Request
for Qualifications (RFQ)
For
Architectural/Engineering
Services
Relating
to a
New
Development Services Campus
for the
Public
Works & Engineering Dept.
City of
Building
Services Department
Design
& Construction Division
REQUEST FOR QUALIFICATIONS (RFQ)
FOR
ARCHITECTURAL SERVICES
RELATING TO A
NEW DEVELOPMENT SERVICES CAMPUS
FOR THE PUBLIC WORKS & ENGINEERING DEPARTMENT
I. PURPOSE
The City of
In the first contract, the architectural/engineering
team will provide all programming services necessary to (1) work with the City
to establish goals for a development services consolidation program; (2)
identify user needs; (3) determine cost and property requirements; and (4)
recommend action plan(s). The deliverable will be a bound program document with
findings.
In the second contract (if authorized), the
architectural/engineering team will provide all services necessary to assess
and verify existing conditions; review and verify design standard requirements;
design to a Silver Certified Level in the Leadership in Energy &
Environmental Design (LEED) Green Building Rating SystemÔ of the US Green Building Council (USGBC); provide
specifications for furniture, fixtures and equipment (FF&E); provide
computer-aided design and drafting (CADD) construction documentation; prepare
bidding documents; provide permitting services; coordinate with the civic art
program; estimate construction costs; provide value engineering; assist with
bidding and award activities; arrange and conduct meetings; perform
construction phase services, including construction management; coordinate
commissioning activities; and assist in the warranty review.
II. PRE-SUBMITTAL MEETING
A pre-submittal meeting will be held at 2:00 p.m. on
Tuesday, May 31, 2005, at City Hall Annex (900 Bagby), Second Floor, to discuss
this solicitation. Attendance at the
meeting is not mandatory.
Before the pre-submittal meeting date, the City will welcome any written questions
submitted, faxed or emailed to:
Wendy Teas Heger, AIA
Design &
Construction Division
Building Services
Department
900 Bagby, Second Floor
Fax: (713) 247-1219
wendy.heger@cityofhouston.net
The City will not be bound by any information
conveyed verbally. The City will
provide, in writing, any clarifications, changes and/or other information,
deemed to be necessary, as addenda to this RFQ.
Addenda will only be provided to firms registering with the Building
Services Department.
III. OBJECTIVE
The Building Services Department proposes to retain a
highly qualified architectural/engineering firm to provide the services
described herein. Those firms who
participate in this RFQ process will be referred to as “Respondents”. The successful firm will be referred to, in
the RFQ, as the City’s “Architect”. The
Architect and its subconsultants shall be referred to collectively as the
“Team”. Architectural firms and team
members with significant experience in programming and designing projects with
similar characteristics will be given prime consideration for this
project.
IV. SCOPE OF WORK
Project Name: New
Development Services Campus
Existing Location: 3300
New Location: To
be determined
Schedule: Programming
in FY2006; Design/Construction to be determined
The Public Works and Engineering Department intends to program and
design a new facility/campus for development services, including code
enforcement, plan review, water/wastewater allocation, engineering
right-of-way, city map/file room, Joint Referral Committee, and traffic street
obstruction permitting. The City also intends to explore the feasibility of
consolidating development services functions from other Departments in the same
facility/campus, possibly including (but not limited to):
·
Subdivision
Plats and Historical/Archeological Section (Planning & Development
Department);
·
Dumpster Permits
(Solid Waste Department);
·
Hazardous
Materials, High Pile, Fire Alarms, Fire Sprinklers (Fire Department);
·
City Forester
(Parks & Recreation Department);
·
City Business
Permits (Finance & Administration Department);
·
Citizens’
Assistance and Affirmative Action (Mayor’s Office);
·
Real Estate
Construction and Monitoring & Evaluation (Housing & Community
Development Department);
Size and property requirements, budget, and estimated
cost of the new facility/campus will be established under the first project
contract.
The following services will be required:
FIRST CONTRACT
Programming and Planning. The Architect will (1) work with the City to
establish goals for a development services consolidation program; (2) identify
user needs; (3) determine cost and property requirements; and (4) recommend
action plan(s). The deliverable will be a bound program document with findings.
Attachment A includes further details regarding the intent of the programming
effort.
SECOND CONTRACT (to be authorized separately by City Council)
A. Assessment of Existing Conditions. The Architect
will gather any existing records (e.g. environmental assessments) or documents
(e.g. Record Drawings, site surveys, etc.) that indicate existing conditions
for the site of the new facility. These documents will need to be verified by
on-site inspection of the premises. The
extent of this effort shall be as in-depth and as extensive as is required and
necessary to support the design effort.
B. Planning. Phase I design
services include program refinement, Schematic Design and Design
Development. Phase II services involve
the development of Contract Documents.
Contract Documents shall be suitable for the solicitation of competitive
construction bids/proposals. All permit
and other discrepancies must be resolved and changes incorporated into the
Contract Documents before approval can be given by the City for the 100%
submittal and the subsequent initiation of the bidding process.
C. Design and construction phase services. Architectural
and engineering services will include, but are not limited to, construction
drawings using CADD and, more specifically, the Uniform Drawing System (UDS)
distributed by the Construction Specifications Institute (CSI) with layering
standards developed by the American Institute of Architects (AIA); CSI-style
specifications; commissioning procedures and documents; LEEDÔ procedures and documents; specifications of
FF&E; bidding phase assistance; construction administration and
construction management services; and post-construction services which covers
items, such as commissioning and warranties, for a period following the
completion of construction.
V. REQUIRED QUALIFICATIONS AND SELECTION CRITERIA
The City is seeking a highly qualified architectural
firm or joint venture, experienced in providing the professional programming,
planning and design services outlined in the Scope of Work. The required qualifications may be
demonstrated in the experience of the Architect and/or the Team. A Selection Committee composed of
representatives from the Building Services Department and the Public Works
& Engineering Department will review the SOQs. The criteria used to
evaluate the RFQ responses will include the following:
A. Completeness of submittal response: SOQ follows the
prescribed format and contains all information requested in RFQ (maximum 10 points).
B. Strong, established, and proven working relationships
with Team members, as indicated in Item 6 on Form 255 and described further in
Section 3 Narrative (maximum 5 points).
C. Programming/design experience in similar or relevant
projects by Team firms, as shown in Forms 254 and 255 and Project Briefs
(maximum 5 points).
D. Programming/design experience in similar or relevant
projects by individuals who would be assigned to this project, as shown in
Forms 254 and 255 (maximum 5 points).
E. Experience in developing similar program documents by
individuals who would be assigned to this project, as shown in Forms 254 and
255 (maximum 5 points).
F. A suitably-sized staff to meet the peak phases of
work, as shown in Item 4 on Form 255 (maximum 5 points).
G. Strong statistics or examples concerning the firm’s
ability to work within a budget, as described in Section 3 narrative and as
shown on Project Briefs (maximum 5 points).
H. Strong statistics and examples concerning the ability
of the firm to track and comply with project schedules, as described in Project
Briefs and Section 3 Narrative (maximum 5 points).
I.
Strong
statistics or examples concerning the quality of the firm’s construction
documents, as described in Project Briefs and Section 3 Narrative (maximum 5
points).
J. Familiarity with current LEEDÔ standards and the certification process, including
LEED-accredited Team personnel, as described in Section 3 Narrative (maximum 5
points).
K. Understanding of City’s needs and appropriateness of
Team’s approach to this project, as described in Section 3 Narrative (maximum
10 points).
L. Experience in providing effective construction-phase
services, including construction management, as described in Section 3
Narrative (maximum 5 points).
M. Applicability and quality of References, as provided
in Section 4 Testimonials (maximum 5 points).
VI. SUBMITTALS
Sealed submittals are required. Submittals shall be delivered to City
Secretary of the City of
6 copies of the SOQ are to be addressed to:
Wendy
Teas Heger, AIA
Acting
Chief Architect
Building
Services Department
To enable the City to efficiently evaluate the SOQs,
it is MANDATORY that respondents follow the required format in
preparing their SOQ. SOQs that do
not conform to the prescribed format will not be evaluated.
Each copy of the SOQ shall be bound using GBC or
other semi-permanent binding method, to ensure that pages are not lost. Each copy shall be no more than one-half inch
(1/2”) thick. Pages shall be no larger
than letter-size (8 ½” by 11”) or, if folded to that dimension, twice letter
size (11” by 17”). Each section (defined
below) shall be separated by a tabbed divider.
Elaborate covers, binding, dividers, etc. are not required.
NOTE: One of the 6 copies shall
be labeled “ORIGINAL” on the outside cover and shall contain original documents
where specified below.
Each SOQ shall be organized in the following order:
A. Outside Cover and/or first page: This shall
contain the name of the SOQ (“Statement of Qualifications for Architectural
Services Relating to a New Development Services Facility for the Public Works
& Engineering Department, Houston, Texas”), the name of the Respondent, and
the submittal date. Remember to label
the one copy, with original documents in it, “ORIGINAL” on the cover.
B. Table of Contents: The next page shall be a table of
contents.
C. Section 1 divider (Letters)
1. Transmittal Letter: The first page following the divider shall be
a one-page letter transmitting the SOQ to Issa Z. Dadoush, P.E.,
Director of Building Services Department.
The transmittal letter shall say that the signer of the document is
authorized by the Respondent to sign the document. The transmittal letter shall contain the
names of all firms proposed for the Team.
At least one copy of the transmittal letter shall contain the original
signature of a partner, principal or officer of Respondent.
2. MWBE Letter (s): Following the transmittal letter
shall be a one-page letter from each City-certified MWBE firm included on the
Team, indicating that firm’s desire to be included on the Team and indicating a
general statement of the scope of services that firm will perform if the Team
is selected. NOTE: The scope of
services proposed by the firm must match the service for which that firm
is certified by the City. At least one
copy of each of these letters shall contain the original signature of a
partner, principal or officer of the MWBE firm.
D. Section 2 Divider (Team Organization & Experience)
1. List of Team Members: On one page,
list the Team member firms along with the primary responsibilities (e.g.
Structural Engineer, MEP Engineer, etc.) they will have on the Team. Please indicate the lead firm. It is a requirement of the City that all SOQs
will indicate the lead firm proposed for the project and that firm must agree
to maintain a
2. Organization Chart: The next page
shall be a simple organization chart of the Team, showing the reporting
structure of the people proposed to do the work.
3. SF-255, Architect-Engineer and Related Services
Questionnaire for Specific Project: Include a completed SF-255 for the proposed
Team. Include all Team members
under Block 6 and include a completed SF-254 (A-E and Related Services
Questionnaire) for each Team member. Under Block 9, list all work performed for
any government agency.
4. Project Brief: The Respondent shall select three
projects from Block 8 of the SF-255, to highlight, as best representing the
Team’s project experience, and provide a briefing sheet for each. Each briefing sheet shall be one-page
and should contain information, which shows the capability of the proposed Team
to provide the range of services that are required by this project. The work described must have been performed
within the past eight years. At least
one of the projects shall be a major (i.e. $3 million or more in construction
cost) facility for a governmental entity.
Minimally, each brief shall contain:
a. Project Name and Location
b. Year Project Completed (or “In Design” or “Under
Construction”) and brief explanation regarding steps A/E took to maintain
project schedule
c. Short Description of Services Provided
d. Name of Lead Design Firm and current telephone
number and/or email address
e. Name of Client and/or Owner/Operator and current
telephone number and/or email address
f.
Name of General
Contractor and current telephone number and/or email address
g. Construction Cost and brief explanation regarding
steps A/E took to adhere to Owner’s budget.
5. Graphic Information: If the
Respondent includes photographs, drawings or other graphical information about
any of the three projects, the back of the project brief, the facing page or a
separate page may be utilized for this purpose. Photographs or other graphical information
used to illustrate these projects may also be incorporated into the one-page
brief sheet itself.
E. Section 3 Divider (Narrative)
1. Narrative: The Respondent shall provide, on three
pages or less, a narrative that describes:
·
Team’s track
record of working within a budget;
·
Team’s track
record of timely performance on projects;
·
Team’s track
record quality documents;
·
Team’s
familiarity with current LEEDÔ
standards and the certification process;
·
Team’s
understanding of the City’s needs and Team’s approach to this project;
·
Team’s
experience in construction administration and management;
·
Team’s working
relationship.
F. Section 4 Divider (Quality of Service)
1. Testimonials: Respondents may include up to
three one-page letters from clients and/or general contractors that they have
worked with on previous projects. At
least one copy of these letters shall contain the original signature of the
person writing the letter. Letters
should comment on budget and/or scheduling experiences and qualitative matters
related to services received from the Team member or members.
VII. ADDITIONAL
INSTRUCTIONS, NOTIFICATIONS AND INFORMATION
A. Respondents shall not offer any gratuities, favors,
or anything of monetary value to any official or employee of the City of
B. Respondents who provide false or misleading
information, whether intentional or not, in any documents presented to the City
for consideration in the selection process shall be excluded. Any false or misleading information in these
documents would, in effect, render the entire document suspect and therefore
useless.
C. INTERVIEWS – After the screening of SOQs, Respondents
will be notified, in writing, of their status in the selection process. If interviews are needed, short-listed
Respondents may be given additional information for interviews. These interviews will relate less to the past
experience and qualifications already detailed in the submittal than to
identification of the Respondent’s program approach and to an appraisal of the
people who would be directly involved in the project.
D. INQUIRIES – Please do not contact the City during the
selection process to make inquiries about the progress of this selection
process. Respondents will be contacted
when it is appropriate to do so.
E. COST OF SOQS – The City of
F. 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; a specific scope of work, fees, insurance coverage’s, and other
contractual matters will be determined during contract negotiations. To ensure that the appropriate staff is
assigned to the project the City may make the inclusion of a “key persons”
clause a part of the contract negotiations.
G. CONFIDENTIAL INFORMATION – All responses shall be
held confidential from other parties by the City to the extent allowable by law
until after the selection process is completed.
Respondents should be aware that at the completion of the selection
process the contents of their SOQ are subject to the provisions of the Texas
Public Information Act and may be made public.
CONFIDENTIAL or SENSITIVE information should not be included in the
SOQ.
H. CITY POLICIES & ORDINANCES – Respondents should
be aware of and therefore, familiar with all pertinent City of
1. Equal Employment
2. MWBE Goal of 24% participation
3. City of
4. Mayor’s Drug Detection and Deterrence Policy and
Procedures
5. City Contracts and Indebtedness to Taxing Authorities
6. Insurance requirements
I.
The City of
Houston reserves the right to (1) evaluate the qualifications submitted; (2)
waive any irregularities therein; (3) select candidates for the submittal of
more detailed qualifications; (4) accept any submittal or portion of a
submittal; (5) reject any or all Respondents submitting qualifications, should
it be deemed in the City’s best interest; and/or (6) issue new RFQ for the
second contract upon completion of the first.
Wendy
Teas Heger, AIA
Acting
Chief Architect
Design
& Construction Division
Building
Services Department
CITY OF
Public Works and Engineering Department
ATTACHMENT A: Programming of a New Development Services Facility
In preparation for the creation of a new facility for the
Planning and Development Services Division a program should be initiated
looking at requirements specific to the new facility. The first step in any
facility programming is to create the goals for that program. Basic goals for
the development of a
The second part of a program should be to identify user requirements and needs. These are first accomplished on a general basis for determining size, cost and location of a new facility. The analysis can be done to the nearest thousand square feet and the site to the nearest acre so that decisions can be made for finding an adequate location. Identified are some key issues affecting the location of a new facility.
Analysis of these general needs and goals will lead a committee in the proper direction to make the appropriate decisions on a plan of action. The following are some plans of action that may be considered.
Later a more detailed assessment will be required to ascertain specific needs of each division. These specific requirements will focus on improving operational efficiency and the needs of our clients. Experience gained over the years has educated us on specialized needs, which are unique to the support of a high volume permitting operation.
The following is a list of some needs that may be critical to a new facility design.
Client needs (suggested by users)
· Client lounge and vending area
· Plan cart rental for client use
· Locker rental for client use
· Small lease offices for consulting firms.
· Library area for code research by customers
· General customer work areas
· Wi-Fi system in building for Internet connection.
· ATM
Miscellaneous requests.
· Fitness room with showers
· Room for daycare tenant
· Space on site for city carwash bay
This is just a small number of items that should be considered in the planning phase for a new Development Services Facility. Other factors that will later be taken into consideration are spatial relationships, space standards, growth factors and constrains of ether budget or time.