Contact Us

|
   Call A Sales Rep Today!
609-256-6896
official.bids@construction.com

Proposal & Bid Notice Details:


DEPARTMENT OF GENERAL SERVICES (DGS)

DEPARTMENT OF GENERAL SERVICES (DGS)-RFQ-RESD-PMDB 2023-09-FOR, EXPOSITION PARK UNDERGROUND PARKING STRUCTURE HQ PROJECT(Full Ver).


Project Specs:

Notice ID #: 8378

Bid Date: 11/03/2023

Type Of Notice: Request for Qualifications
Location: CA: Los Angeles

Valuation($): $307,000,000.

BDOQ: DVBE, SBE

Contact: See Notice Summary for details on how to respond to this notice.


Notice Summary:



Request for Qualifications (RFQ)
Department of General Services
Real Estate Services Division
Project Management and Development Branch

 

The Department of General Services (DGS), Real Estate Services Division (RESD), Project Management and Development Branch (PMDB) is requesting Statements of Qualifications (SOQ) from Architectural and Engineering firms, pursuant to Government Code §4525 et. seq.

 

I.        PROJECT DESCRIPTION

RESD-PMDB 2023-09          
EXPOSITION PARK UNDERGROUND PARKING STRUCTURE,
HEADQUARTERS, COMMUNITY CENTER AND PARK
OFFICE OF EXPOSITION PARK MANAGEMENT
LOS ANGELES, LOS ANGELES COUNTY, CALIFORNIA

 

Provide professional architectural, engineering and management services as a Criteria Architect/Engineer for the Design-build construction of the Exposition Park Underground Parking Structure, Headquarters and Community Center, and Park (EPUHC).

 

Design and Construction of a new underground parking structure, surface parking areas, roadways, headquarters and community center building, infrastructure, and park for the Office of Exposition Park Management in accordance with the Exposition Park Master Plan. The project will be located at the southeast corner of Exposition Park bordered by W. Martin Luther King Jr. Blvd and S. Figueroa Street, in the City of Los Angeles, Los Angeles County, California. The project will include: the demolition of existing surface parking lots and the installation of underground utilities, construction of a new 720,000 square foot 3-story subterranean parking garage containing a minimum of 2,069 parking spaces. The new underground parking garage will be covered by 217,008 square feet of artificial green grass space at street level capable of supporting vehicular traffic and infrastructure for future amphitheater/skate park space with public restrooms and outdoor concession space. Additionally, the project will be constructing an approximate 43,000 square foot 3-story Exposition Park Headquarters and Community Center including emergency power system with generators, and a minimum120-space surface bus parking lot covered by shade structures with photo voltaic system. New site improvements including a site monument sign, wayfinding signage, and new native drought tolerant landscaping are also included in this project. Site work includes but is not limited to new utility infrastructure, local roadway improvements, lighting, fencing, utilities, and related improvements. The new utility facilities will require coordination with local utility companies for electrical, gas, cable/internet/low voltage communication, and the City and County for utilities such as storm drainage, wastewater, garbage, fire suppression, lighting, roadways for ingress/egress including local permitting and water. The project will be designed and constructed for LEED Gold certification and Zero Net Energy (ZNE).

 

The estimated cost of construction is approximately $307,000,000.

 

II.        SCOPE OF SERVICES

 

Provide professional architectural and engineering design, and other services for Design-Build delivery of the project described in the Project Description, as a Criteria Architect/Engineer during the Performance Criteria and Design Build phases of the project. The responsible party for the Criteria Architect/Engineer must be an architect or engineer licensed to practice in the State of

California (CA) and all work must be performed under and approved by a California-licensed design professional in the appropriate field. The services may include, but are not limited to, studies, programming, site analysis, geotechnical testing including soils analysis, boundary and topographical surveying, hazardous materials survey and investigation including abatement design (if required), master planning, CEQA support, fire alarm and low voltage systems, cost estimates, preparation of a design-build solicitation package including a Request for Qualifications (RFQ) and Request for Proposal (RFP) document including its evaluation criterion. Provide cost-benefit and life-cycle cost analysis, peer review, code compliance, energy and sustainable design including LEED and ZNE, systems confirmation, review design-build contractor documentation for conformance with RFP, support for selection of Design-build teams RFP, and general construction administration oversight.

 

The firm shall have experience in the design and construction of facilities and parking structures of similar size and complexity and experience with Design-build delivery process; knowledge of the design and operation of State of California buildings; knowledge of the sustainable design process and design excellence including “Leadership in Energy & Environmental Design” (LEED™) and Zero Net Energy (ZNE); knowledge of the Division of State Architect (DSA) and Federal Accessibility requirements; knowledge of the State Fire Marshal requirements for fire and life safety; knowledge of Secretary of Interior Standards and State Historic Preservation Office (SHPO) requirements for inclusion into the RFP; familiarity with site assessments, guidelines and performance criteria and performance specifications, value engineering and/or systems proposals, life cycle cost analysis, on-site construction representation/observation and reporting including, but not limited to, tenant move-in, facility activation and post-occupancy, preparation and review of punch-lists, close-out activities, and other services required by the scope of the project.

 

Services may include, but are not limited to:

  • Identification and analysis of site and land use issues including obtaining required encroachment permits for off-site improvements.
    • Geotechnical investigation and testing. Including soils analysis for hazardous materials and abatement/remediation documents (if necessary).
    • Underground utility investigation
      • Boundary and topographical surveying
      • Real Estate due diligence on site including preparation of State bonding documentation.
        • Utility Coordination including obtaining utility commitment letters and design for site infrastructure.
        • Programming for all facility and site spaces, Master planning, conceptual design, including massing and scale analysis, site circulation and access, sensitivity to local historic and community context, utilities confirming size and location of all utilities to serve the project, and development of alternative massing concepts to accommodate user program on the site.
    • Development of Group II Agency retained furnishing and equipment.Development of energy efficiency and sustainable building measures including confirmation of ZNE to attain the highest possible level of Leadership in Energy and Environmental Design (LEED™) accreditation as published and administered by the United States Green Building Council (USGBC™), that the State’s allotted budget can support.
      • Design to meet applicable Secretary of Interiors standard and the State Historical Preservation Office (SHPO)
      • Establish quality and performance criteria and specifications of all interior and exterior finishes, site and building components including future improvements.
      • Assist with the preparation of California Environmental Quality Act (CEQA) documents including coordination with the CEQA consultant and assisting the state with any public outreach efforts that may be necessary.
    • Development of the RFQ and RFP, assisting in the Design-build procurement approaches, solicitation and selection of the most qualified Design-build firm and the subsequent award.
    • Review of the Design-build team’s systems construction documents and supporting documentation for compliance with Request for Proposal (RFP) criteria.
    • Life-Cycle Cost analysis and analysis of value engineering/systems proposals.
      • Estimating services throughout RFP development to maintain of project construction cost budget(s).
      • Verification of compliance of all sustainable design and energy efficiency requirements, prepared by the Design-builder for compliance with the RFP.
      • Constructability review and documentation.
      • Project Commissioning Authority (CxA)
      • Onsite construction observation.
        • Punch-list/Close-out documentation.

 

The firm selected for this work, including any team member, (individual, firm, sub-consultants, subsidiary or affiliates thereof) are precluded from participating on the Construction Project Management team, Environmental Consultant teams, Design-Build teams, or any/all competitively bid or qualification-based contract work or solicitations for other professional services in the interest of the project.

 

 

MINIMUM REQUIREMENTS

 

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. The State requests that SOQs be limited to 50 pages or less. Firms shall ensure that their written responses indicate how they meet the Selection Criteria in Section V below.

 

Submit two (2) hard copies of the following, and one (1) electronic copy as detailed below:

 

1. Letter of interest that includes the Federal Identification Number (FEIN) of the firm as well as the person authorized to negotiate and sign all agreements.

 

2. Executive Summary (2 pages maximum).

 

3. Federal Form SF330 (“Architect-Engineer Qualifications”) Parts I & II for your firm, and Federal Form SF330 Part II for any proposed sub-contractors. The current revision of these forms is available on the GSA Webpage for SF330.

 

a. For each resume, firms may supplement the Form 330 (no more than one supplemental page per person) with further information on each individual’s proposed project assignment and responsibilities, their specific professional experience related to this assignment, and their current work assignment(s) and projected completion dates.

 

4. Written statement of the firm’s qualifications that is responsive to the selection criteria below. Firms shall respond in writing indicating how they believe their qualifications fulfill the requirements of these criteria. Firms must respond to each numbered criterion with complete and organized responses.

 

5. Additional Required Documents

a. Current Statement of Information (can be obtained on the California Secretary of State’s website). If operating under a fictitious business name, provide all supporting documentation (i.e. fictitious business name statement certified by the appropriate county clerk).

 

b. Verification of California license for Professional Engineers, Land Surveyors, or Geologists (can be obtained on the Department of Consumer Affairs website); or verification of California license for Professional Architects (can be obtained on the the Department of Consumer Affairs website).

 

c. If applicable, proof of current certification from the DGS Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS). This information can be obtained DGS Office of Small Business and Disabled Veteran Business Enterprise Services website.

 

d. Completed and signed California Civil Rights Laws Attachment, available on the website link to the Civil Rights Laws Attachment Form

 

e. Proof of current registration with the California Department of Industrial Relations as a Public Works Contractor for the firm submitting SOQ, and subs. Website link to the DIR Contractor Registration Search.

 

f. Darfur Contracting Act Certification. Website link to the Dafur Contracting Act Certification Form.

 

g. Iran Contracting Act Certification. Website link to the Iran Contracting Certification Form.

 

h. The Bidder’s Declaration Form (GSPD-05-105). This form documents subcontracted services. The Website link to the GSPD-05-105 Form.

 

The State encourages Small Businesses and Disabled Veteran Business Enterprises participation.

To locate certified firms for subcontracting purposes, start on Cal eProcure. Website link to CaleProcure. Click on “Small Business / Disabled Veteran Business Enterprise,” then “Search for Certified SB/DVBE Firms.” In the Certification Type, select any combination of Micro Business (MB), Small Business (SB), or Disabled Veteran Business Enterprise (DVBE).

Additionally, there are fields that allow for a narrowing of the search. In the UNSPSC Classifications field, a search can be conducted in which the words “architectural” or “engineering” are used. If, for example, the UNSPSC Classification for Architectural Engineering (81101508) is selected, in addition to Disabled Veteran Business Enterprise (DVBE), Service Area (County) Sacramento (34), a number of DVBE certified firms that associate with the Architectural Engineering category are shown.

If you feel your company or your subcontractor qualifies as either, visit the website link to DGS SB & DVBE for more information or call OSDS 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 contracts (Architectural, Engineering, Environmental Services, etc.). Procedures shall assure maximum participation of small business firms, as defined by the Director of General Services pursuant to Government Code Section 14837.

 

 

III.        SUBMISSION INFORMATION AND DEADLINE

 

Hard copy documents shall be received no later than Friday, November 3rd, 2023, at 5:00 P.M.

to:

 

Department of General Services
Real Estate Services Division
Project Management & Development Branch
Attn.: Sarah Jackson, Contracts Analyst & Nora Sandstedt, Contracts Technician
707 3rd Street, 4th Floor
West Sacramento, CA 95605

 

Within 24 hours of submission of SOQ to the State, one electronic copy shall be uploaded by the submitting            firm            to            the            following            DGS            Box.com            site: https://dgscloud.app.box.com/f/a7789b87c8df483e9926a80c28c878b3. Electronic copy shall be identical to the hard copy submitted, in PDF format. Facsimile or e-mail submittals will not be considered.

 

IV.        SELECTION CRITERIA

 

Submitted SOQ packages will be evaluated on the 13 areas listed below.

 

1.  Experience of Firm

Professional experience of the firm in relation to the work to be performed.

  • List each person with their role for all staff identified as a part of this proposal.
  • Experience of subcontractors in relation to the work performed.
  • Nature and quality of completed work.

 

2.  Experience of Principals

Professional experience and licenses of the principals to be assigned to the project.

  • List the Principals to be assigned to and involved with the project.

 

3.  Experience of Key Personnel

Professional experience and training of key personnel, including both design and field personnel.

  • List staffs experience, education, licensing, certification, and training.

 

4.  Resource Availability

  • Firm’s resource availability and demonstrated ability to meet deadlines and produce timely required deliverables. SOQs should demonstrate reliability of firm and continuity of firm’s staff and sub consultants.
  • Location of firm office(s) for project coordination and services.

 

5.  Working with Other Entities

Demonstrated ability to collaborate and work with various utilities, and governmental departments including experience coordinating with multiple stakeholders.

 

6.  Problem Solving

Demonstrated ability to provide creative and innovative solutions to solve design and engineering problems, including unexpected problems, via examples of past projects.

 

7.  Demonstrated LEED and ZNE experience and capabilities.

 

8.  Demonstrated expertise and experience in cost estimating, scheduling and phasing, value engineering, and cost benefit analysis.

 

9.  Demonstrated project experience in design and construction of similar projects including Parking Structures.

 

10.  Demonstrated competence and specialized experience of firm(s).

 

11.  Demonstrated experience and expertise in general management and administration of a design-build project.

 

12.  Demonstrated effectiveness of the Quality Assurance program and procedures being utilized by firm.

 

13.  Demonstrated expertise and experience in providing professional advice and leadership to the State in the role of an extension to the staff to enable the project to be completed within the authorized scope, budget, and schedule, with no adverse legal action and to the satisfaction of the state.

 

Firms SOQ will respond in writing showcasing how their experience fulfills the requirements of the above criteria.

 

Consultant team shall be comprised of all disciplines necessary to effectively provide essential and ancillary services for the work described for the project. Team shall be experienced with designs of similar nature, size and complexity.

 

V.        CONTRACT ADMINISTRATIVE PROCESS

 

Firms will be selected on the basis of written responses to this RFQ and an oral interview.

 

Submittals will be evaluated and scored based upon the above selection criteria for those firms who have complied with the minimum qualification requirements.

 

Typically, 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, a single firm will be selected. The selected firm will be asked to submit a fee proposal specifying the hourly rates for specific classifications of employees, subcontractors, and/or services to be provided. The State will enter into negotiations to create fixed rates. In the event that a satisfactory agreement cannot be negotiated, the State will terminate negotiations with that 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 proceedings at any time.

 

Ten percent (10%) percent retention will be held for all progress payments made to consultant. When the estimated amount to be retained exceeds ten thousand dollars ($10,000.00), 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. Website link to Public Contract Code § 6106.5. Visit the website link for Public Contract Code § 6106.5 (e) for further requirements pertaining to sub-consultants.

 

VI.        LABOR COMPLIANCE MONITORING & ENFORCEMENT PROGRAM - CONTRACTOR REGISTRATION

 

Pursuant to Labor Code § 1725.5, contractors must register with the Department of Industrial Relations (DIR) as a public works contractor to bid on, be listed in a bid proposal or engage in the performance of any public works contract. The application also provides agencies that administer public works programs with a searchable database of qualified contractors. Application and renewal are completed online DIR Contractor Registration Info Page. The current annual fee can be located on the DIR website. The registration period coincides with the fiscal year.

 

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 (eCPRs) directly to the DIR as applicable and cooperation with on-site monitoring by DIR personnel if the work performed is covered by prevailing 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. and the website link to the Prevailing Wage Requirements.

 

VII.        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 agreement. Website link the Labor Code Section § 1774.

 

Copies of the prevailing rate of per diem wages are on file at the Department of General Services, which shall be made available to all interested parties. Additionally, these prevailing wage rates are available on the DIR website. Website link to the DIR Prevailing Wage Determination page.

 

This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

 

VIII.        QUESTIONS

 

All technical questions should be directed to Erik Heerhartz, Project Director III, at 916-213-4135, or erik.heerhartz@dgs.ca.gov.

 

All contract related questions and questions regarding the submission of RFQs should be directed to Sarah Jackson, Contracts Analyst at sarah.jackson@dgs.ca.gov or Nora Sandstedt at nora.sandstedt@dgs.ca.gov .

 

 

 

END OF DOCUMENT



REQUEST FOR QUALIFICATIONS

Department of General Services Real Estate Services Division

Project Management and Development Branch





----- Advertising -----

Want To Advertise On This Page? Contact Us