Loading...
HomeMy WebLinkAboutPR 15057: DESIGN/BUILD FIRM FOR RENOVATION OF POLICE AND CENTRAL FIRE STATION BUILDINGSP. R. NO. 15057 01/09/2009 wmb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY OF PORT .ARTHUR TO PUBLISH A REQUEST FOR QUALIFICATIONS FOR A DESIGNBUILD FIRM FOR THE RENOVATION OF THE POLICE BUILDING AND CENTRAL FIRE STATION WHEREAS, the citizens of the City of Port Arthur approved Proposition No. Two Bond Proposal, on November 6, 2007, the for construction, acquisition, and. equipment of Public Safety Facilities, in the amount of $3,000,000; and WHEREAS, the Police Chief and Finance Department believe that a Design/Build contract is the most efficient and expedient method to accomplish the reconstruction of new Public Safety Facilities; and WHEREAS, to accomplish the Design/Build contract, a `'Request for Qualifications" needs to be advertised, as delineated in substantially the same form as Exhibit "A" attached hereto. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section L That the facts and opinions in the preamble aze true and correct. Section 2. That the City Council of the City of Port Arthur authorizes the issuance of the "Request for Qualifications" fora Design/Build contract for the renovation of the Central Fire Station and Police Building, in substantially the same form as Exhibit "A" attached hereto: z. pr15057~apd_design build _ Section 3. That a copy of the caption of this Resolution be spread upon the Minutes of the Ciry Council. READ, ADOPTED AND APPROVED this day of , 2009; at a Regulaz Meeting of the-City Council of the City of Port Arthur; Texas, by the following vote: AYES: Mayor Councilmembers: Mayor Debris Prince ATTEST: Terri Hanks, Acting City Secretary APPROVED AS TO FORM: Mazk Soko ow, Attorney (b N ~E N AL F OF~ APPROVED FOR ADMINISTRATION: Steve Fitzgibbons, rry Manager z.pr15057~Japd_design build EXI-i I B I'I' "A" DECOKES "BOBBIE" PRBVCE, MAYOR JACKCHATMAN, JR., MAYOR PRO TEM COUNCIL MEMBERS: ELIZABETH "LIZ" SEGLER MORRIS ALBRIGAT, III MARTIN FLOOD JOAN BEARD, JR ROBERT E WILLIAMSON D. KAY WISE THOMAS J. HENDERSON REOUEST FOR OUALIFICATIONS FOR DESIGN-BUILD FIRM January 14, 2009 STEPHEN FTTZGIBBONS CITY MANAGER. TERRI HANKS ACTING CITY SECRETARY MARK T. SOKOLO W CrrY ATTOE4NEY The enclosed REQUEST FOR QUALIFICATIONS (RFQ) for aDesign-Build Firm is for your convenience in the enclosed referenced services -for the City of Port Arthur.. Sealed Qualifications, two (2) copies, subject to the General Instructions, Conditions and Specifications, asprovided, shall be addressed to the City Secretary of the City of Port Arthur, Texas. Sealed QUALIFICATIONS will be received no later than 3:00 P.M. March 4, 2009 at the City Secretazy Office, and all RFQs received will thereafter be opened at 3:1~ P.M. on March 4, 2009, City Council Chambers, fifth. floor, City Hall, Port Arthur, Texas, for the following: REQUEST FOR QUALIFICATIONS FOR DESIGN/BUILD AS TO THE RENOVATION OF THE EXISTING FIRE & POLICE BUILDING ON 4TH STREET QUALIFICATIONS SHALL BE PLACED IN A SEALED ENVELOPE, with the Vendor's name and address in the upper lefr-hand comer of the envelope. FACSIMILE. TRANSMITTALS SHALL NOT BE ACCEPTED. QUALIFICATIONS MUST BE signed in this packet and SIGNED BY A PERSON HAVING AUTHORITY TO BIND THE FIRMM IN A CONTRACT. MARK ENVELOPE: RENOVATION OF FIRE AND POLICE BUILDING Sealed RFQs shall be submitted to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY CITY SECRETARY PO BOX 1089 444.4TH STREET PORT ARTHUR, TEXAS 77641-1089 PORT ARTHUR TX 77640 ALL QUALIFICATIONS MUST BE RECEIVED N THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. P.O. BOX 1089 • PoBT ARTHUB, TEXAS Y7age 1 os 1309/983-8115 • FN( 409/983-8297 Qualifications received after the closing time specified will be returned to the vendor unopened. Pursuant to Section 271.119 Local Govenunent Code, the City will evaluate the information submitted by the offerors on the basis of the selection criteria stated in the request for qualifications and the results of an interview. The City may request additional information regarding demonstrated competence and qualifications, considerations of the safety, and long-term durability- of the project, the feasibility of implementing. the project as proposed, the ability of the offeror to meet schedules, costing methodology or other factors as appropriate. If you have any question; please contact Clifton Williams at the City of Port Arthur Purchasing Office at (409) 983-8160. The City reserves the right to reject any or all qualifications and to waive informalities or defects in RFQ onto accept such qualifications as it shall deem to be in the best interests of the City of Port Arthur under the parameters of Section 271.119 Local Government Code. Sincerely, Shawna Tubbs Purchasing Manager Page 2 of 13 CITY" OF PORT ARTHUR GENERAL INFORiViATION: NOTE: It is extremely important that the Offeror furnish the City of Port Arthur the required information specified in the Request for Qualifications. Each offeror must cerfify to the City that each engineer or architect that is a member of its team was selected based on demonstrated competence and qualifications in the manner provided by Section 2254.004, Government Code. The City shall qualify a maximum of five offerors to submit additional information and, if the City chooses to interview for final selection. The intent of this REQUEST FOR QUALIFICATIONS (RFQ) is to provide vendors with sufficient information to prepare SEALED QUALIFICATIONS IN DUPLICATE for furnishing: REQUEST FOR QUALIFICATIONS FOR DESIGNBUILD AS TO THE RENOVATION OF THE EXISTING FIRE & POLICE BUILDING ON 4Tx STREET Information provided in response to the RFQ must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P. O. Box 1089, Port Arthur, Texas 77641. Information in response to the Request for Qualification shall be received no later than 3:00 P.M.. March 4, 2009. INFORMATION MUST BE SIGNED BY VENDOR. Qualifications cannot be altered or amended after submission deadline, except as requested by the City under the phase two methodology under Section 271.119 Local Government Code. The City reserves the right to: 1. Reject any and all Qualification Statements, and not enter into any design- build contract, if it deems such action to be in its best interest. 2. Reject any or all Qualification Statements and to waive informalities or defects in RFQ, or to accept such Qualification Statements as it shall deem to be in the best interest of the City. Vendors are cautioned to read the information contained in this RFQ cazefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5; Subtitle C, Chapter 171. Page 3 of li ETHICS: The offeror shall not offer or accept gifts or anything of value nor enter info any business arrangement with any employee, official, or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE OFFERORS: A prospective offeror must affirmatively demonstrate offeror's responsibility. A prospective offeror must meet the following requirements: 1. have adequate financial resources, or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive a contract; and 6. have engineers or architects as a member oftheir team that were selected based on demonstrated competence and qualifications The City of Port Arthur may request representation and other inforrnation sufficient to determine offeror's ability to meet these minimum standards listed above. PURCHASE ORDER: A purchase order (s) shall be generated by the City of Port Arthur to the successful company. The Purchase order number must appear on all itemized invoices. INVOICES shall be issued for each purchase order, and shall be mailed directly to the Chief of Police, PO Box 1089, Port Arthur, Texas 77641-1089. PAYMENT will be made upon receipt and acceptance by the City of all completed services and/or item (s) ordered and receipt of a valid invoice, in accordance with the terms of the contract to be negotiated. Successful offeror (s) is required to pay subcontractors within ten (10) days. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax. VENUE: This agreement will be governed-and construed according to the laws of the State of Texas. This agreement is to be performed in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Offeror shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall Page 4 of 13 have any personal financial interest, direct or indirect, in this Contract; and the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAI'vIENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege, orpaying money to any one owing delinquent taxes, paving assessments, or any money to the City until such debts are paid or until. satisfactory arrangements for payment has been made. Offerors must complete and sign AFFIDAVIT included as part. of this RFQ. CONTRACT: The contract will be negotiated pursuant to the terms of Section 271.119 Local GovemmentCode after the City selects the design-build firm that submits the proposal offering the best value for the governmental entity on the basis of the published selection criteria and.on the City's ranking evaluation. INCORPORATION OF PROVISIONS REQUIRED BY LA`V"": Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted. herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either P~Y• CONTRACTOR'S OBLIGATIONS: The Contractor (design-build firm) shall and will, in good workmanlike manner; perform all work and famish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of statement. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting a Design-Build Firm which maybe considered most suitable for the service involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color; or national. origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Questions concerning this RFQ or additional information should be directed to Chief Blanton at 409-983-8611. Page 5 of l3 City of Port Arthur Request for Qualifications For Design-Build of the Renovation of the Existing Fire and Police Building on 4`h Street OBJECTIVE: The overall objective of this project is to provide engineering services for the design and construction phase of the renovation of the Fire and Police Building on 4`h Street under a single contract. A design-build firm consisting of a contractor, architect, and engineer contracts with, and is responsible to, the owner for delivery of the project. Specific objectives include the following: 1. Provide a detailed engineering report on project. 2. Provide design phase services to include detailed engineering plans and specifications for recommended project to be owned by the City. Design phase to include all services through recommendation of the award. Provide construction phase services to include on-site resident project representative throughout construction, as well as other related engineering services. This includes all services from the Pre- construction Conference through project closeout. INFORMATION TO BE PRESENTED AND EVALUATED Provide information on proposed scope of services, which meet the objectives: 1. Delineate schedule of activities for the entire project. 2. Technical approach to each phase of work. Page 6 of 13 QUALIT7CATIOI~S: Describe your management philosophy for the Design-Build delivery method. 2. Provide resumes of the Design-Build Contractor and the entire Team, including Engineering and. Technical Consultant members, including their experience with similar projects. 3.. Describe in graphic and written form, the proposed Project assignments and lines of authority for each. member. -Indicate the estimated percenT of time these team members will be involved for Preconstruction and Construction Services. 4. List other projects for which the consultant and proposed-team members have worked 5. Consideration may be given to the utilization of historically underutilized businesses 6. Consideration may be given to the utilization of qualified Port Arthur companies wherein the use thereof will create additional economic development opportunities for the City, including the employment of Port Arthur residents and increased tax revenues to the City 7. Performance/payment bonds will be required for construction portion of this project. A payment or performance bond will not be required for the portion of the design-build contract that includes design services only. Provide evidence of bond ability from your surety company as to the construction aspects.. PAST PERFORMANCE 1. Identify and describe the proposed Team's past experience for providing Design-Build services that are most related to this project within the past ten (10) years. For each project, provide the following information: Page 7 of 13 a. Project name, location, contract delivery method, and description b. Initial project and projected time for completion c. Final project cost and time for completion. d. The nature of material change orders e. The nature of adverse claims or litigation f: Final project size in gross square feet g. Name of Project Manager (individual responsible to the Owner for the overall success of the project) h. Name of Project Superintendent (individuals responsible for the day to day work) i. Names of Mechanical, Plumbing and Electrical subcontractors j. Names of Engineering and Technical consultants k. The Owner's name and representative who served as the day- to-day liaison during each phase of the project (include telephone number) m. The Architect/Engineer's name and representative who served as the day-to-day liaison during each phase of the project (include telephone number) n. Length of business relationship with the Owner (The Owner may contact references during. any part of this process. The Owner reserves the right to contact any other references at any time during the RFQ process.) 2. Identify and describe the proposed Team's past experience on constructing fire stations or similar facilities. Identify and describe the proposed Team's past experience on working with fire departments as to design fire stations. 4. Identify and describe-the proposed Team's past experience on construction projects on a "fast track" schedule. The response should show an ability to implement creative solutions to planning issues. 5. Identify and describe the proposed Team's past experience working in Port Arthur or surrounding areas. Page 8 of13 PROJECT APPROACH 1. Provide a description of your proposed approach to this project. 2. Briefly describe the firm's approach to anticipating, recognizing and controlling safety risks. 3. Describe the firm's overall safety history and safety plans. 4. Identify the firm's annual OSHA Recordable Incident Rates/Lost Workday Case Incident Rates for the past three calendar years. 5. Provide a current certificate of insurance that shows types of coverage and policy limits. ABILITY TO IDENTIFYAND RESOLVE PROBLEMS 1. Describe your plan for communicating constructability, phasing, value engineering, and other issues requiring decision-making by the Owner. 2. Describe any conflicts with the Owner, Consultants, Project Manager, or subcontractors and describe the methods used by Respondent to resolve those conflicts. ABILITY TO MEET SCHED ULES Describe how you will develop, maintain, and update the project schedule during design and construction to coordinate with the Owner's project schedule. Specifically show design milestones to maintain the schedule. 2. Describe your approach to assuring timely completion of the project, including methods for schedule recovery, if necessary. 3. Describe how you will develop and maintain work schedules during construction to coordinate with the Owner's project schedule. Page 9 of 13 4. Describe. your experience with scheduling programs and provide a sample of monthly schedule reports. KNOWLEDGE OF CURRENT PROJECT METHODOLOGIES. Describe the firm's overall quality control program. Explain the methods used to ensure quality control during Design and Construction phases. 2. Describe procedures for: a. Establishing and tracking project objectives. b. Ensuring complete and accurate design and construction documents. c. Partnering. d. Tracking of project costs. e. Change order management. f. Close-out and commissioning. Provide an example of a successful constructability program used to maintain project budgets without sacrificing quality. 4. Describe your methodology for evaluating and selecting trade contractors. Describe your relationship with the local subcontracting community.. How will you include them in this project? 6. Describe how you have maintained oversight of multiple crews on a project. 7. Provide any other details regarding special services, products, advantages or other benefits offered to the Owner by your company. Page 10 of 13 EVALUATION CRITERIA 1. Offeror's Experience 20% 2. Technical Competence 10% 3. Capability to perform 20% 4. Past performance of the offeror's team 20% 5. Other factors as listed in the Request 30% for Qualifications, i.e. timetable; safety record and other appropriate factors Comments: Submitted by: Firm Signature Name Title Date Page 11 of l3 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company, whose signature is binding. The undersigned offers and aerees to one of the following I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR TITLE ADDRESS CITY/STATE/ZIP TELEPHONE NUMBER SIGNATURE SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public in and for the State of RETURN THIS AFFIDAVIT AS PART OF THE RESPONSE TO THE RFQ Page 12 of li CONFLICT OF INTEREST QUESTIONNAIRE FORT CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leo., Regular Session. This questionnaire is being-filed in accordance with Chapter 176, Local Govemment Code by a person who has a business relationship as defined by Section 176.00 l (1-a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local govemmental entity not later than the 7`s business day afterthe date the person becomes awaze of facts that require the statement to be filed. See Section 176.006, Loca] Govemment Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense underthis section is a Class C misdemeanor. I. Name of person who has a business relationship with local governmental entity: 2. ^ Check this boa if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than T°. business day after the date the originally filed questionnaire becomes incomplete orinaccurate J 3. Name of local a government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filerhas an employment orother business relationship as defined by Section 176.001 (1-a), Local Government Code. Attach additional pagesto this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ~ No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ~ No C. Is the filer of this questionnaire employed by a corporation or other ^ Yes ^ No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of erson doin business with the overnmental entirv Date Page 13 of 13