CITY OF FORT WORTH

The City of Fort Worth invites the submittal of Statements of Qualifications (SOQ) from qualified firms interested in providing architectural design services in connection with the 200 TEXAS STREET Project (City Hall Building Renovations and New Parking Garage) to be located at 200 Texas Street, Fort Worth, Texas.

The City of Fort Worth intends to renovate approximately 200,000 square feet of the existing City Hall building including the 2nd and 3rd floors and construct a new parking garage for approximately 300 cars on adjacent land. The selected firm will enter into a design contract to with the City to provide services, including developing the program, creating architectural and engineering designs, estimating and compiling budgets and recommending furniture, furnishings and equipment. The City intends to request Statements of Qualifications from qualified Construction Managers at Risk (CMAR) during the design phase who will contract with the City and assist the City and design firm in the design process, and who will manage the renovation and construction according to the plans and specifications proposed by the qualified design firm chosen pursuant to this SOQ. The construction budget is approximately $26,000,000.00. Construction on this project will start when the designated current occupants of the existing City Hall move to the Future City Hall at 100 Energy Way. A non-mandatory pre-SOQ submittal meeting will be held on site in the City Council Chambers

I. SCOPE OF SERVICES DESIRED

• Program/Predesign: Architect shall work with the City and develop a detailed written program. The City shall provide the architect with information about the site boundaries and any known environmental issues. The architect shall provide the necessary geotechnical reports and topographic surveys.

• Schematic Design and Cost Estimate: The architect shall submit a project cost estimate prepared by an independent professional cost estimator. The architect will provide at least two renderings, one of the proposed interior renovation and one of the parking garage on the site. The rendering shall be mounted on illustration board and of such quality as to enable them to be displayed to the public. Members of the design team who are familiar with the design shall be available to attend at least two public meetings, where they will answer public questions regarding the project.

• Design Development: The architect shall coordinate with the CMAR and the City to develop drawings and specifications for construction to prepare and submit a final project cost estimate prepared by an independent, professional cost estimator, incorporating any changes resulting from the public meetings. All construction drawings, specifications, and other essential documents will be submitted at the end of the development phase.

• Construction Phase: The selected firm will assist the City and CMAR in the bidding, selection and negotiation with the subcontractor firms and provide contract administration services.

II. SUBMISSIONS

Statements of Qualifications should be based on the AIA Standard Form 330 (Architect-Engineer Qualification) and should include information on building renovation/remodeling and parking garage projects, proposed project manager(s) and consultants and their qualifications, and client references with names, titles, telephone numbers, project names, and other pertinent data. The SOQ is limited to 32 pages total. Cover letters, general qualifications, and dividers will not count as part of the 32 pages total. The SOQ should include the following information to address the selection criteria:

• Firm's and project manager's experience with the project type,

• Firms organizational and data gathering skills,

• Experience with police relocation/renovation

• Experience with police/emergency 911 call centers relocation/renovation

• Space planning for existing facilities

• Experience remodeling of municipal facilities

• Sub-consultants experience with project type,

• History of teamwork with sub-consultants,

• Strategies for maintaining project budgets and schedules, and methods used for accurate cost estimating,

• Experience with projects in or for the City of Fort Worth,

• Plan to meet the Business Equity Goal.

Submit seven (7) hard copies of the SOQ and one electronic copy on USB Drive. These must be received by Facilities Division of the Property Management Department, City of Fort Worth located at 401 West 13th Street, Fort Worth, Texas 76102. The SOQs must be received not later than 5:00 PM on Thursday, December 15, 2022

III. DESCRIPTION OF EVALUATION PROCESS

The process for evaluation of architect services will proceed in two stages:

• Submission of Written Qualifications: A selection team consisting of members from the Police Department, Diversity and Inclusion Department, Property Management Department, and other departments, will review and evaluate the written responses to the Statements of Qualifications (SOQ). The team may select up to three (3) qualified architectural firms to proceed to the interview stage of the evaluation process.

• Interview Stage: Each of the selected qualified architectural firms will participate in a detailed interview to discuss more fully how their approach to this project satisfies the evaluation criteria. In addition, the architectural firms will be required to answer questions posed by the selection team. It will be the sole responsibility of the selection team to rank the candidates in order of qualification on the basis of the evaluation of the written responses and oral responses received during the interview. The top-ranking candidate shall then be invited to proceed to the negotiation stage.

IV. SITE VISIT

A site visit will follow the pre-submission meeting.

V. BUSINESS EQUITY PROVISIONS

A. All proposers shall note that the Business Equity Ordinance No. 25165-10-2021 (codified in Chapter 20, Article X of the Fort Worth Code of Ordinances, as amended), and any relevant policy or guidance documents, was adopted to ensure the full and equitable participation of certified Minority – and Women-owned business enterprises (M/WBEs), (collectively, “Business Equity Firms”) in City contracts for the procurement of goods and services where a contract’s total dollar value is greater than $100,000, as detailed below.

The Business Equity Goal is 10%.

B. If a Proposer is certified as a Business Equity Firm, such Proposer can count its self-performance services towards meeting the Business Equity Goal for the assigned NAICS commodity codes on their MBE or WBE certification. If such Proposer will not self-perform all of the work, it will be required to provide subcontracting opportunities with certified Business Equity Firms to meet the stated Business Equity Goal.

C. Proposers must obtain a listing of certified Business Equity Firms from the City of Fort Worth’s Department of Diversity and Inclusion (DVIN). The request for listings form can be found on the City’s website at https://www.fortworthtexas.gov/departments/diversity-inclusion/business-equity, or email DVIN_BEOffice@fortworthtexas.gov. The selected offeror acknowledges it will present Business Equity Firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and the Women’s Business Council Southwest (WBCS) and accepted by the City of Fort Worth in order for the participation to be counted towards the established Business Equity Goal.

D. The firms must be located in the Marketplace, or meet the requirements of the City’s Significant Business Presence which means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. The City’s Marketplace defined as the City of Fort Worth includes Dallas, Denton, Johnson, Parker Tarrant, and Wise counties.

E. Proposers shall submit with their proposals a preliminary Business Equity Utilization Plan and Forms (“Plan”) to address how it will comply with the Business Equity Goal. At a minimum, the preliminary Plan must certify that the Proposer will comply with the requirements and present evidence of the Proposer’s past business diversity procurement practices.

Failure to submit a preliminary Plan may render a Proposer non-responsive and the Proposal may be rejected.

F. Business Equity Firms must be certified at the time the proposal is submitted, in order for the participation to be counted towards the established Business Equity Goal.

G. Short-listed firms are required to submit the final Utilization Plan detailing efforts to comply with the Business Equity Goal.

For additional information contact the DVIN via phone at (817) 392-2674 or send an email to DVIN_BEOffice@fortworthtexas.gov.

VI. ADDITIONAL INFORMATION

This request for SOQ and additional information, as required, will be posted on the Autodesk BIM360 website and can be accessed by logging onto:

https://docs.b360.autodesk.com/shares/a89958a8-e730-4898-8dc1-a5afe58d7d24

For questions, contact Don Isaacs, Project Manager, at Email address Donald.isaacs@fortworthtexas.gov or by phone, (817) 392-8498.

Advertised: November 17 and November 24, 2022