REQUEST FOR QUALIFICATIONS (RFQ) - San Antonio

Transcription

REQUEST FOR QUALIFICATIONS(RFQ)ON-CALL ENVIRONMENTAL PROFESSIONAL CONSULTING SERVICESRFQ: #PW062121JECRelease Date: June 21, 2021Proposals Due: August 5, 2021, at 10:00 AM Central Time (CT)This solicitation has been identified as High-Profile.PROHIBITED CAMPAIGN CONTRIBUTIONSNotice Regarding Prohibition on Campaign or Officeholder Contributions for Individuals and Entities Seeking High-ProfileContracts. Under Section 2-309 of the Municipal Campaign Finance Code, the following are prohibited from making a campaign orofficeholder contribution to any member of City Council, candidate for City Council or political action committee that contributes to CityCouncil elections beginning on the *10th business day after a contract solicitation has been released through the 30th calendar dayfollowing the approval by City Council (“blackout” period):(1) Any individual seeking a high-profile contract;(2) Any owner, officer, officer of board, and executive committee member of an entity seeking a high-profile contract, excluding boardofficers and executive committee members of 501 (c)(3), 501(c )(4) and 501 (c)(6) non-profit organizations not created orcontrolled by the City whose board service is done strictly as a volunteer with no financial compensation and no economic gainfrom the non-profit entity;(3) The legal signatory of the high-profile contract;(4) Any attorney, lobbyist or consultant hired or retained to assist the individual or entity in seeking a high-profile contract;(5) Subcontractors hired or retained to provide services under the high-profile contract; and(6) Any first-degree member of the household of any person listed in (1), (2), (3) or (5) of this subsection.A high-profile contract cannot be awarded to the individual or entity if a prohibited contribution was made by any of theseindividuals during the “blackout” period.*For this solicitation, the first-day contributions are prohibited is Wednesday, July 5, 2021.The first day contributions may be made is the 31st day after the contract is approved at a City Council “A” Session.RESTRICTIONS ON COMMUNICATIONSIn accordance with and as authorized by Section 2-61 of the City Code, the following restrictions on communications apply to thissolicitation: Respondents are prohibited from contacting 1) City officials, as defined by §2-62 of the City Code of the City of San Antonio,regarding the RFQ or submittal from the time the RFQ has been released until the contract is posted for consideration as an agendaitem during a meeting designated as an A session; and 2) City employees from the time the RFQ has been released until the contract isapproved at a City Council “A” session.Restrictions extend to “thank you” letters, phone calls, emails and any contact that results in the direct or indirect discussion of theRFQ and/or proposal submitted by Respondent.Violation of this provision by Respondent and/or its agent may lead to disqualification of Respondent’s submittal from consideration.For additional information, see the section of this RFQ entitled “Restrictions on Communication”.

TABLE OF CONTENTSSectionPage NumberI. BACKGROUND . 3II. SCOPE OF WORK AND GENERAL REQUIREMENTS . 3III. SCHEDULE OF EVENTS . 6IV. PRE-SUBMITTAL CONFERENCE . 6V. SUBMITTAL DOCUMENT REQUIREMENTS AND EVALUATION CRITERIA . 6VI. SUBMISSION INSTRUCTIONS . 11VII. AMENDMENTS TO RFQ . 12VIII. RESTRICTION ON COMMUNICATIONS . 12IX. AWARD OF CONTRACT AND RESERVATION OF RIGHTS . 13ATTACHMENTSContract TemplateExhibit AGeneral ConditionsExhibit BDBE Ordinance Contract ProvisionsExhibit CInsurance RequirementsExhibit DForms for Submittal with Statement of Qualifications:Submittal Checklist and Table of ContentsForm 1Required Forms (to be uploaded individually):Submittal Cover/Signature SheetForm 2Contracts Disclosure FormForm 3Litigation Disclosure FormForm 4DBE: Good Faith Efforts PlanForm 5DBE: Commitment Agreement FormForm 6On-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 2

On-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)I. BACKGROUNDThe City of San Antonio (City), Public Works Department (PW) is issuing a Request for Qualifications (RFQ) seeking Statementof Qualifications (SOQ) from qualified firms (Respondents) to provide on-call or as needed professional environmentalconsulting services (Contract) for various City projects in various locations. Typical work to be performed under this Contractwill consist of performance of environmental risk assessments, subsurface investigations, monitoring well and soil boringinstallation, monitoring well plugging, Brownfield assessments, Municipal Setting Designation assessments and reviews,Leaking Petroleum Storage Tank assessments and closure reports, spill prevention control and countermeasure plans, siteremediation, remediation and construction oversight, third-party documentation reviews, and preparation of regulatorydocumentation, as may be required to support City design and construction projects, property acquisitions or any other Cityprojects.All Respondents responding must be qualified and have licensed, trained and personnel certified, in accordance with Federal,State, and local regulations, to provide various environmental consulting services proposed. Selected firm(s) (Consultant(s)) mustbe able to respond in a timely manner to requests from City staff and may have to investigate conditions, attend meetings, orperform other tasks in the San Antonio area. A Specialty Consultant will also be selected as part of this solicitation. The SpecialtyConsultant will be asked to act as a third-party reviewer of environmental documentation and Staff Augmentation when needed.For purposes of satisfying requirements of the Texas Professional Services Procurement Act (hereafter referred to as “the Act”.),this RFQ is designed to anticipate responses from professional Consultants who may be Geologists, Geoscientists, EnvironmentalScientists, Engineers or others who may be covered by the Act. Where environmental professionals are concerned, City’s reviewof qualifications shall consider highest competency as the primary criterion.Minimally, City requires the services of a Consultant that employs professionals with sufficient credentials to performenvironmental consulting services. Such Consultants shall employ positions such as: Corrective Action Project Manager,Registered Environmental Manager, Professional Geologist/Geoscientist, Professional Engineer, etc.The Consultants must provide environmental professional consulting services on an as-needed basis for time sensitive situationsin connection with this Contract for a one-year initial term with an option to extend three (3), one-year renewal periods notto exceed amount of 12,000,000.00, for all contracts to include initial term and extensions. The City anticipates awardingmultiple contracts as a result of this RFQ. The enabling City Ordinance shall identify the total amount of money that may beexpended under the contract(s) anticipated to be awarded in connection with this RFQ. City neither guarantees that the entirecontract capacity amount will be spent under the Standby Agreement(s) nor that any minimum amount of work shall beauthorized.II. SCOPE OF WORK AND GENERAL REQUIREMENTSThe Consultants shall provide environmental consulting activities including, but not limited to, Phase I Environmental SiteAssessments (hereafter referred to as “ESAs”), Phase II ESAs, Limited Phase II ESAs, Phase III ESAs (including Remediationand Construction Oversight), Affected Property Assessment Reports, Brownfield Site Assessments, Municipal SettingDesignation Assessments, Leaking Petroleum Storage Tank (hereafter referred to as “LPST”) assessments, and Spill PreventionControl and Countermeasure (hereafter referred to as “SPCC”) plans. Additionally, the selected firm(s) may be required toperform National Environmental Policy Act (hereafter referred to as “NEPA”) consulting for federally funded projects. Scope ofservices is listed below:Phase I ESAs:Conduct Phase I ESAs on proposed City property acquisitions; City right-of-way (hereafter referred to as “ROW”) and/orproposed City construction projects, in accordance with American Society for Testing and Materials (hereafter referred to as“ASTM”) E1527-13, City guidelines, and United States Environmental Protection Agency All Appropriate Inquiry (hereafterreferred to as “AAI”) requirements.On-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 3

Phase II ESAs:Perform Subsurface Investigation studies on proposed City property or ROW, to identify the presence or absence of potentialcontaminants, and to delineate the vertical and horizontal extent of contamination, if encountered. The Subsurface Investigationstudy shall be conducted in accordance with federal, state and local regulations, as well as applicable industry standards.Work may involve drilling below ground surfaces to various utility depths and the collection of soil and/or groundwater samplesfrom the investigative areas. Some soil borings may be converted into temporary and/or permanent monitoring wells forgroundwater monitoring purposes.Any samples (soil, water and air) shall be analyzed by an authorized Texas Commission on Environmental Quality (hereafterreferred to as “TCEQ”) laboratory and Consultant shall render conclusions and recommendations.The preparation of a final report outlining Consultant’s findings and recommendations shall be prepared and presented to City,based on the results of the subsurface investigation(s). This report shall meet minimum ASTM E1903-11 requirements andapplicable industry standards.For some projects, where the location of existing utilities has not been properly documented, the Consultant will be required tosubcontract a company that provides subsurface utility engineering (SUE) services, using non-destructive techniques. TheConsultant should include this company as part of their Proposed Management Plan.Phase III ESAs:Phase III ESAs are the remediation phase and may involve, but are not limited to, the preparation of waste management plans,environmental remediation, environmental closure by statistical analyses and risk-based assessment. All these activities shall becompleted in accordance with all applicable federal, state and local environmental regulations.The development of environmental specifications, to address health and safety issues and waste management procedures relatedto construction projects.The oversight of a remediation activity by others, to ensure that work is being conducted appropriately, which may includeconfirmation sampling and preparing, managing and signing waste manifests.Conducting air monitoring for potential contaminants associated with the construction project that may have a potential impactto construction workers, public, and surrounding environment.Obtain waste disposal authorization from approved TCEQ disposal facilities for waste characterization and disposal purposes,based on the investigative results.Preparation of a final report for presentation to City documenting field activities, air monitoring results, confirmation sampling,soil quantities removed, and any other significant information related to the project.In many instances, the Consultant will be required to assist the City with excavating, removing, transporting, and disposingcontaminated media from the project site, prior or during construction. The Consultant must have two environmental remediationcompanies, as part of their Proposed Management Plan.Brownfield Site Assessments:Conduct Phase I ESAs, in accordance with AAI requirements. Prepare Quality Assurance Project Plans (QAPP) for Phase IISubsurface investigation Studies for EPA review and approval. Prepare and submit reports to City with findings andrecommendations associated with investigative results. In some instances, Consultant will be required to attend and/or facilitatepublic meetings regarding site activities.LPST Assessments:Assessment, monitoring, reporting, and site closure in accordance with all applicable TCEQ regulations.On-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 4

SPCC Plans:Assist with the preparation, inspection and certification of SPCC plans for City facilities, in accordance with the Oil PollutionPrevention Regulation under the authority of the Federal Clean Water Act requirements.Other Documentation:The Consultant(s) should be able to prepare Water Pollution Abatement Plans, Contribution Zone Plans, GeologicalAssessments, Karst Zone Surveys, Stormwater Pollution Prevention Plans, Subchapter T permits, Affected Property AssessmentReports (APAR), Data Usability Summary (DUS) Reports, etc.NEPA Consulting:In limited instances, the Consultant may be required to perform an assessment of the environmental impacts of a proposedfederally funded transportation or City project, as may be required to comply with the National Environmental Policy Act of1969. The requirements may include, but are not limited to, environmental assessments, blanket categorical exclusionschecklists, categorical exclusions, Section 404 Clean Water Act compliance, cultural resources and historical preservationassessments, pursuant to Section 106 of the National Historic Preservation Act and the Texas Antiquities Code, and EndangeredSpecies Act compliance. Documents shall be prepared primarily for transportation improvement projects, in accordance withFederal Highway Administration, and Texas Department of Transportation requirements.Municipal Setting Designation Assessment and Technical Review Support:On April 7, 2016, City Council approved an ordinance instituting the Municipal Setting Designation (MSD) program. This RFQis seeking qualified Consultants with a minimum experience of two years preparing and reviewing MSD applications in othermunicipalities. Consultants must be familiar with the City of San Antonio MSD process and being able to prepare and present toa large group of people.Payment Submittals:The City utilizes the PRIMELink Program Management tool for invoicing and payment. The Consultant will be required to havean email account and access to a computer with internet access through Internet Browser. The Consultant(s) will be required toobtain a PRIMELink login access ID to process approval of task orders, invoices, submittals, and attend the required training.The City will assist the Consultant(s) with the system and will provide procedures and processes for PRIMELink. For Windows10, OS 32/64 bit, the following browsers are supported: Firefox 68.4 (ESR); Chrome 79.x ; Microsoft Edge 44 ; FirefoxQuantum. For Mac OS X 10.15 (Catalina), OS 32/64 bit, the following browsers are supported: Safari 13.x ; Firefox 68 (ESR); Chrome 79.x .Compliance with Local, State and Federal Rules and Regulations:The Consultant(s) is responsible for reviewing and complying with 29 CFR 1910.120, addressing engineering controls, workpractices, training, medical surveillance, personal protective equipment (PPE), etc. for employee protection from exposure tohazardous substances and safety and health hazards.Consultant(s) is also responsible for reviewing and complying with 29 CFR 1926, governing safety and health regulations forconstruction workers.All Consultant(s)’ employees are required to obtain a City issued Identification card, by providing a copy of their Driver Licenseat the beginning of the contract. Only Consultant’s employees with a City issued ID card will be allowed to work on Cityprojects.At the beginning of the contract, Consultant is required to submit an electronic copy of their overall Health and Safety Plan(H&SP) to the City for documentation purposes. The plan will be reviewed for accuracy and completeness in relationship to thetasks required under this contract.Third-party Review of Environmental Documentation:The selected Specialty Consultant would assist the City on reviewing environmental documentation prepared by others, and toprovide a third-party review in summary reports to be presented to Upper Management, City stakeholders, and public. TheOn-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 5

selected Consultant should provide Staff augmentation services, in the form of project management, review of documentation,organization of meetings, and other necessary tasks as required.All requirements for the presentation of the solicitation apply; The examples of work to be presented in this solicitation, shouldbe focused on projects performed by the firms and projects where they acted as third-party reviewer.III. SCHEDULE OF EVENTSThe following tentative schedule has been prepared for this project:Pre-Submittal Conference:Deadline for Submission of Written Questions:Responses Due:Interviews, if necessaryAnticipated City Council ConsiderationJuly 14, 2021; 10:00 a.m. CTJuly 21, 2021; 4:00 p.m.August 5, 2021; 10:00 a.m. CTSeptember 2021October 2021IV. PRE-SUBMITTAL CONFERENCEA Pre-Submittal Conference is scheduled for July 14, 2021, at 10:00 a.m. CT via WebEx meeting. Respondents may join theWebEx using the following instructions:Join by phone: 1-415-655-0001Meeting number (access code): 1772 37 3557Meeting password: SmaUhu4Xf68Join meeting: https://sanantonio.webex.com/sanantonio/j.php?MTID m143b8d07ba0bce2386342bf8bbdacc71Attendance at the Pre-Submittal Conference is optional, but highly encouraged. Respondents who join the WebEx Pre-SubmittalConference are highly encouraged to email the solicitation’s point of contact person confirming Respondent’s attendance andparticipation through the WebEx.Respondent is encouraged to submit written questions concerning this RFQ through the CivCast website at least five (5) calendardays in advance of the Pre-Submittal Conference, in order to expedite the proceedings. City’s responses to questions received bythis due date may be distributed at the Pre-Submittal Conference, as well as being posted on the CivCast website athttps://www.civcastusa.com/bids.Any oral responses provided by City staff at the Pre-Submittal Conference shall be preliminary. A written summary of the PreSubmittal Conference shall contain City’s official responses to issues raised during the Pre-Submittal Conference and posted onthe CivCast website at https://www.civcastusa.com/bids. Any oral response given at the Pre-Submittal Conference that is notconfirmed in the posted written summary from the Pre-Submittal Conference or in a subsequent addendum shall not be officialor binding on City. Only written responses shall be official. All other forms of communication with any officer, employee oragent of City shall not be binding on City.V. SUBMITTAL DOCUMENT REQUIREMENTS AND EVALUATION CRITERIACity will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this RFQ. City willappoint a selection committee to perform the evaluation of the received proposals. Each proposal received by City shall beanalyzed to determine overall responsiveness and qualifications to the RFQ. The selection committee may select Respondentswho are judged to be reasonably qualified for interviews, depending on whether further information is needed. Interviews arenot an opportunity to change a submission. If the City elects to conduct interviews, Respondents may be interviewed and rescored based upon the same criteria. City may also request information from Respondents at any time prior to final approval ofa selected Respondent or seek best and final offers from Respondents deemed reasonably qualified for award. Final approval ofa selected Respondent is subject to the action of the San Antonio City Council.On-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 6

Respondent’s proposal shall include the following items included in the Submittal Checklist & Table of Contents (Form 1) inthe following sequence combined in PDF format:1.SUBMITTAL CHECKLIST AND TABLE OF CONTENTS (Form #1) (Indexed and labeled as “Tab 1”) –Respondent shall complete this form, which shall be used as the Table of Contents and as a checklist for Respondent’ssubmittal.2.EXECUTIVE SUMMARY (Indexed and labeled as “Tab 2”) – Respondent shall include a one (1) page ExecutiveSummary at the beginning of the Statement of Qualifications. Respondent’s Executive Summary shall state the numberof years Respondent’s team has been in business, Respondent’s number of years in business in its local office,Respondent’s local office address and the number of employees employed in Respondent’s local office.3.CONTRACT TEMPLATE AND GENERAL CONDITIONS REVIEW (Indexed and labeled as “Tab 3”) –Respondent shall review the Contract Template and General Conditions, provided in this RFQ and labeled as ExhibitA & Exhibit B and provide written acknowledgment that Respondent accepts the terms, conditions and requirementsof the City’s General Conditions and Contract, in Respondent’s submitted proposal under “Tab 3”.4.LETTERS OF REFERENCE (required) (Indexed and labeled as “Tab 4”) – Respondent shall provide a maximumof five (5) letters of reference including contact information.5.STATEMENT OF QUALIFICATIONS – Respondent shall provide a narrative document, as outlined in theStatement of Qualifications below, addressing all evaluation criteria in Section V of this RFQ considering the projectdefined in this solicitation. Sufficient information regarding Respondent’s past projects and key personnel’s, to includesub-consultants, experience, shall be provided in Respondent’s submittal. to indicate its team has met or exceeded theminimum qualifications provided in Section V of this RFQ in submittal.The following Evaluation Criteria shall be used, in recommending the award of this Contract:A. Experience, Background, Qualifications of Firm, Key Personnel, and Key Sub-Consultants (45 Points)Respondent shall respond to the following items, as they relate to Scope of Work:1.Experience (Indexed and Labeled as “Tab 5”) – City shall consider the relevance of past experience ofRespondent to include sub-consultants. Respondent shall provide a narrative, on (1) page, describing theRespondent’s and team’s qualifications, as they relate to the referenced scope of services in this solicitation.2.Project Sheets (Indexed and Labeled as “Tab 6”) – Respondent’s proposal shall include five (5) project sheets,limited to one (1) page for each project included, which shall describe similar construction projects Respondenthas completed within the last five (5) years. Each project sheet shall include the following:a.b.c.d.e.f.g.3.Name, description and dollar value of the completed project/contract, including similarity to the scopedefined in this solicitation;Start and ending date of project/contract;Project Manager;Superintendent;Cited project’s original and final amounts (explain inconsistencies);Cited project’s proposed completion date and the actual completion date achieved (explaininconsistencies);Cited project’s owner’s name and the name of the representative (if different) who served as the dayto-day liaison for the cited project, in the following format: Name of Owner: Name of Owner’s Representative: Representative’s Phone Number: Representative’s E-mail:Proposed Key Personnel/Organizational Chart (Indexed and Labeled as “Tab 7”) – Provide a detailedorganizational chart of Respondent’s proposed team, to include sub-consultants, identifying key personnel who willbe committed to work on the various tasks for this Contract.Label assignments as:a.Principal/PartnerOn-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 7

b.c.d.e.4.Project ManagerSenior Project Engineer/Project EngineerSub-Consultants (for any services deemed necessary to fulfill the duties of this contract)Resumes (Indexed and Labeled as “Tab 8”) – Respondent shall submit one (1) page resumes for all its key teammembers to include sub-consultants. Resumes should link to project sheets and also may include additional previouslycompleted relevant projects not highlighted in the project sheets.Resumes also shall include:a. The license type (if applicable) and number of years licensedb. Number of years employed with the firmc. Number of years’ experience in proposed role corresponding to the assignments included in theorganizational chartd. City of residence5.Experience with Green Building and Sustainability Practices (Indexed and Labeled as “Tab 9”)Respondent shall limit its response to the following items to a total of one (1) page.a.Describe Respondent’s experience in green and sustainable practices in performing the scope ofwork as outlined in this RFQ.B. Understanding of the Project and Proposed Management Plan (35 Points)Respondent shall describe its understanding of the Project and specific issues and challenges Respondent likely seesshall be involved, as well as the availability of labor resources (Respondent’s capacity to perform) in executing the scopeof work required. Respondent shall submit information in a brief narrative plan clearly and concisely describing thechallenges it foresees and its approach to managing the Project.1.Project Understanding (Indexed and Labeled as “Tab 10”)Respondent shall limit its response to the following items to one (1) page:a. Describe Respondent’s understanding of the primary objectives of the Project.b. Describe the constraints and technical challenges related to design and construction Respondent foreseesand Respondent’s approach to addressing each.2.Proposed Management Plan (Indexed and Labeled as “Tab 11”)Respondent shall limit its response to the following items to a total of two (2) pages:a. Describe Respondent’s project management approach and team organization, for the provision of theservices outlined in this solicitation.b. Describe Respondent’s Quality Control/Quality Assurance process, approach and capabilities to maintainquality control of tall documents and construction.c. Describe Respondent’s approach to managing the quality of Sub-consultants.d. Describe Respondent’s ability to coordinate work with all Project stakeholders.e. Describe Respondent’s approach to assuring timely completion of construction, including methods forschedule recovery, if necessary.3.Commitment to Green Building and Sustainability Initiatives, Practices and Implementation (Indexedand Labeled as “Tab 12”)Respondent shall limit its response to the following items to a total of one (1) page:a.Describe Respondent’s commitment to Green and Sustainability initiatives and practices and how theseinitiatives and practices will be incorporated into the services performed for the scope of work under thiscontract.C. Experience with the San Antonio Region & Past Performance (20 points) (Indexed and Labeled as “Tab 13”)1. The City is interested in evaluating Respondent’s team (including Sub-consultants(s), if applicable) experience withlocal processes and practices, as may be evidenced by work in San Antonio and/or the surrounding area, during the pastfive (5) years. In narrative form, using a maximum of two (2) pages for Respondent’s response and one (1) page for Subconsultants(s) response, if applicable, briefly describe Respondent’s team experience in the areas listed below,referencing projects relating to that experience. (Note: Respondent may reference projects included in the project sheetsOn-Call Environmental Professional Consulting Services(RFQ: #PW061721JEC)Rev 04152021AMPage 8

under Criteria A above, but no additional project sheets shall be provided for this criterion, as the response shall be innarrative form.)a.b.c.d.e.f.g.Construction costs and practices.Environmental conditions and constraints.Involvement in project development as it relates to public awareness in the project’s local area.Respondent’s experience with private and public utilities.Site development practices.Building code requirements.Municipality Design Guidelines.2. More than one (1) project may be referenced per page, and projects should be discussed in reverse chronologicalorder. (Note: You may reference projects by project name included in the project sheets under Criteria A above orinclude other projects, but no additional project sheets shall be provided for this criterion, as the response shall be innarrative form.) If you are referencing a project that is not included in the project sheet section, please include thefollowing information:a.b.c.d.Project name and description of scope.Respondent’s project role and work performed.Names of Respondent’s team members who worked on the project, if applicable.The contact information of the project’s owner or representative (if different) including name, email, andphone number.Note a portion of the scoring for this Section C may be based on City’s Consultants’ Scorecard, experience withCity projects and/or other documentation generated by City staff and previous City Consultants on other Cityprojects. City shall

installation, monitoring well plugging, Brownfield assessments, Municipal Setting Designation assessments and reviews, Leaking Petroleum Storage Tank assessments and closure reports, spill prevention control and countermeasure plans, site . referred to as "AAI") requirements. On-Call Environmental Professional Consulting Services (RFQ: # .