Loading...
HomeMy WebLinkAboutPR 15109: DESIGN/BUILD FIRM FOR CONSTRUCTION OF A FIRE STATION (SABINE PASS)PORT ARTHUR FIRE DEPARTMENT MEMORANDUM TO: City Manager Steve Fitzgibbons ' CC: FROM: Deputy Fire Chief John Avery -~-' DATE: February 24, 2009 SUBJECT: P.R. 15109 Station Four Replacement, COMMENT Fire Station Four, which serves the Sabine Pass area.of the city, was severely damaged by the effects of Hurricane Ike. A FEMA assessment team has determined that rehabilitation costs for the existing structure would exceed 50% of the value of the. structure; therefore, the structure must be+ replaced or rehabilitated in a way which meets National Flood Insurance rules In the instant case; the structure will need to be replaced. The Fire Chief and the Finance Department believe that adesign/build contract is the most efficient and expedient method to accomplish construction of the new fire station... Attached is a resolution seeking City Council permission to publish a Request for Qualifications for a design/build firm. , ,. "Remember, we aze here to serve the citizens of Port Arthur" s: a . Y P.R.15109 2/24/2009 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY OF PORT ARTHUR TO PUBLISH A REQUEST FOR QUALIFICATIONS FOR ADESIGN/BUILD FIRM FOR THE CONSTRUCTION OF A FIRE STATION WHEREAS, Fire Station Four,'located in the'Sabine Pass area of the city, was substantially damaged by Hurricane Ike; and ,~ WHEREAS, rehabilitation costs for the existing structure would exceed fifty percent of the value of the strucmre; and - ~ .. Vl'HEREAS, in order [o comply with National Flood Insurance Program rules [he existing structure cannot be rehabilitated; and . R'HEREAS, the Fire Chief and Finance Department believe that aDesign/Build contract is the most efficient and expedient method to accomplish the construction of a new Fire Station; and WHEREAS, to accomplish the DesignBuild conVact, 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: F Section 1. That the facts and opinions in the preamble are true and-correct. ` Section 2. That the City Council of the City of Port Arthur authorizes [he issuance of the "Request for Qualifications" for aDesign/Build contract for the construction of a Fire Station, in substantially the same form as Exhibit "A" attached hereto. ' a P.R.15109 2/24/2009 Section 3. That a copy. of the caption of this Resolution be spread upon Ihe.Minutes of the City Council. READ, ADOPTED AND APPROVED this day of 2009, at a Regular Meeting of the Ciry Council of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor Counci lmem tiers: ATTEST: • Terri Hanks, Acting City Secretary APPROVED AS TO FORM: Mark Sokolow; City Attorney - - APPROVED FOR ADMINISTRATION: 'i~, ~~~ Steve Fitzgibbons, City Manager Mayor Deloris Prince .. F DELORIS "BOBBIE" PRINCE, MAYOR JACK CHATMAN, JR., MAYOR PRO-TEM COUNCIL MEMBERS: ELIZABETH "LIZ" SEGLER MORRIS ALBRIGHT, III MARTIN FLOOD JOHN BEARD, JR. ROBERT E. WILLIAMSON D. KA}' W15E THODIAS J. HENDERSON" `/ ~ ~EPHEN FITZG[BBONS ~~ ~ " i CITY MANAGER ` TERRI HANKS ACTING CITY SECRETARY MARK T. SOKOLOW CITY ATTORAIEY REOUEST FOR OUALIFICATIONS February 25, 2009 The enclosed REQUEST FOR QUALIFICATIONS (RFQ) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience iri bidding the enclosed referenced services for the City of Port Arthur. Sealed Qualifications, (two copies) subject to the General Instructions, Conditions, and Specifications, as provided 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. on April 1, 2009 at the City Secretary Office and all qualifications received will thereafter be opened and read~aloud at 3:15 P.M. on April 1, 2009 City Council Chambers, Sth~floor, City Hall, Port Arthur, Texas for the following: REQUEST FOR QUALIFICATIONS FOR DESIGN/BUILD AS TO THE CONSTRUCTION OF A FIRE STATION AT 5030 SOUTH GULFWAY DRIVE, SABINE PASS, TX QUALIFICATIONS SHALL BE PLACED IN A SEALED ENVELOPE, with the Vendor's name and address in the upper left-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 FIRM IN A CONTRACT. MARK ENVELOPE: CONSTRUCTION OF A FIRE STATION Sealed proposals 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 IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. P.O. BOX 1089 PORT ARTHUR, TEXA¢~~4I -bQB~• 409/983-8115 FAX 409/983-8291 Qualifications received after the closing time specified will be returned to the vendor unopened. Pursuant to Section 271.119 Local Government 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; and other factors as appropriate. If you have any questions, please contact 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 or to 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 12 CITY OF PORT ARTHUR GENERAL INFORMATION: NOTE: It is'extremely important that the Offeror furnishes the City of Port Arthur the required information specified in the Request for Qualifications. Each offeror must certify to the City that each engineer or architect that is a member of its team was selected based oq 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 prepaze SEALED QUALIFICATIONS IN DUPLICATE for furnishing: REQUEST FOR QUALIFICATIONS FOR DESIGNBUILD AS TO THE CONSTRUCTION OF A FIRE STATION AT 5030 SOUTH GULF'~VAY DRIVE, SABINE PASS, TEXAS. 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. Request for Qualification shall~be received no later than 3:00 P. M. APRIL 1, 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 (2) methodology under Section 271.119 Local Government Code. The City reserves the right to: 1.. Reject any or alI Qualification Statements; and not enter into anydesign-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 QualificationStatements as it shall deem to be in the best interest of the City. . Vendors are cautioned to read the information contained in this RFQ carefully 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. ETHICS: The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official, or agent of the City of Port Arthur. -Page 3 of 12 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 deiivery 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 of their team that were selected based on demonstrated competence and qualifications The City of Port Arthur may request representation and other information 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 the Fire Department, P.O. 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 State of Texas Prompt Payment Act; Article 601f V.T.C.S. Successful offeror (s) are 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; therefore. the proposal shall not include sales 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 Vendor shall comply with alLapplicable 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 have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. Page 4 of 12 DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to anYOne 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. Bidders 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 Government Code 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. 4 ~ INCORPORATION OF PROVISIONS REQUIRED BY LAR': 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 Contractorshall be amended to make such insertion on application by either party CONTRACTOR'S OBLIGATIONS: The Contractor Design-Build Firm shall and will, in good workmanlike manner, perform all work and furnish 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 regazded 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 ofselecting aDesign-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 progam or activity receiving Federal financial assistance: ,~ Questions concerning this RFQ or additional information should be directed to Chief Larry Richard'at 409-983-8738. Page 5 of 12, Citv of Port Arthur Request for Qualifications ~ , For Design-Build. of the Construction . - of a Fire Station at 5030 Gulfway Drive, Sabine Pass, Texas OBJECTIVE The overall objective of this project is to provide engineering services for the design and construction phase of a fire station 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 desigp phase services to include detailed engineering plans and specifications foraecommended project to be owned by the City. Design phase to include all services through recommendation of the award. e 3. Provide construction phase services to include on=site residentproject representative throughout construction, as cvell•as other related engineering services This includes allservices from the Pre-construction Conference through project closeout. `_, INFORMATION TO BE PRESENTED AND EVALUATED: h ' Provide information on proposed scope of services, which. meet the objectives: I:. Delineate schedule of activities for the entire project: _, 2. Technical approach to each phase of work. QUALIFICATIONS 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 Pre-Construction and Construction Services. , 4. List other projects for which the consultant and proposed team members have worked' Page 6 of 12 ~. Consideration may be given to the utilization of historically underutilized businesses. 6. Consideration maybe given to the utilization ofqualified-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 for the City.. 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 PERFORA'fANCE '1. Identify and describe the proposed Team's past experience for providing , Desigo/Build services that aze most related to this project within the past (10) ten ;years. For each project, provide the following information:.; 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 of 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 d k. The Owner's name and representative who served as the day-to-day liaison during each phase of the project (include telephone number) 1. The ArchitecUEngineer's name and representative who served as the day- , to-day_liaison during each phase of the project (include telephone number) m. 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 pas experience on constructing fire stations or similaz facilities. _ Page 7 of 12 3. Identify and describe the proposed Team's past experience on working with fire departments as to design fire stations. x 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 azeas. PROJECT APPROACH I, 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 IDENTIFY AND 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 SCHEDULES 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 schedulerecovery, if necessary.. 3. .Describe how you will develop and maintain work schedules during construction to coordinate with the Owner's project schedule. s Page 8 of 12 4. Describe your experience with scheduling programs and provide a sample of monthly schedule reports. Iu'~lOWLEDGE OF CURRENT PROJECT METHODOLOGIES =., 1. 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; ' £ Close-out and commissioning. 3. 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. 5. 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. EVALUATION CRITERIA ' 1. Offeror's Experience 20% 2. Technical Competence i0% '_ 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: °°- - - 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 agrees 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 STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the abovenamed ' on this the day of ; 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 11 of 12 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to dhe~ law by H.B. 1491, 90th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Dale Received by a person who has a business relationship as defned by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). Bylaw this q uestion Haire must be f led with the records administrator of the local governmental entity not laterthan the 7th business iiay after tfie date the person becomes aware of facts .that require the statement to be filed. See Section 176.006, Local Government Code. - A person commits an offense if the person knowingly violates Section 176:006, Local .Government Code. An offense under this section is a Class C misdemeanor. ~ -Name of person who has a business relationship with local governmental entity. 2 ^ _ Check this box 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 the 7th business day after the date the originally fled questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment onhusiness relatidnship.~ Name of Officer - This section (tern 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 776.001(1-a), Local Government Code. Attach additional pages to 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 fler of the questionnaire? Yes ~ No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local govemmental-entity7 Yes ~ No ~ ~ - + C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? - Yes a No - D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature of person doing business with the governmental entity w Date Page 12 Of 12 Adopted 06/29/2007