REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER LINES

Similar documents
REQUEST FOR SEAL PROPOSALS

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

REQUEST FOR SEALED BID

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

INVESTMENT ADVISORY SERVICES REQUEST FOR PROPOSAL Proposal Due: 4:00 p.m., Tuesday, February 20, 2018

REQUEST FOR PROPOSALS

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

TOWN OF WINDHAM TOWN MANAGER S OFFICE 979 MAIN STREET WILLIMANTIC, CONNECTICUT TOWN OF WINDHAM, CONNECTICUT INVITATION TO BID

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

MIDDLESEX COUNTY UTILITIES AUTHORITY

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Invitation to Bid. East/West Technology - Asbestos Abatement

BERRIEN COUNTY ROAD DEPARTMENT

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Management of Jobing.com Arena

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

REQUEST FOR QUALIFICATIONS (RFQ) FOR RISK MANAGEMENT CONSULTANT

COUNTY OF PRINCE EDWARD, VIRGINIA

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Annual Fuel Bid - #01-09

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR PROPOSAL (RFP)

RFQ #2766 Sale of Surplus Scrap Metal

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS EMERGENCY MEDICAL AND MICU AMBULANCE SERVICES

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

REQUEST FOR PROPOSALS RFP#75-18

REQUEST FOR QUALIFICATIONS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

HEATING AND COOLING SYSTEM MAINTENANCE

PHASE 1 STAFF FACILITIES LOCKER ROOM

Requests For Proposals

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

Town of West Yellowstone

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Charlotte-Mecklenburg Schools. Request for Qualifications

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Request for Risk Management and Insurance Broker Services

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

Sample Request For Proposals

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

TOWN OF BOONSBORO, MARYLAND REQUEST FOR PROPOSAL PROFESSIONAL AUDIT SERVICES

Request for Qualifications

WEXFORD COUNTY REQUEST FOR PROPOSALS

Annual Fuel Bid - #01-08

REQUEST FOR PROPOSALS

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS.

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision

PLACER COUNTY TRANSPORTATION PLANNING AGENCY ATTORNEY SERVICES

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

Request For Proposal (RFP) for

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TOWN OF WILTON REQUEST FOR QUALIFICATIONS AND PROPOSALS PENSION INVESTMENT CONSULTANT TABLE OF CONTENTS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Request for Proposal Public Entity Risk Management & Loss Control Services. (Proposal Due Date Extended to March 15, 2019)

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

LEGAL SERVICES RFP # AUGUST 13, 2018

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR QUOTE ON BARBER/HAIRCUTTING SERVICES FOR COUNTY JAIL

Transcription:

REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER LINES

CITY OF SAN REQUEST FOR QUALIFICATIONS Notice is hereby given that the City of San Juan is seeking Request for Qualifications (RFQ) for Engineering Services for Construction of Water and Sanitary Sewer Lines along the North Side of U. S. Expressway 83 and East Cesar Chavez Road. Proposals will be received at the office of Carmen Gonzalez, Purchasing/Risk Manager, 709 S. Nebraska, San Juan, Texas 78589-2649 no later than Thursday, January 23, 2014, at 2:00 p.m. at which time they will be taken to the City Hall Conference Room and read aloud. Sealed bids shall be submitted as follows: ENGINEERING SERVICES FOR CONSTRUCTION OF WATER AND SANITARY SEWER LINES REQUEST FOR SEALED PROPOSALS #14-11-01-23 PURCHASING/PROCUREMENT CITY OF SAN JUAN TEXAS 709 S. NEBRASKA SAN JUAN, TEXAS 78589-2649 Specifications may be obtained by calling the Purchasing Department at 956.223.2200 or by picking them up at the San Juan City Hall, 709 S. Nebraska, San Juan, Texas between the hours of 8:30 a.m. 4:30 p.m., Monday thru Friday or by visiting the City s web-site at www.cityofsanjuantexas.com. The City of San Juan reserves the right to refuse and/or reject executing Contracts for Engineering Services for Construction of Water and Sanitary Sewer Lines responding to this request for engineering services and to enter into Contracts for Engineering Services for Construction of Water and Sanitary Sewer Lines that in the opinion of the City are deemed to be the best and most advantageous to the City and hold the bid for a period of 90 days without taking action. Bids submitted past the aforementioned date and time will not be accepted. Caution to those submitting bids; bids not in the proper form may be rejected.

REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR CONSTRUCTION OF WATER AND SANITARY SEWER LINES PURPOSE OF RFQ The City of San Juan, Texas, invites the submittal of responses to this Request for Qualifications (RFQ) from qualified firm(s) interested in providing engineering with a utility projects. OBJECTIVE The City proposes to retain a highly qualified, capable firm(s) to act as Engineering Services during the planning of utility projects. Those firm(s) who participate in this RFQ process are sometimes referred to as Respondents, and Engineer Services. The City reserves the right to negotiate with one or more parties and is not obligated to enter into any contract with any Respondent on any terms or conditions. SCOPE OF WORK The scope of work to be obtained from the Engineering Services are to prepare and review documents as necessary, coordinate the authorization with the City Staff, review and execution documents and where appropriate, assist with matters relating to the construction of Water and Sanitary Sewer Lines along the north side of U. S. Expressway 83 and east of Cesar Chavez Road. INSURANCE The Bidders agrees to carry adequate General Liability and Automobile Liability Insurance as mandated by state law, as well as, Worker s Compensation insurance as mandated by Preamble 110.110. Bidders further agrees to indemnify and hold the City of San Juan harmless of any and all losses, damages or claims arising out of or in any way connected with any injury or injuries to any employee or employees of the contract and from any claims of any other person or persons for injuries, losses or damages sustained at, around, or in connection with the work, unless the negligence of the City of San Juan and/or servant and agents, is shown to be the sole proximate cause of said injury, loss, or damage. Respondent will be responsible to provide necessary insurance as required by the City of San Juan and mandated by state law in compliance with Section II of the General Specifications when submitting proposal. 1). Worker's Compensation Insurance as mandated by the State of Texas. 2). Comprehensive General Liability Insurance Amount Bodily Injury - $1,000,000 each occurrence Property Damage - $1,000,000 each occurrence 3). Comprehensive Automobile Liability Insurance Bodily Injury - $1,000,000 each person Property Damage - $1,000,000 each occurrence

SELECTION PROCESS Selection of firm(s) will follow the proposal-interview process. The City may invite several firms to be interviewed before making a final selection of a firm for this project based on the Request for Qualification received. The City desires to interview a firm; that firm will receive notification of the date and time of the interview. The City may use Staff to initially evaluate the submittals. The Request for Qualifications received will be one part of the selection process utilized by the City, together with the interviews, to determine if a consulting contract should be pursed. Staff may recommend a short list to the City Commission for their consideration. The City Commission may request that presentations be made in a City Commission meeting to assist them in their decision. The selected respondent will then negotiate with the City on fee and contract conditions. If a reasonable fee cannot be achieved with the respondent of choice, in the opinion of the City, negotiations will proceed with the second choice respondent until a mutually agreed contract can be negotiated. EVALUATION CRITERIA The Evaluation Committee will be determined by the City Manager. CONTENT OF SUBMITTAL Each response shall be submitted as outlined in this section. Please include an outside cover and/or first page, containing the name of the Project. A table of contents should be next, followed by dividers separating each of the following sections. Divider #1: Letters The first page following the divider shall be a letter transmitting the response of the City and stating that the proposal set forth in it remains effective for a period of 60 calendar days. At least one copy of the transmittal letter shall contain the original signature of a partner, principal, or officer of the Respondent. Divider #2: Firm Information a. Firm name, addresses, and telephone numbers of all firm offices. b. Structure of firm, i.e., sole proprietorship, partnership, corporation, and size of firm. c. Year s firm has been in business. d. Name of principals in firm. e. Primary contact. f. Organizational description. g. Description of firm s philosophy.

Divider #3: General Company History/Qualifications a. A brief history of the firm and the services routinely provided in-house on municipal (or related) building projects. b. An organization chart that explains team member responsibilities. c. Name of the Project Team Leader in charge of project. d. The resumes of all persons to be assigned to the project with their prospective roles identified. e. Documentation that the firm s team is registered in the State of Texas. Divider #4: Financial and Legal Status a. Describe the general financial capability of the Respondent. If requested during the selection or negotiation process a financial statement and balance sheet may be required. b. List any actions taken by any regulatory agency against or involving the firm or its agents or employees with respect to any work performed. c. List all litigation against or involving the firm or its agents or employees with respect to any work performed. d. All insurance coverage that the firm has which would be applicable to the work. Divider #5: Experience and References a. Discussion of firm s experience in working with government agencies. b. List of all representative Municipal and Governmental project, whether ongoing or completed, including references. Please begin with projects in Texas. For each, please provide: i. Project name and location ii. Year completed iii. Short description of project iv. Cost of Construction for project c. List of all project currently under contract Divider #6: Management and Organizational Approach On two pages or less, please describe your management and organization approach to the project. The following should be addressed within this description: a. Describe your firm s understanding of the project. b. Describe how the firm will organize to perform the services. c. Describe how the firm will solicit in the programming and design phases the interested stakeholders. This includes community residents, city commission, staff and users.

d. Provide procedures for assisting in the development of project scheduling, coordination of consultants, quality and cost control. e. Describe the firm team s approach to communication with the City. f. Description of firm s approach to code analysis and jurisdictional approvals. ADDITIONAL INSTRUCTIONS, NOTIFICATIONS AND INFORMATION No Gratuities Respondents will not offer any gratuities, favors, or anything of monetary value to any official or employee of the City of San Juan for the purpose of influencing this selection. Any attempt by a Respondent to influence the selection process by any means other than disclosure of qualifications and credentials through the proper channels, will be grounds for exclusion from the selection process. Accordingly, contacts with members of the City Staff, which are outside of the establish process should not be initiated. A. All Information True By submitting a response, Respondents represent and warrant to the City that all information provided in the response submitted shall be true, correct and complete. Respondents who provide false, misleading or incomplete information, whether intentional or not, in any of the documents present to the City of San Juan for consideration in the selection process may be excluded. B. Interviews After the initial evaluation of the Request for Qualifications, Respondents will be notified of their status in the selection process. Respondents who are shortlisted should expect and anticipate subsequent interviews. Short listed respondents may be asked to make a presentation to the City Commission. If a presentation to the Commission is requested, it will be necessary that additional RFQ response submittals be provided by the short listed respondent. C. Inquires Do not contact the Mayor, City Commission, or Staff to make inquiries about the progress of this selection process. Respondents will be contacted when it is appropriate to do so. Process inquiries may be directed to Carmen Gonzalez, Purchasing/Risk Manager for the City by calling 956.223.2200 or by e-mail at www.cgonzalez@cityofsanjuantexas.com. D. Cost of Responses The City will not be responsible for the costs incurred by anyone in the submittal of responses. Each respondent shall submit one (1) original, one (1) copy and five (5) CD s of response. E. Contract Negotiations This RFQ is not to be construed as a contract or as a commitment of any kind. If this RFQ results in a contract offer by the City the specific scope of work, associated fees, and other contractual matters will be determined during contract negotiations. To ensure that the appropriate Staff is assigned to the Project, the City intends to make the inclusion of a key persons clause a part of the contract negotiations. F. No Obligation The City reserves the right to evaluate the responses submitted; waive any irregularities therein; select candidates for the submittal of more detailed or alternate

proposals; accept any submittal or portion of submittal; reject any or all Respondents submitting responses, should it be deemed in the City s best interest; or cancel the entire process. SUBMITTAL INSTRUCTIONS One (1) original, one (1) copy and five (5) CD S of response are to be delivered to Carmen Gonzalez, Purchasing Manager, City of San Juan, 709 S. Nebraska Avenue, San Juan, Texas 78589, on Thursday, January 23, 2014. To enable the City to efficiently evaluate the responses, it is important that the Respondents follow the required format in preparing their responses. Responses that do not conform to the prescribed format may not be evaluated.