<<

REQUEST FOR QUALIFICATIONS STATEMENT FOR PROFESSIONAL ARCHITECTURAL SERVICES

TRAVIS CENTRAL APPRAISAL DISTRICT

BOARD OFFICERS BOARD MEMBERS BLANCA ZAMORA-GARCIA THERESA BASTIAN CHAIRPERSON TOM BUCKLE BRUCE GRUBE BRUCE ELFANT VICE CHAIRPERSON ANTHONY NGUYEN ELEANOR POWELL JAMES VALADEZ

MARYA CRIGLER CHIEF APPRAISER

NOTICE

Travis Central Appraisal District is accepting qualification statements from or architectural companies to provide professional architectural services for the District’s proposed annex building located at 2304 Forbes, Austin, Texas 78754.Each vendor must furnish all information required by the.

The response shall be delivered or mailed in a sealed envelope marked on the outside “2018-9: PROFESSIONAL ARCHITECTURAL QUALIFICATIONS STATEMENT- DO NOT OPEN” prior to 2:00 p.m. on Thursday, October 4, 2018, to Mrs. Leana H. Mann, Director of Operations, Travis Central Appraisal District, 8314 Cross Park Drive, Austin, Texas 78754 or by mail to P.O. Box 149012, Austin, Texas 78714-9012. Specifications for this bid can be found on the District’s website: https://www.traviscad.org/reports-request/ under Financial Reports.

TCAD reserves the right to reject any or all responses, to waive technicalities or formalities, and to accept the response deemed to be the best value for the TCAD.

______

Leana H. Mann, CGFO Director of Operations Travis Central Appraisal District

REQUEST FOR QUALIFICATIONS STATEMENT PROFESSIONAL ARCHITECTURAL SERVICES

TABLE OF CONTECTS

SECTION 1. GENERAL INFORMATION & REQUIREMENTS ...... 4

1.1 GENERAL INFORMATION ...... 4 1.2 PUBLIC INFORMATION ...... 4 1.3 TYPE OF CONTRACT ...... 4 1.4 CLARIFICATIONS AND INTERPRETATIONS ...... 4 1.5 SUBMISSION OF QUALIFICATIONS ...... 5 1.6 DEADLINE AND LOCATION ...... 5 1.7 POINT OF CONTACT ...... 5 1.8 DISTRICT’S RESERVATION OF RIGHTS ...... 6 1.9 NO REIMBURSEMENTS FOR COSTS ...... 6 1.10 ELIGIBLE RESPONDENTS ...... 6 1.11 STATE REGISTRATION OF FIRMS ...... 6 1.12 STATE REGISTRATION OF ARCHITECTURAL FIRMS ...... 6 1.13 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL ...... 6 SECTION 2. GENERAL PROVISIONS ...... 7 SECTION 3. REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS ...... 10

SECTION 1. GENERAL INFORMATION & REQUIREMENTS

1.1 GENERAL INFORMATION

The Travis Central Appraisal District (“The District”) is soliciting statements of qualifications for selections on a competent or architectural firm for the design of the District’s proposed annexation building located at 2304 Forbes Drive, Austin, Texas 78754 in accordance with the terms, conditions, and requirements set forth in this Request for Qualifications (“RFQ”). The proposed project is estimated to be approximately 30,000 square feet.

Collecting statements of Qualifications in response to this RFP is the first step in the process of selecting an architect or architectural firm. This RFQ provides the information necessary for respondents to prepare and submit Statements of Qualifications for consideration and initial ranking by the District. In the next step, the District will determine an initial ranking of respondents. If the initial ranking of the respondents is reasonably conclusive, the District may make a “most qualified” selection based upon the written qualifications only. If not, then the District may conduct interviews with a “short list” of respondents.

Potential respondents should be aware that, except in unusual cases, the District does not consider billable time incurred while traveling to and from the Project site, District’s offices, Board of Directors, or committee meetings as necessary to the completion of the Project. Potential respondents whose offices are located such that such time-consuming travel will be regularly required in the performance of services for the Project should consider this policy when deciding whether or not to submit their Statement of Qualifications.

1.2 PUBLIC INFORMATION

All information, documentation, and other materials submitted in response to this solicitation are considered non-confidential and/or non-proprietary and are subject to public disclosure under the Texas Public Information Act ( Texas Government Code, Chapter 552.001, et seq.) after the solicitation is completed. The District strictly complies with all statutes, court decisions, and opinions of the Texas Attorney General with respect to disclosure of RFQ information.

1.3 TYPE OF CONTRACT

Any contract resulting from this solicitation will be in the form of the District’s Standard Agreement, a copy of which will be provided to all firms selected for interview or, in the case where no interviews are conducted, to the most qualified respondent.

1.4 CLARIFICATIONS AND INTERPRETATIONS

Any clarifications or interpretations of this RFQ that materially affect or change its requirements will be posted by the District as addenda. It is the responsibility of all respondents to obtain this information in a timely manner. All such addenda issued by the District before the responses are due, are considered

to be part of the RFQ. Interpretations or clarifications in any other form, including oral statements, will not be binding on the District and should not be relied on in preparing qualifications.

1.5 SUBMISSION OF QUALIFICATIONS The qualifications must be received at the address specified prior to the deadline. The District will not consider any response to this solicitation that is not received at the address specified by the dead line.

1.6 DEADLINE AND LOCATION The District will receive qualifications up to the time and at the location described below:

DEADLINE: Thursday, October 4, 2018 at 2:00 p.m.

Addressed to:

Travis Central Appraisal District Attn: Leana H. Mann P.O. Box 149012 Austin, TX 78714-9012

Bids may be hand delivered to:

Travis Central Appraisal District Attn: Leana H. Mann 8314 Cross Park Drive Austin, TX 78754

Submit three (3) identical copies of the qualifications. An original signature must be included on the respondent's "Execution of Offer" document submitted with each copy.

Qualifications received after the deadline will not be considered, and will be returned to the respondent unopened.

Qualifications must be enclosed in a sealed envelope (box or container) addressed to the point-of- contact person; the package must clearly state “2018-9: PROFESSIONAL ARCHITECTURAL QUALIFICATIONS STATEMENT- DO NOT OPEN”, and the name, return address and email address of the respondent’s contact on all envelopes.

1.7 POINT OF CONTACT The District designates the following person as its representative and point-of-contact for this RFQ. Respondents shall restrict all contact with the District and direct all questions regarding this RFQ, including questions regarding terms and conditions and technical specifications to the point-of- contact person:

Leana H. Mann, CGFO Director of Operations Travis Central Appraisal District [email protected].

All questions and requests for clarifications must be received via email by 3:00 p.m., Monday, October 1, 2018.

1.8 DISTRICT’S RESERVATION OF RIGHTS The District may evaluate the qualifications based on the anticipated completion of all or any portion of the Project. The District reserves the right to divide the Project into multiple parts, to reject any and all qualifications and re-solicit for new qualifications, or reject any and all submissions and temporarily or permanently abandon the Project. District makes no representations, written or oral, that it will enter into any form of agreement with any respondent to this RFQ for any project and no such representation is intended or should be construed by the issuance of this RFQ.

1.9 NO REIMBURSEMENTS FOR COSTS Respondent acknowledges and accepts that any costs incurred from the respondent’s participation in this RFQ shall be at the sole risk and responsibility of the respondent.

1.10 ELIGIBLE RESPONDENTS Only individual firms or lawfully formed organizations may apply (This does not preclude a respondent from using consultants). Respondents must be licensed by the Texas Board of Architectural Examiners. The District will contact only the individual firm or formal organization that submits a qualification.

1.11 STATE REGISTRATION OF ENGINEERING FIRMS Respondents are advised that the Texas Board of Professional Engineers requires that any entity providing engineering services to the public must register with the Texas Board of Professional Engineers.

1.12 STATE REGISTRATION OF ARCHITECTURAL FIRMS Respondents are advised that the Texas Board of Architectural Examiners requires that any entity providing architectural services to the public must register with the Texas Board of Architectural Examiners.

1.13 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Respondents are advised that Texas Government Code section 2270.002 prohibits a governmental entity from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel

during the term of the contract.

SECTION 2. GENERAL PROVISIONS 2.1 Travis Central Appraisal District (TCAD) is a government agency, duly organized and existing under the Constitution and Laws of the State of Texas as set forth in the Texas Property Tax Code and is a political subdivision.

2.2 TCAD is authorized under the Constitution and Laws of the State of Texas to enter into those transactions contemplated, and to perform all of its obligations. TCAD operates on a calendar year budget cycle.

2.3 TCAD is governed by a ten member Board of Directors, appointed by the taxing jurisdictions for which TCAD appraises property. TCAD has obtained such approvals and consents as are necessary to complete this bid.

2.4 Services will be used for governmental purposes and will be exempt from all taxes presently assessed and levied.

2.5 The contents of a response to this RFQ will become a part of the contract. Any damages accruing as a result of the vendor’s failure to contract may be recovered from the vendor.

2.6 Vendor is and shall be an independent contractor in the performance of this contract and shall indemnify and hold harmless the Travis Central Appraisal District, its officers, agents, Board of Directors and employees from any and all claims of losses which may result from any negligence or misconduct on the part of the vendor, his agents, employees, or representatives and shall in all ways hold TCAD, its officers, agents, Board of Directors and employees harmless from any such claims, losses, or damages regardless of whether or not such may be caused in part by an officer, agent, director or employee of TCAD.

2.7 Vendor agrees that he shall be in compliance with all laws, statutes, and other Federal, State, and Local provisions prevailing during the term of this contract.

2.8 Vendor shall designate a representative in charge of this contract who will be available, knowledgeable, and authorized to execute binding agreements with TCAD.

2.9 The contractor shall at all times during the term of this agreement, obtain and maintain in effect the following : Workmen’s Compensation with statutory limits, bodily injury with limits of $1,000,000 for each person and $1,000,000 for each

occurrence, property damage with limits of $1,000,000 per occurrence and an umbrella policy in the amount of $5,000,000 to extend coverage beyond the aforesaid limits. Such policies shall be non-cancelable except on thirty- (30) day’s written notice to the District and list the District as additionally insured.

2.10 Contractor shall comply with all applicable laws and rules of federal, state and local governments.

2.11 The Contractor shall not use the District’s name, photograph, facsimile, or otherwise associate itself with the District in any way for commercial or advertising purposes without prior written consent of the District.

2.12 Preparation of responses:

a. Vendors are expected to examine the specifications, standard provisions, and all instructions. Failure to do so will be at the vendor’s risk.

b. Each vendor must furnish all information required by the RFQ. The information may be provided in any written format. Responses signed by an agent are to be accompanied by evidence of his or her authority.

2.13 Sealed bids must be returned in an envelope marked on the outside with the vendor’s name, address and “2018-9: PROFESSIONAL ARCHITECTURAL QUALIFICATIONS STATEMENT- DO NOT OPEN”.

Addressed to:

Travis Central Appraisal District Attn: Leana H. Mann P.O. Box 149012 Austin, TX 78714-9012

Bids may be hand delivered to:

Travis Central Appraisal District Attn: Leana H. Mann 8314 Cross Park Drive Austin, TX 78754

2.14 TCAD is authorized under the Constitution and Laws of the State of Texas to enter into those transactions contemplated, and to perform all of its obligations. TCAD operates on a calendar year budget cycle

2.15 Deadline for the receipt of responses at TCAD offices is 2:00 p.m. Thursday, October 4, 2018. The responses must be in the Finance Department’s office by 2:00 p.m. There will be no exceptions for late responses.

2.16 Any and all costs associated with this response process will be at the vendor’s expense.

2.17 Responses may be modified, substituted or withdrawn by written notice received by the Finance Department prior to the hour and date specified for receipt of responses. A response may also be withdrawn in person by a vendor or an authorized representative.

2.18 TCAD policy provides that TCAD shall accept services from vendors which have adequate financial strength, management and service capabilities and are otherwise qualified and eligible to receive an award under applicable laws and regulations.

2.19 TCAD will accept and approve the responses received from the best responsible vendor who provides the best value to the District. In determining the best responsible response, considerations are given to:

a. Evaluation will be based on a one hundred (100) point system. Evaluation factors and their weights are as follows:

i. Conformity to the specifications (No points- This is a requirement for the response; responses not conforming to the specifications will not be considered); ii. Experience (50 points) iii. References (30 points); and iv. Financial Strength using financial statements and the Better Business Bureau (20 points) 2.20 TCAD expressly reserves the right to:

a. Waive any defect, irregularity or informality in any response; b. Reject or cancel any and/or all responses; c. Reissue the RFQ; d. Procure services by other means if necessary; and/or e. Contact vendor for clarification of information submitted; 2.21 Contractual documents must be executed within the time specified. The contract may be terminated for default. No plea of error or mistake in an accepted response shall be available to the vendor as a basis for release of terms and rates.

2.22 Failure of TCAD to insist in any one or more instances upon performance of any term and/or condition of this contract shall not be construed as a waiver or relinquishment of the future performance of terms and/or conditions.

SECTION 3. REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS

Respondents shall carefully read the information contained in the following criteria and submit a complete Statement of Qualifications responding to all questions in Section 3 and formatted as directed in Section 4. Incomplete qualifications will be considered non-responsive and are subject to rejection.

3.1. RESPONDENT’S STATEMENT OF QUALIFICATION AND AVAILABILITY TO UNDERTAKE THE PROJECT

1. Provide a statement of interest for the project, including a narrative describing the prime firm’s and project team’s unique qualifications as they pertain to this project.

2. Provide a statement on the availability and commitment of the prime firm and its principal(s) and assigned professionals, including all consultants to undertake the Project.

3. Provide a graphic representation of the Project team, identifying the prime firm and each consultant proposed for the Project. The graphic representation shall depict current workloads and commitments for other projects for the prime and its consultants, as well as the time resource and commitment for the prime and its consultants for this Project.

3.2. PRIME FIRM’S AVAILABILITY TO PROVIDE SERVICES

1. Provide the following information for the prime firm:

a. Legal name of the company as registered with the Secretary State of Texas b. Address of the office that will be providing the services c. Number of years in business d. Type of operation (individual, , , joint venture, etc.) e. Number of employees by skill group

2. Provide any details of all past or pending litigation or claims filed against your company that would affect your company’s performance under a contract with the District.

3.3. PROJECT TEAM’S ABILITY TO PROVIDE DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES

1. Describe, in graphic and written format, the proposed project assignments and lines of authority and communication for principals and key professional members of each consultant that will be involved in the Project. Indicate the estimated percent of times these individuals will be involved in the project for design and construction.

2. Provide resumes giving the experience and expertise of the professional members for each consultant that will be involved in the project, including their experience with similar projects, and their number of years with the firm.

3. Describe the basis for the selection of the proposed sub- consultants included in the design team and the role each will play in this project.

4. Describe the firm’s process in working with consultants and integrating them into the design process.

5. Describe how the prime firm and consultants will provide services during the construction administration process.

6. Identify the prime firm’s past experience with the proposed consultants in the past five years.

7. Provide representative projects of the proposed consultants in government facilities and how they will be beneficial to you.

8. Describe how the prime firm will report the status of the project to District staff.

3.4. RESPONDENTS PERFORMANCE ON PAST REPRESENTATIVE PROJECTS

1. List a maximum of five (5) projects for which you have provided services that are most directly related to this project. List the projects in order of priority, with the most relevant project listed first. Provide the following information for each project listed:

a. Project name, location, and description b. Color images of the project c. Original cost estimates and final cost, include any change orders d. Final project size in gross square feet e. Type of construction (new, remodel, expansion, etc.) f. Actual start and finish dates for design g. Planned versus actual dates for schematic design, design development h. Description of prime firm provided for the project i. Name of the project manager j. Name of project architect k. Name of project designer 2. References for each project listed above, identifying the following:

a. The owner’s name and representative’s name who served as the day-to-day liaison during the design and construction phases of the project, including telephone number and email. b. Contractor’s name and representative who served as the day-to-day liaison during the preconstruction and/or construction phase of the project, including telephone number and email.

References shall be considered relevant based on specific project participation and experience with the respondent. The District may contact references during any part of this process. The District reserves the right to contact any other references at any time during the RFQ process.

3.5. RESPONDENT’S KNOWLEDGE OF BEST PRACTICES

1. Describe the prime firm’s design philosophy, methodology and its process for integrating institutional standards into the design.

2. Describe the prime firm’s quality assurance program explaining the method used and how the firm maintains quality control during the development of construction documents and quality assurance during the construction phase of a project. Provide specific examples of how these techniques or procedures were used for any combination of three (3) projects listed in response to 3.4.

3. Describe your project team’s demonstrated technical competence and management qualifications with institutional projects, particularly those for governmental facilities.

4. Describe your cost estimating methods for the design and construction phases.

5. Describe the way your firm develops and maintains work schedules to coordinate with the District’s project schedule.

6. Describe your project team’s approach to assuring timely completion of this project; include methods you will use for schedule recovery if necessary.

3.6. RESPONDENT’S ABILITY TO IDENTIFY AND RESOLVE PROBLEMS ON PAST PROJECTS

1. What do you perceive as potential critical issues for this project?

2. Understanding schedule limitations. Provide an analysis of the District’s project planning schedule and describe how you plan to develop and communicate design, scopepropos and budget options in a manner that will help the District make timely and informed decision.

3. Provide examples of how the respondent has creatively incorporated mechanical, electrical and plumbing solutions in similar structures.

SECTION 4. FORMAT FOR STATEMENT OF QUALIFICATIONS

4.1. GENERAL INSTRUCTIONS

1. Qualifications shall be prepared in order of stated criterion, providing a concise, straightforward description of the respondent’s ability to meet the requirements of this RFQ. Emphasis shall be on quality, completeness, clarity of content, responsiveness to the requirements and understanding of the District’s needs.

2. The Statement of Qualifications shall be a maximum of 30 printed pages and could be entirely adequate with considerably fewer pages. The cover, table of contents and divider sheets do not count as printed pages.

3. Respondents shall carefully read the information contained in this RFQ and submit a complete response to all requirements and questions as direct. Incomplete qualification will be considered non-responsive and may be subject to rejection.

4. Qualifications and any other information submitted by respondents in response to this RFQ shall become the property of the District and are subject to the Public Information Act.

5. The District will not compensate respondents for any expenses incurred in qualifications preparation or for any presentations that may be made. Respondents submit qualifications at their own risk and expense.

6. The District makes no representations of any kind that an award will be made as a result of this RFQ. The District reserves the right to accept or reject any or all qualifications, waive any formalities or minor technical inconsistencies, or delete any item/requirements from the RFQ when deemed to be in the District’s best interest.

7. Qualifications shall consist of answers to questions identified in Section 3 of this RFQ. It is not necessary to repeat the questions in the qualifications; however, it is essential to reference the question number with the corresponding answer.

8. Failure to comply with all requirements contained in this RFQ may result in the rejection of the qualifications.

4.2. PAGE SIZE, BINDING, DIVIDERS AND TABS

1. Qualifications shall be printed on letter size (8-1/2” x 11”) paper and collated.

2. Additional attachments shall NOT be included with the qualifications. Only the responses provided by the respondent to the questions identified in Section 3 of this RFQ will be used by the District for evaluation.

3. Separate and identify the response to each of the criteria in Section 3 of this RFQ by use of a divider sheet with an integral tab for ready reference.

4.3. TABLE OF CONTENTS

1. Submittals shall include a Table of Contents and page numbers for each part of the response.