23-03868 2024 On-Call Construction Engineering and Inspection Services

Agency: City of San Antonio
State: Texas
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD13415430316933016
Posted Date: Mar 1, 2024
Due Date: Apr 16, 2024
Source: Members Only

23-03868 2024 On-Call Construction Engineering and Inspection Services

The City of San Antonio (City), Public Works Department (PWD) is issuing a Request for Qualifications (RFQ) seeking Statement of Qualifications (SOQ) from qualified firms (Respondents) to provide construction engineering and inspection services on an as needed basis. The City intends to award up to four (4) contracts, as a result of this RFQ; however, the final number of awarded contracts will be determined by the number of proposals received and the outcome of evaluation process. The base contract term shall be an initial period of three (3) years. At City’s option, this Contract may be renewed annually under the same terms and conditions for up to two (2), one (1) year period(s). The City hereby establishes the maximum aggregate contract price of $20,000,000.00, which includes the initial term and all renewals for all awarded contracts. Each contract is anticipated to be for an amount not to exceed $1,000,000 per term for a total of $4,000,000 per contract for all terms. The City does not guarantee the entire contract capacity amount will be spent under these on-call contracts, any number of works to be authorized, or any dollar value of jobs, tasks or purchase orders allocated for each contract. Work will be performed on an as needed basis and the execution of a contract does not guarantee the issuance of work/task orders during the term of the contract. Date issued: March 1, 2024 Due Date and Time: April 16, 2024 at 10:00 a.m. Central Time Pre-Submittal Conference will be at 10:00 a.m., Central Time, on March 15, 2024 via WebEx call-in only. Attendance at the Pre-Submittal Conference is optional, but highly encouraged. Respondents may call the toll-free number listed here and enter access code to participate the day of the conference. Toll free Dial-In Number: 1-415-655-0001, Access Code: 2631 742 2356, Meeting Password: COSA To view this solicitation, go to https://www.civcastusa.com/bids and search under CivCast ID number

Document Type Size
Solicitation pdf 355.62 KB
Solicitation and Committee information pdf 117.02 KB

Attachment Preview

REQUEST FOR QUALIFICATIONS (RFQ)
2024 ON-CALL CONSTRUCTION ENGINEERING & INSPECTIONS SERVICES
RFQ: 2024-041 | WBS: 23-03868
Release Date: March 1, 2024
Proposals Due: April 16, 2024, at 10:00 AM Central Time (CT)
________________________________________________________________________________________
PROHIBITED CAMPAIGN CONTRIBUTIONS
Notice Regarding Prohibition on Campaign or Officeholder Contributions for Individuals and Entities Seeking High-Profile
Contracts. Under Section 2-309 of the Municipal Campaign Finance Code, the following are prohibited from making a campaign or
officeholder contribution to any member of City Council, candidate for City Council or political action committee that contributes to City
Council elections beginning on the *10th business day after a contract solicitation has been released through the 30th calendar day
following the approval by City Council (“blackout” period):
(1) Any individual seeking a high-profile contract;
(2) Any owner, officer, officer of board, and executive committee member of an entity seeking a high-profile contract, excluding board
officers and executive committee members of 501 (c)(3), 501(c )(4) and 501 (c)(6) non-profit organizations not created or
controlled by the City whose board service is done strictly as a volunteer with no financial compensation and no economic gain
from the non-profit entity;
(3) The legal signatory of the high-profile contract;
(4) Any attorney, lobbyist or consultant hired or retained to assist the individual or entity in seeking a high-profile contract;
(5) Subcontractors hired or retained to provide services under the high-profile contract; and
(6) Any first-degree member of the household of any person listed in (1), (2), (3) or (5) of this subsection.
A high-profile contract cannot be awarded to the individual or entity if a prohibited contribution was made by any of these
individuals during the “blackout” period.
*For this solicitation, the first-day contributions are prohibited is Monday, March 18, 2024.
The first day contributions may be made is the 31st day after the contract is approved at a City Council “A” Session.
___________________________________________________________________________________________
RESTRICTIONS ON COMMUNICATIONS
In accordance with and as authorized by Section 2-61 of the City Code, the following restrictions on communications apply to this
solicitation: Respondents are prohibited from contacting 1) City officials, as defined by §2-62 of the City Code of the City of San Antonio,
regarding the RFQ or submittal from the time the RFQ has been released until the contract is posted for consideration as an agenda
item during a meeting designated as an A session; and 2) City employees from the time the RFQ has been released until the contract is
approved at a City Council “A” session.
Restrictions extend to “thank you” letters, phone calls, emails and any contact that results in the direct or indirect discussion of the
RFQ and/or proposal submitted by Respondent.
Violation of this provision by Respondent and/or its agent may lead to disqualification of Respondent’s submittal from consideration.
For additional information, see the section of this RFQ entitled “Restrictions on Communication”.
TABLE OF CONTENTS
Section
Page Number
I. BACKGROUND ......................................................................................................................................................3
II. SCOPE OF WORK AND GENERAL REQUIREMENTS ................................................................................3
III. SCHEDULE OF EVENTS ...................................................................................................................................4
IV. PRE-SUBMITTAL CONFERENCE ...................................................................................................................4
V. SUBMITTAL DOCUMENT REQUIREMENTS AND EVALUATION CRITERIA......................................4
VI. SUBMISSION INSTRUCTIONS ........................................................................................................................9
VII. AMENDMENTS TO RFQ................................................................................................................................10
VIII. RESTRICTION ON COMMUNICATIONS.................................................................................................10
IX. AWARD OF CONTRACT AND RESERVATION OF RIGHTS ..................................................................11
Contract Template
General Conditions
SBEDA Ordinance Contract Provisions
Insurance Requirements
ATTACHMENTS
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Required Forms (to be uploaded individually in CivCast):
Submittal Checklist and Table of Contents
Submittal Cover/Signature Sheet
Contracts Disclosure Form
Litigation Disclosure Form
SBEDA: Subcontractor/Supplier Utilization Commitment Form
Local Preference Program (LPP) Ordinance Identification
Veteran-Owned Small Business (VOSB) Tracking Form
Form 1
Form 2
Form 3
Form 4
Form 5
Form 6
Form 7
2024 On-Call Construction Engineering & Inspection Services
RFQ#: 2024-041
Rev 12212021AM
Page 2
2024 ON-CALL CONSTRUCTION ENGINEERING & INSPECTIONS SERVICES
RFQ#: 2024-041
I. BACKGROUND
The City of San Antonio (City), Public Works Department (PWD) is issuing a Request for Qualifications (RFQ) seeking
Statement of Qualifications (SOQ) from qualified firms (Respondents) to provide construction engineering and inspection
services on an as needed basis.
The City intends to award up to four (4) contracts, as a result of this RFQ; however, the final number of awarded contracts will
be determined by the number of proposals received and the outcome of evaluation process. The base contract term shall be an
initial period of three (3) years. At City’s option, this Contract may be renewed annually under the same terms and conditions
for up to two (2), one (1) year period(s). The City hereby establishes the maximum aggregate contract price of $20,000,000.00,
which includes the initial term and all renewals for all awarded contracts. Each contract is anticipated to be for an amount not to
exceed $1,000,000 per term for a total of $4,000,000 per contract for all terms. The City does not guarantee the entire contract
capacity amount will be spent under these on-call contracts, any number of works to be authorized, or any dollar value of jobs,
tasks or purchase orders allocated for each contract. Work will be performed on an as needed basis and the execution of a contract
does not guarantee the issuance of work/task orders during the term of the contract.
II. SCOPE OF WORK AND GENERAL REQUIREMENTS
Construction Engineering and Inspections Services provided under this agreement may include, but are not limited to the
following:
Monitor and document job site safety.
Reviewing contractor Baseline Schedule, updated monthly schedules, and Time Impact Analysis.
Subsurface Utility Engineering (SUE)
Surveying Services
Construction managing and inspection training classes to City staff for technical, managerial, or leadership nature.
Monitor and document the Storm Water Pollution Prevention Plan (SWPPP) best management practices and posted
notifications.
Attend pre-construction meetings and regular on-site construction meetings.
Conduct daily observation of construction work for compliance with approved contract drawings, specifications,
requests for information, change order proposals, approved submittals and shop drawings.
Review contractor submittals and coordinate City comments (including resolving conflicts).
Issue observation reports, noting conditions of non-compliance, with proper references to detailed drawings and
specifications sections.
Attend early morning, evening and/or after-hours installations requiring City representation.
Maintain and organize on-site project documentation.
Review and approve monthly contractor payment application, including construction progress.
Assist City’s Project Manager in resolving construction issues.
Proper application of City of San Antonio- Public Works- Design Standards and Specifications.
Proper application of TXDOT-Standard Specifications for Construction and Maintenance of Highways, Streets and
Bridges.
Interface with and provide support to City representatives, design professionals, contractors, utilities, and regulatory
agencies, to assist with resolution of construction phase conflicts.
Monitor project close-out procedures, including Operation and Maintenance (O&M) manuals, as-builts, punch lists
and warranty walk-through.
Consult with City staff and Contractor superintendents on work progress and construction problems; reviews
equipment utilization data and time/cost estimates.
Monitor project phasing and traffic control plans and ensure compliance with approved safety standards; inspect
barricades, as required.
Meet regularly with consulting Engineer to discuss project status and any project related problems.
Meet with citizens and community groups to discuss construction related problems.
Interpret plans and specifications to resolve conflicts.
Perform other job-related duties as assigned.
2024 On-Call Construction Engineering & Inspection Services
RFQ#: 2024-041
Rev 12212021AM
Page 3
III. SCHEDULE OF EVENTS
The following tentative schedule has been prepared for this project:
Pre-Submittal Conference:
Deadline for Submission of Written Questions:
Responses Due:
Interviews, if necessary
Anticipated City Council Consideration
March 15, 2024, CT, 10:00 am, CT
March 22, 2024, 4:00 pm, CT
April 16, 2024, 10:00 am, CT
May 2024
September 2024
IV. PRE-SUBMITTAL CONFERENCE
A non-mandatory Pre-Submittal Conference is scheduled, for March 15, 2024, at 10:00 a.m. CT. The Pre-Submittal Conference
will be held via WebEx meeting. Prospective Respondents may join the WebEx using the following instructions:
Join by phone: 1-415-655-0001
Meeting number (access code): 2631 742 2356
Meeting password: COSA
Join meeting: https://sanantonio.webex.com/sanantonio/j.php?MTID=m4b2f75cf77ffb95682980724f163fdb3
Attendance at the Pre-Submittal Conference is optional, but highly encouraged. Respondents who join the WebEx Pre-Submittal
Conference are required to sign into the meeting using a QR code provided only during the meeting. This will confirm
Respondent’s attendance and participation for the Pre-Submittal meeting through WebEx.
Respondent is encouraged to submit written questions concerning this RFQ through the CivCast website at least five (5) calendar
days in advance of the Pre-Submittal Conference, in order to expedite the proceedings. City’s responses to questions received by
this due date may be distributed at the Pre-Submittal Conference, as well as being posted on the CivCast website at
https://www.civcastusa.com/bids.
City’s responses to questions received by this due date may be discussed at the Pre-Submittal Conference, as well as being posted
on the CivCast website at https://www.civcastusa.com/bids.
Any oral responses provided by City staff at the Pre-Submittal Conference shall be preliminary. A written summary of the Pre-
Submittal Conference shall contain City’s official responses to issues raised during the Pre-Submittal Conference and posted on
the CivCast website at https://www.civcastusa.com/bids. Any oral response given at the Pre-Submittal Conference that is not
confirmed in the posted written summary from the Pre-Submittal Conference or in a subsequent addendum shall not be official
or binding on City. Only written responses shall be official. All other forms of communication with any officer, employee or
agent of City shall not be binding on City.
V. SUBMITTAL DOCUMENT REQUIREMENTS AND EVALUATION CRITERIA
City will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this RFQ. City will
appoint a selection committee to perform the evaluation of the received Statement of Qualifications (SOQ). Each SOQ received
by City shall be analyzed to determine overall responsiveness and qualifications to the RFQ. The selection committee may select
Respondents who are judged to be reasonably qualified for interviews, depending on whether further information is needed.
Interviews are not an opportunity to change a submission. If the City elects to conduct interviews, Respondents may be
interviewed and re-scored based upon the same criteria. City may also request information from Respondents at any time prior
to final approval of a selected Respondent or seek best and final qualifications from Respondents deemed reasonably qualified
for award. Final approval of a selected Respondent is subject to the action of the San Antonio City Council.
Respondent’s SOQ shall include the following items included in the Submittal Checklist & Table of Contents (Form 1) in the
following sequence combined in PDF format:
1. SUBMITTAL CHECKLIST AND TABLE OF CONTENTS (Form #1) (Indexed and labeled as “Tab 1”)
Respondent and respondents team members shall complete this form, which shall be used as the Table of Contents and
as a checklist for Respondent’s submittal.
2024 On-Call Construction Engineering & Inspection Services
RFQ#: 2024-041
Rev 12212021AM
Page 4
2. EXECUTIVE SUMMARY (Indexed and labeled as “Tab2”) – Respondent shall include a one (1) page Executive
Summary at the beginning of the Statement of Qualifications. Respondent’s Executive Summary shall state the number
of years Respondent’s team has been in business, Respondent’s number of years in business in its local office,
Respondent’s local office address and the number of employees employed in Respondent’s local office.
3. CONTRACT TEMPLATE AND GENERAL CONDITIONS REVIEW (Indexed and labeled as “Tab 3”)
Respondent shall review the Contract Template and General Conditions, provided hereto and made a part hereof and
labeled as Exhibit A & Exhibit B and provide written acknowledgment that Respondent accepts the terms, conditions
and requirements of the City’s General Conditions, in Respondent’s submitted proposal under “Tab 3”.
4. LETTERS OF REFERENCE (required) (Indexed and labeled as “Tab 4”) – Respondent shall provide a maximum
of five (5) letters of reference.
5. STATEMENT OF QUALIFICATIONS – Respondent shall provide a narrative document, as outlined in the
Statement of Qualifications below, addressing all evaluation criteria in Section V of this RFQ considering the project
defined in this solicitation. Sufficient information regarding Respondent’s past projects and key personnel’s experience
shall be provided in Respondent’s proposal. to indicate its team has met or exceeded the minimum qualifications
provided in Section V of this RFQ in proposal.
The following Evaluation Criteria shall be used, in recommending the award of this Contract:
A. Experience, Background, Qualifications of Firm, Key Personnel, and Key Sub-Consultants (45 Points)
Respondent shall respond to the following items, as they relate to Scope of Work:
1. Experience (Indexed and Labeled as “Tab 5”) – City shall consider the relevance of past experience of
Respondent and respondents team members. Respondent shall provide a narrative, on (1) page, describing the
Respondent’s qualifications, as they relate to the referenced scope of services in this solicitation. Special
attention should be given to experience of similar size and complexity as reflected in the scope of work.
2. Project Sheets (Indexed and Labeled as “Tab 6”) – Respondent’s SOQ shall include a maximum of three (3)
project sheets, limited to one (1) page for each project included, which shall describe similar on-call construction
engineering and inspection services projects that respondent has completed within the last five (5) years. Each
project sheet shall include the following:
1. Name and Description of the completed project, including any similarity to the Project defined in this
solicitation;
2. Year(s) of work on the cited project;
3. Respondent’s role in, including proposed team’s involvement in, the cited project;
4. Project Manager;
5. Superintendent;
6. Cited project’s owner’s name and the name of the representative (if different) who served as the day-to-day
liaison for the cited project, in the following format:
a. Name of Owner: _________________________
b. Name of Owner’s representative: _________________________
c. Representative’s Phone Number: _________________________
d. Representative’s Phone Number: _________________________
e. Representative’s E-mail: _________________________
3. Proposed Key Personnel/Organizational Chart (Indexed and Labeled as “Tab 7”) – Provide a detailed
organizational chart of Respondent’s proposed team, including subcontractors, identifying key personnel who will be
committed to work on the various tasks for this Contract.
Label assignments as:
a. Principal/Partner;
b. Project Manager(s);
c. Senior Project Architect/Engineer;
d. Project Architect/Engineer;
e. Subconsultants (for any services deemed necessary to fulfill the duties of this contract)
2024 On-Call Construction Engineering & Inspection Services
RFQ#: 2024-041
Rev 12212021AM
Page 5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >