REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Similar documents
REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES

LOCKHART INDEPENDENT SCHOOL DISTRICT

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT

ANAHUAC INDEPENDENT SCHOOL DISTRICT

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

EDGEWOOD INDEPENDENT SCHOOL DISTRICT

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

GOOSE CREEK CONSOLIDATED INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT

Request for Qualifications Construction Manager

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

Galesburg Public Library, Galesburg, IL

ARCHITECTURAL SERVICES COLLEGEWIDE

KELLER INDEPENDENT SCHOOL DISTRICT

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

REQUEST FOR PROPOSALS

San Mateo County Project Development Unit. Issued: August 4, 2017 Responses due: September 1, 2017 at 2:30 pm. Sam Lin, Manager

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services

ARCHITECTURAL/ENGINEERING SERVICES

The District is looking for the architectural firm to provide the following (not listed in order of preference):

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Request for Qualifications

November 16, 2015 I. INTRODUCTION

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Plano Independent School District Request for Proposals

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

Washington County Public Works, Building Services

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

BELTON INDEPENDENT SCHOOL DISTRICT

REQUEST FOR QUALIFICATIONS

City of Malibu Request for Proposal

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

REQUEST FOR QUALIFICATIONS

Dakota County Technical College. Pod 6 AHU Replacement

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Qualifications for Assistive Technology Consultant Services

Architectural/Design Services

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

Arizona Department of Education

REQUEST FOR QUALIFICATIONS RFQ NO Orange Coast College Classroom Modernization Project

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Chabot-Las Positas Community College District

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

Chabot-Las Positas Community College District

All proposals must be received by August 30, 2016 at 2:00 PM EST

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

Morgan Hill Unified School District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

Request for Proposals (RFP) for Professional Design and Engineering Services

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Colquitt Regional Medical Center

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

CITY OF INGLEWOOD Residential Sound Insulation Program

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SECOND REQUEST FOR PROPOSALS. for

REQUEST FOR QUALIFICATIONS AND PROPOSALS

REQUEST FOR PROPOSAL Architectural Services

Energy Efficiency Programs Process and Impact Evaluation

Below are five basic procurement methods common to most CDBG projects:

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

A. INTRODUCTION Architects and engineers are selected to provide services under the following types of contracts:

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Transcription:

REQUEST FOR QUALIFICATIONS Architectural/Engineering Design Services

Project Overview is considering design work for potential future projects. These projects may include a new elementary school or additions and renovations to the existing campuses. At a minimum, all amenities required for normal elementary operations will be included as a part of the scope of the design work. Beeville ISD is seeking to select a qualified architect(s) and engineer(s) to work with Beeville ISD. The selected A/E will be pre-qualified throughout the program. The Architect(s) will work with Beeville ISD on the design and documentation of the potential project(s) including coordination with the city, district and community design review, cost review and value engineering. The district is in the process of completing the educational specifications for these potential projects and will provide that information to the successful team(s). The selected A/E will coordinate its work with the Superintendent or his designated representative. The A/E shall provide pre-construction and construction phase professional services and any other services as outlined in this RFQ and otherwise required by Beeville ISD using method(s) that will facilitate construction of the project according to schedules from start of construction to completion. It is anticipated that the project delivery method used for this project will be Construction Manager at Risk with the district potentially utilizing the services of one or multiple vendors for these services, but Beeville ISD reserves the right to select another delivery method at its discretion. The project(s) Construction Delivery Method and project construction services requirements will ultimately be determined by the school board at a later date. Logistics DISTRICT CONTACT FOR QUESTIONS Dr. Marc A. Puig Superintendent Phone: 361-358-7111 Email: mpuig@beevilleisd.net REQUEST FOR STATEMENT OF QUALIFICATIONS This is an invitation and request for Statement of Qualifications from architectural and engineering firms. Services to be provided include customary architectural services and related civil, landscape, structural and MEP engineering. Depending upon the requirements of the specific assignment, additional disciplines may also be necessary, such as kitchen and food service design, acoustical design, theater sound and lighting, security and access control and others. These services shall be included in the architect s scope by either inhouse specialists or consultants. 1

Responses to this Request for Statement of Qualifications will be received at the time and location designated and shall include the information requested hereafter. After evaluation of Statements of Qualifications, the district will identify at least two firms to be interviewed and will invite representatives from each to make presentations to the BISD Board of Trustees prior to the Beeville ISD school board making its final decision. DUE DATE Qualifications must be submitted by November 28, 2018, no later than 2:00 PM (local time). See Instructions in the Submission Requirements section of this document for details. No submissions will be accepted after this time. CONTRACT NEGOTIATION AND FEES This Request for Qualifications does not ask for fee information. Beeville ISD will select the architect or engineer that it deems to be the most highly qualified provider on the basis of demonstrated competence and qualifications, and will then attempt to negotiate a contract at a fair and reasonable price. Beeville ISD reserves the right to terminate negotiations with the selected provider at its discretion. ANTICIPATED SCHEDULE OF EVENTS Request for qualifications issued November 2, 2018 Written questions due November 12, 2018 Qualifications due (by 2:00 PM Local Time) November 28, 2018 School Board approval December 20, 2018 Beeville ISD currently intends to make its selection on December 20, 2018. However, the date of School Board approval is subject to change at Beeville ISD s discretion. 2

SELECTION PROCESS/SELECTION CRITERIA Selection of architect(s) and/or engineer(s) shall be made on the basis of demonstrated competence and qualifications as provided by Texas Government Code 2254.004. In procuring architectural and engineering services, Beeville ISD will first select the most highly qualified provider of those services on the basis of demonstrated competence and qualifications and then attempt to negotiate a contract with that provider at a fair and reasonable price. If a satisfactory contract cannot be negotiated with the most highly qualified provider, Beeville ISD will formally end negotiations with that provider, select the next most highly qualified provider and attempt to negotiate a contract with that provider at a fair and reasonable price. It is the present intent of Beeville ISD to continue the process described above to select and negotiate with providers until a contract is entered into. However, Beeville ISD reserves the right to waive any formalities and/or to reject any or all Responses to this RFQ. Beeville ISD reserves the right to accept or reject any and all Statements of Qualifications or Response to this RFQ without the necessity of stating any reason therefore, reserves the right to waive any technicalities and reserves the right to be the sole judge of which offeror is the most highly qualified, and to select the firm that serves the best interest of Beeville ISD. Beeville ISD may consider any information provided in the response to this RFQ and any other data available to the District in determining whether, or to whom, a contract will be offered. By submitting a response to the RFQ, the offeror agrees to waive any and all claims against arising out of or in connection with the administration, evaluation, or recommendation of any response to this RFQ. The selected offeror shall be required to provide to Beeville ISD a completed Form 1295, Certificate of Interested Parties, to the District and shall be required to complete all 1295 disclosure requirements prior to Beeville ISD s execution of the contract between the parties. Beeville ISD reserves the right to request supplemental information of any and/or all offerors/respondents to aid Beeville ISD in the evaluation process. Beeville ISD may, but is not required to, utilize the following criteria in its evaluation of submitted Statements of Qualifications/Responses to this RFQ: 1. Quality, design philosophy, and innovative elementary school environments, including high-tech safety/security solutions, and flexible learning spaces; 2. Proposing firm s talent pool/proposed team; including marketing / public relations 3. Technical resources including BIM resources, estimating, and construction support; 4. Past or present litigation; 3

5. Overall form and format of submission (including ability to be concise and substantive); 6. History of work with Beeville ISD and/or other school districts. Beeville ISD reserves the right, at its sole discretion, to use criteria different from those listed above in its evaluation of submitted Statements of Qualifications/Responses to this RFQ. This request for qualifications also includes an oral interview with the Beeville ISD Board of Trustees in the evaluation process. 1. The school board will decide the firm(s) to be interviewed. 2. Notifications for shortlisted firms will be sent via email. 3. Architecture firms can bring up to five (5) representatives to the interview. 4. Interviews with the school board are anticipated to be held during the week of December 10, 2018, but may be held at another time at the District s discretion. 5. The presentations should be no more than 20 minutes and 15 minutes of Q&A. INSTRUCTIONS FOR SUBMISSION MINIMUM REQUIREMENTS Submittals for Minimum Requirements shall be prepared simply and economically, and shall provide concise answers to the requested information in the order and format prescribed. Failure to do so may be cause for disqualification from further consideration. Emphasis will be placed upon clarity and completeness of the submitted response. A total of five (5) copies of each submittal shall be neatly packaged and sealed, with the address of the recipient affixed to the exterior face. I. Architect/Engineer s Introductory Letter of Interest (Please limit your essay to two letter-size pages). This document should be prepared and signed jointly by the Partner-in-Charge and the proposed Project Architect/Engineer assigned to Beeville ISD for these proposed project(s) a statement in essay form that allows personal expression as to: 1. Why you believe your firm and the individuals assigned are aptly suited to perform architectural and/or engineering services for Beeville ISD. 2. What special qualities/attributes you and your firm possess that would render superior performance on your assignment. 3. Specific instances where other public schools or clients have benefited because of your association with their construction program and similar projects. 4. What problem(s) do you want to solve for Beeville ISD? 4

II. III. Information Required: 1. Comment on your firm s qualifications, including general information and brief history of the firm, a chronology of the firm s origin through its current status and any changes in ownership, locale, or addresses since its inception. 2. Comment on your firm s ability and commitment to provide errors and omissions as well as professional liability insurance, in limits of not less than $1 million, effective for at least two years after date of substantial completion or the completion of professional services for the project(s), whichever is later. 3. Comment on your firm s ability to determine programming and processes to ensure facility design meets innovative curriculum needs. 4. Document on the areas you would utilize consulting services of other firms, which firms you would consider including on your team, your history with the firm and individuals, and why they are best suited for working with you and Beeville ISD. 5. Comment on your firm s ability to provide pre-bond communication and planning services for Beeville ISD. The services requested may include graphics, renderings, community surveys, and informational digital and print media communications, along with other agreed-upon services. 6. Provide a listing of lawsuits or litigation within the past five years including a brief description, the status or outcome, and any comments. Project Team: Include an organizational chart that depicts reporting responsibilities and organization of team members. This chart must specifically identify the Principal in Charge, Project Manager, Lead Architect/Engineer, BIM Manager, Specification Writer and Construction Administrator. Include on the Organizational chart the sub consulting team proposed for these potential projects. List at a minimum the Civil Engineer, MEP Engineer, Structural Engineer, Landscape Architect, Acoustical and theater design, and Food Service Consultant. For each team member from the Architectural/Engineering Firm who is proposed to provide services on this project, provide the following information. For all consultants proposed provide the firm name, contact information, discipline provided and office location. 1. Resume with an overview of role and responsibilities on the project, as well as degrees held, registrations, memberships, and years working with the proposing firm. 2. Current principal place of residence. 3. List of personal experience specifically detailing the proposed staff s recent experience in the new elementary school design, including high-tech safety/security and innovative learning spaces. 4. Estimated allocation of individual s time to the Beeville ISD program on a monthly basis. 5

IV. Related Work Experience: 1. Provide a listing of your design projects featuring new elementary schools over 90,000 sf. Also, renovations within the last five years in the state of Texas. Indicate the school, type and magnitude of work, completion date, square footage and final construction cost. Include in this information the name of the school, the school district and a contact with the school district for each project. 2. Provide a list of the 4 to 6 most recent New Elementary School projects completed or in design over 90,000 sf. 3. Provide a list of the 4 to 6 most recent High School Auditorium Addition projects completed or in design of 1,300-1,500 seat capacity. 4. Provide a list of the 4 to 6 most recent Middle School Renovation projects completed or in design over 250,000 sf. 5. Provide a list of the 4 to 6 most recent Athletic Complex Renovation projects completed or in design. 6. Provide at least five (5) examples, each school district-related projects, which are located in South Texas. These projects are to be examples of projects where your firm has provided full architectural/engineering services and which represent the variety and range of your Elementary, High School, Middle School, and Athletic Complex projects experience. Providing this information constitutes the respondent s invitation to Beeville ISD to contact the persons listed. The list shall include, in this order, one project per letter-sized page: 1. Name of owner/client 2. Telephone number 3. Owner contact 4. Telephone number 5. Name of project/building 6. Description of project 7. Size in square footage of project 8. Date of construction contract 9. Date of substantial completion 10. Dollar value of construction budget at beginning of design 11. Dollar value of construction at date of construction contract 12. Dollar value of construction at completion of contract 13. Partner in charge 14. Project architect/manager 15. General Contractor or Construction Manager and contact information V. Submission Materials: The physical size of all submission materials shall be limited to an 8 ½ x 11 format, bound securely. Please avoid redundant and repetitious materials, limit the overall submittal packet to maximum of 30 pages. 6

VI. VII. Supplemental Information: It is unnecessary to provide supplemental information. However, if the respondent so chooses, additional information may be provided in the form of promotional brochures or similar material not exceeding 8 ½ x 11 in size or over 10 pages of material. Submittal Deadline: Provide five (5) copies of your submittal, packaged and marked as: Statement of Qualifications Architectural / Engineering Services Due no later than 2:00 PM (local time) on November 28, 2018 to: Dr. Marc A. Puig Superintendent Beeville ISD 201 N. St. Mary s Street Beeville, TX 78102 Telephone, electronic or facsimile submissions will not be considered. Submissions received after the time and date of closing will not be considered. The District reserves the right to reject any or all qualifications and to waive informalities and minor irregularities in qualifications received, and to accept any portion of a qualification or all of the qualifications if deemed in the best interest of the district to do so. Beeville ISD will not be liable for any costs incurred by firms in preparation of these requested qualifications or in answering to the Request for Qualifications. The Request for Qualifications contains specific requests for information. In those cases where specific and mandatory requirements are stated, material failure to meet those requirements will result in disqualification of the firm s response. This RFQ in no manner obligates the district to eventual purchase of any services, products or equipment described, implied, or which may be proposed, until confirmed by written contract. Progress towards this end is solely at the discretion of the district and may be terminated without penalty or obligation at any time prior to the signing of a contract. The district reserves the right to cancel this RFQ at any time for any reason and to reject any or all qualifications completely or in part. The proposing firms are restricted from contact with anyone in Beeville ISD including board of trustees, administration, and staff. All communications to Beeville ISD must be through Dr. Marc A. Puig, Superintendent. If any firms are found to have offended this requirement, the offending firm will be disqualified. 7

VIII. IX. Independent Contractor: Respondent agrees and understands that, if selected, it and all persons designated by it to provide services in connection with the contract that is awarded, shall be deemed to be independent contractor(s), responsible for their respective acts or omissions, and that District shall in no way be responsible for Respondent s actions, and that none of the parties hereto will have authority to bind the others or to hold out to third-parties, that it has such authority. Criminal Background Checks: The selected provider agrees, prior to the execution of the awarded contract, to provide assurance to the District that all employees and subcontractors of the provider who are likely to or will have contact with students have passed a criminal history background check current within the last year and shall certify that no such employees or subcontractors have any felony convictions. The selected provider shall have a continuing duty to annually update the assurance/certification to Beeville ISD, as well as each time a new employee or subcontractor is employed. X. Required Forms: Each offeror shall be required to complete and submit each of the following attached forms with its Statement of Qualifications/Response: 1. Authorized Offer Form. 2. Felony Conviction Notice. 3. Certification by Corporate Offeror. 4. Conflict of Interest Questionnaire. A/E Scope of Work Presented below is a general outline of architectural/engineering services that may be required for this project(s), and this scope of work may be added to the contract for services, if a contract is developed for these projects. Facility Assessment & Feasibility Study 1. Estimate cost and feasibility of renovating old school buildings versus replacement. 2. Determine the general conditions of select buildings and grounds and provide data in a concise format, allowing quick determination of current replacement value (CRV) and condition of each facility. 3. Establish Facility Condition Index (FCI) and other industry standard benchmarks as prioritization tools to quantify each building s current condition and future funding requirements. 4. Identify facility deficiency correction cost budgets, and estimating projected annual maintenance budget to maintain the current FCI in a stable state, regardless of current condition of the building. 8

Pre-Design Services Conduct a pre-design Charrette with Beeville ISD staff to establish criteria for design of the facility. Participate and prepare minutes in pre-design meetings with Beeville ISD, site committees and other consultants meetings to develop programming, site layouts, conceptual budgeting and when gathering existing available site information provided by Beeville ISD. Design Services Prepare schematic design drawings, existing conditions base documents, design development drawings, and construction drawings; final construction documents; and bid documents for all work outlined in the beginning of this section in compliance with current local Building Codes, other applicable ordinances, and municipal, state and federal regulatory requirements. Prepare and distribute meeting minutes. 1. Existing Conditions Base Documents a. Attend meetings. Lead architect/engineer and consultants as required. b. A/E team is to conduct a thorough visual survey of the Site, verify and document the existing conditions in base drawings to be used for the design work. c. These base drawings shall include (at a minimum) architectural floor plans and exterior building elevations; mechanical, plumbing and electrical floor plans and site plans for each discipline. These will be part of the schematic design phase in addition to any new design and other work. d. Utilize the district provided education specifications to insure conformance for elementary, high school, middle school, and athletic programming. 2. Schematic Design Phase a. Provide programming, schematic design documents, including building placement, drawings, and outline specifications developed around the District technical specifications, district templates, and standards. b. Provide area and space tabulations by use, room, and building. c. Provide certification that the design can be constructed within the District s budget. d. Respond in writing to design review comments from the Superintendent or his designee. e. Make submittals to the Department of Education, the Fire Marshal s office, City of Beeville and any other required agencies. Submittal will be coordinated through the Superintendent. f. The design team will make schematic presentations to the local public stakeholders during the evening for groups such as community groups, local PTA, School Staff, and others as required. 9

3. Design Development Phase a. Attend meetings. Lead architect/engineer and consultants as required. b. Development of the approved schematic phase documents and base drawings to design development level for submittals to Beeville ISD. Submittals shall have accurately sized all equipment and materials to a degree that an accurate cost estimate can be prepared. c. Develop alternates as required to allow options to keep project within budget. d. Provide value engineering recommendations and solutions if budget constraints are exceeded. e. Respond in writing to design review comments from the Superintendent or his designee and incorporate those approved by Beeville ISD. f. Provide certification that the design can be constructed within the budget. g. The design team will make design development presentations to the local public stakeholders during the evening for groups such as community groups, local PTA, School Staff, and others as required. 4. Construction Documents a. Attend meetings. Lead architect/engineer and consultants as required. b. Coordinate and integrate Beeville ISD requested changes, ownersupplied equipment and pre-purchased materials as applicable. c. Provide documents that are fully coordinated with each design discipline including the site abatement and demolition work. d. Produce complete documents required for Beeville ISD to advertise for construction bids, including construction cost estimates. All drawings and specification shall be stamped and signed by Texas licensed engineers and architects. e. Respond in writing to design review comments from the Superintendent or his designee and incorporate those approved by Beeville ISD. f. Provide certification that the design can be constructed within the budget. g. Make submittals to the Department of Education, the Fire Marshal s office, City of Beeville, and any other required Agencies. Submittal will be coordinated through the Superintendent or his designee. h. Develop, working with Beeville ISD staff, furniture layout drawing, furniture specifications, furniture schedules and all required bid documents required to receive competitive bids for completely furnishing the school. 5. Design Review Procedures and Value Engineering a. Design Review Designer will comply with requirements of the Beeville ISD design review process. This includes meetings with the Superintendent or his designee to review the design comments and incorporation of design review comments into the design document where directed by the District. b. The Design team may be asked to attend a Value Engineering Workshop for each discipline in the design team for 1 to 2 days. 10

6. Pre-bid Services a. To be determined based upon the delivery method selected by the Beeville ISD board of trustees. The architect/engineer will be required to be an active participant of all phases of the bidding and procurement for the project(s). Construction Support Services 1. Attend bid openings, board meetings, pre-bid meetings, pre-construction meetings (pre- foundation, pre-masonry, pre-roofing, pre-tiling) and prepare agenda. 2. Participate in Teaming sessions during the course of the contract. 3. Respond to Requests for Information (RFI) and other inquiries from the field. 4. Prepare and issue Architectural Supplemental Instructions (ASI) as required. 5. Prepare design changes to the work initiated by Beeville ISD. 6. Review and approve submittals, shop drawings, substitutions and change orders. 7. Attend onsite construction meetings and weekly coordination meetings with Design Team, and Beeville ISD designee. Prepare minutes. 8. Conduct site observations as required by the Agreement with Beeville ISD. 9. Administrate the expeditious issuance and completion of architectural, mechanical, electrical, plumbing, kitchen equipment, roofing, site and landscaping punch lists. An above ceiling MEP punch list will also be required. 10. Coordinate and interface materials testing and inspections for buildings, structures and paving executed by a local testing laboratory per the Agreement with Beeville ISD. All Phases of the Work 1. The A/E shall work with Beeville ISD, other consultants and architects through all phases of the contract. The A/E is also responsible for coordination and approval of his design with control agencies as applicable. The work will require meetings with various members of the team identified above, in the consultant s offices and at the construction site. 2. The A/E shall respond to all directives from Beeville ISD and/or its representatives and act in a timely manner. 3. The A/E shall follow and implement all standard guidelines, specification and procedures used by Beeville ISD. 4. The A/E may be required to participate in a computer-based communication network utilizing the Internet (extranet). A comprehensive Extranet program may be utilized during the design and construction phases of the work. It is Beeville ISD s intent that all correspondence, drawing submittals, reviews and other documentation is done on the Extranet. The A/E will demonstrate the technical ability, experience and willingness to perform its work with Beeville ISD on this Extranet. The Extranet is a communications tool. Drawings will not be done on the Extranet but will be posted there. 11

5. The Extranet will keep the District and the Project team, as designated by the District, informed as to the overall status of the projects. The system will provide security to limit access to the site and track as much of the project as possible, to give the District a real time communication and tracking tool. A comprehensive account of project activities, conditions and problems will be achieved with record keeping systems. Including, but not necessarily limited to, general correspondence files, periodic reports of activity performance, drawing schedules, submittals, shop drawings, payments, samples, transmittal, change requests and authorizations, meeting minutes, confirmation of oral instructions, notice of non-conforming contract work, progress photographs and other documentation as may be specified by the District. 6. The Designer shall control and manage all sub consultants and be responsible for maintaining appropriate channels of communications with other team members. It is required that services will be performed by a firm with offices in the local area. 7. The Designer shall obtain required approval of documents from Beeville ISD through their design approval process. 8. The Designer shall perform all work in accordance with Beeville ISD standard Agreement for services with no exceptions. 9. Beeville ISD shall be responsible for all asbestos and hazardous materials testing and abatement as needed. 10. Beeville ISD shall be responsible for any Phase I Environmental Site Assessment and remediation as needed. 12

General Information Sheet Date: Legal Name of Firm: (If the firm is in a joint venture or in association with another architectural/engineering firm provide all information for both firms. In addition, if the firm is in a joint venture or association, provide specific contractual relationship status between the firms and how this contractual arrangement will be reflected in the agreement with Beeville ISD.) Corporation Identification Number: Federal Employer Identification Number: Date Office Established: Date Office Established: Address: Telephone: Website: E-Mail: Type of Organization: (Partnership, Corporation, etc.) Name of Principal-in-Charge, Title, and License Number: Name of Project Manager and Title: For the firm that will serve as Architect/Engineer of Record, please provide the following: a. Total number of full-time office staff at your firm: b. Breakdown of Staff: c. Licensed Architects/Engineers: d. Interns: e. Licensed Interior Designers: f. Other Support Staff: For the past five years, the approximate total gross revenues attributed to the local office: Approximate allocation of gross revenues of Architectural and Interior Design services: Approximate allocation of gross revenues specifically allocated to K-12 Education clients: Total number of school projects actually completed by this Firm in the last five years: New Elementary Schools over 90,000 sf. High School Auditorium Addition over 1,000 seats Middle School Additions and Renovations over 250,000 sf Athletic Complex Renovations Addition/Renovation New Construction 13

AUTHORIZED OFFER FORM TO: BEEVILLE ISD I, or we, the duly authorized undersigned, having carefully read Request for Qualification, and do hereby agree to enter into a contract with Beeville ISD by tendering this offer to perform the work required and/or provide the product(s) or services specified in this solicitation. I, or we, will deliver the product(s) per specifications found in this document for the prices indicated. I, or we, also certify to the accuracy of the certifications required (including, but not limited to, Felony Conviction Notice) which accompany this offer. Date: Name of Firm: Firm s Address: Name/Title: Signature: Phone #: Fax #: Fed ID #: 14

BEEVILLE ISD 201 N. St. Mary s Street Beeville, TX 78102 FELONY CONVICTION NOTICE Statutory citation covering notification of criminal history of contractor is found in the Texas Education Code #44.034. Following is an example of a felony conviction notice: State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION Complete only one of the three below: A or B or C. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Official: Print Authorized Company Official s Name A. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. Signature of Authorized Company Official: B. My firm is not owned nor operated by anyone who has been convicted of a felony: Signature of Authorized Company Official: C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Signature of Authorized Company Official: 15

CERTIFICATION BY CORPORATE OFFEROR To BEEVILLE ISD IF OFFEROR IS A CORPORATION, THE FOLLOWING CERTIFICATE SHOULD BE EXECUTED AND INCLUDED AS PART OF PROPOSAL FORM/PROPOSAL FORM. OFFEROR: (Name of Corporation) I, certify that I am the Secretary of (Name of Corporate Secretary) the Corporation named as OFFEROR herein above; that (Name of person who completed proposal document) who signed the foregoing proposal on behalf of the corporation offeror is the authorized person that is acting as (Title/Position of person signing proposal/offer document within the corporation) of the said Corporation; that said proposal/offer was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. CORPORATE SEAL SIGNATURE DATE 16

Notice to Vendors Conflict of Interest Disclosure Statements Texas Local Government Code, Chapter 176 Vendors are required to file a Conflict of Interest Questionnaire (Form CIQ) with the District if an employment or business relationship or family relationship exists between the vendor and a local government officer ( LGO ) of the District or a family member of the LGO. THERE ARE POTENTIAL CRIMINAL PENALTIES FOR FAILURE TO COMPLY WITH TEX. LOCAL GOVT. CODE CHAPTER 176. Certain terms used herein are defined in Chapter 176. Vendors are encouraged to review and become familiar with all disclosure requirements of Chapter 176 and Form CIQ. The information contained herein is for information purposes only and shall not be construed as legal advice. "Vendor" means a person who enters or seeks to enter into a contract with a local governmental entity. The term includes an agent (including an employee) of a vendor. A vendor is required to file a completed Form CIQ if the vendor has a business relationship with Beeville ISD (the District ) and: 1. has an employment or other business relationship with a Local Government Officer ( LGO ) of the District, or a family member of the LGO; 2. has given a LGO of the District, or a family member of the LGO, one or more gifts that have the aggregate value of more than $100 in the 12-month period specified in Loc. Govt. Code Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or 3. has a family relationship with a LGO of the District. Form CIQ must be filed with the appropriate District records administrator: 1. Not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the District; or (B) submits to the District an application, response to a request for proposals or bids, correspondence, or other writing related to a potential contract with the District; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a LGO, or a family member of the LGO; (B) that the vendor has given one or more gifts described above; or (C) of a family relationship with a LGO. 2. The vendor also shall file an updated completed questionnaire (Form CIQ) not later than the seventh business day after the date on which the vendor becomes aware of an event that would make a statement in the questionnaire in complete or inaccurate Local Government Officers (LGOs) of the, as of November 01, 2018, include: 1. Members of the Beeville ISD Board of Trustees: Dr. Kevin Behr Mr. Orlando Vasquez Ms. Leticia Q. Munoz Ms. Theresa T. Arthur Mr. Darryl Martin Mr. Eddie Salazar Mr. Pete Martinez 2. Superintendent of Schools: Dr. Marc A. Puig 3. An agent (including an employee) of Beeville ISD who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. If you are required to file a Conflict of Interest Questionnaire (Form CIQ), send the completed form to Dr. Marc A. Puig, Superintendent of Schools,, 201 N. St. Mary s Street, Beeville, TX 78102. 17