Architectural Services for Redesign of Jefferson County Diversion Center

Agency: Jefferson County
State: Texas
Type of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
Posted: Oct 9, 2023
Due: Oct 25, 2023
Solicitation No: RFQ 23-061/MR
Publication URL: To access bid details, please log in.
Number desc tabulation Addendum or Notes Fiscal Year Buyer Status
RFQ 23-061/MR

Architectural Services for Redesign of Jefferson County Diversion Center

Addendum 1

2023 Mistey Reeves

Responses due by 11:00 am CT, Wednesday, October 25, 2023.

Attachment Preview

JEFFERSON COUNTY PURCHASING DEPARTMENT
Deborah L. Clark, Purchasing Agent
1149 Pearl Street
1st Floor, Beaumont, TX 77701
OFFICE MAIN: (409) 835-8593
FAX: (409) 835-8456
September 19, 2023
Request for Statements of Qualifications
(RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center
Jefferson County is seeking submittals from qualified firms to provide professional Architectural Services in accordance with Request for
Statements of Qualifications (RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center, Pursuant to Chapter 262,
Texas Local Government Code, the County Purchasing Act and 2 CFR Sections 200.318-326.
All interested firms should obtain a “Request for Qualifications” specifications packet from the Jefferson County Purchasing webpage at:
https://www.co.jefferson.tx.us/Purchasing/
All submittals shall be evaluated by an Evaluation Committee. This committee will evaluate submissions to this request and select the firm that
is most qualified, responsive, and experienced.
Responses are to be sealed and addressed to the Purchasing Agent with the request for qualifications number and name marked on the outside
of the envelope or box. All responses shall be submitted with an original and (5) five copies, to the Jefferson County Purchasing Department,
1149 Pearl Street, 1st Floor, Beaumont, Texas 77701, no later than 11:00 am CT, October 25, 2023. Jefferson County does not accept
responses submitted electronically. Responses will be publicly opened and the names of responding firms will be read aloud in the Jefferson
County Engineering Department Conference Room (5th Floor, Historic Courthouse) 1149 Pearl Street, Beaumont, Texas 77701 at the time and
date below. Statements of Qualifications received after that time will be considered late and will be returned unopened. Inquiries shall be
directed to Mistey Reeves, Assistant Purchasing Agent at 409-835-8593 or mistey.reeves@jeffcotx.us. If no response in 72 hours, contact
Deborah Clark, Purchasing Agent at 409-835-8593 or deb.clark@jeffcotx.us.
There will be a Mandatory Pre-Proposal Conference Thursday, September 28, 2023 at 2:00 pm CT at the Diversion Center Site Location at 3890
FM 3514, Beaumont, Texas 77705.
REQUEST NAME:
Architectural Services for Redesign of Jefferson County Diversion Center, Pursuant to Chapter 262, Texas Local
Government Code, the County Purchasing Act and 2 CFR Sections 200.318-326.
REQUEST NUMBER:
RFQ 23-061/MR
DUE DATE/TIME:
11:00 am CT, Wednesday, October 25, 2023
MAIL OR DELIVER TO:
Jefferson County Purchasing Department
1149 Pearl Street, 1st Floor
Beaumont, TX 77701
Jefferson County encourages Disadvantaged Business Enterprises (DBEs), Minority/Women Business Enterprises (M/WBEs), and Historically
Underutilized Businesses (HUBs) to participate in the bidding process. Jefferson County does not discriminate on the basis of race, color, national
origin, sex, religion, age or disability in employment, or the provisions of services. Individuals requiring special accommodations are requested to
contact our office at least seven (7) days prior to the bid due date (at 409-835-8593) to make appropriate arrangements.
All interested firms are invited to submit a proposal in accordance with the terms and conditions stated in this request.
Respondents are strongly encouraged to carefully read the entire invitation, as failure to return and/or complete all required documentation will
result in a response being declared as non-responsive.
Sincerely,
Deborah L. Clark, Purchasing Agent
Jefferson County, Texas
PUBLISH:
Beaumont Enterprise & Port Arthur News:
September 20, 2023 & September 27, 2023
The Examiner:
September 21, 2023
TABLE OF CONTENTS
TABLE OF CONTENTS ........................................................................................................................................................................... 1
SECTION 1: INTRODUCTION................................................................................................................................................................. 2
1.1 PURPOSE ....................................................................................................................................................................................... 2
1.2 PROCEDURE .................................................................................................................................................................................. 2
1.3 EVALUATION COMMITTEE ............................................................................................................................................................ 2
1.4 EVALUATION PROCESS .................................................................................................................................................................. 2
1.5 FIRM’s SERVICES............................................................................................................................................................................ 3
1.6 LAWS AND REGULATIONS ............................................................................................................................................................. 3
1.7 INSURANCE REQUIREMENTS......................................................................................................................................................... 3
1.8 WORKER’S COMPENSATION INSURANCE ..................................................................................................................................... 3
1.9 TERMS AND CONDITIONS ............................................................................................................................................................. 5
INSERTION PAGE: CERTIFICATE OF INSURANCE (COI) ........................................................................................................................ 6
SECTION 2: RFQ SUBMISSION REQUIREMENTS AND SPECIAL REQUIREMENTS................................................................................ 7
BYRD ANTI-LOBBYING CERTIFICATION FORM ............................................................................................................................................ 16
DEBARMENT/SUSPENSION CERTIFICATION ............................................................................................................................................... 17
CIVIL RIGHTS COMPLIANCE PROVISIONS ................................................................................................................................................... 18
SECTION 3: RFQ SUBMISSION REQUIREMENTS AND SPECIAL REQUIREMENTS.............................................................................. 20
3.1 SUBMISSION OF QUALIFICATIONS .............................................................................................................................................. 20
3.2 DEADLINE FOR RESONSE SUBMISSIONS/DELIVERY..................................................................................................................... 20
3.3 COURTHOUSE SECURITY ............................................................................................................................................................. 20
3.4 COUNTY HOLIDAYS (2022) .......................................................................................................................................................... 21
3.5 SUBMISSIONS DURING TIME OF INCLEMENT WEATHER, DISASTER, OR EMERGENCY................................................................ 21
3.6 PRE-PROPOSAL CONFERENCE .................................................................................................................................................... 21
3.7 QUESTIONS/DEADLINE FOR QUESTIONS .................................................................................................................................... 21
3.8 VENDOR REGISTRATION: SAM (SYSTEM FOR AWARD MANAGEMENT) ..................................................................................... 21
3.9 FORM 1295 SUBMISSION REQUIREMENT (TEXAS ETHICS COMMISSION) .................................................................................. 22
SAMPLE FORM 1295 .......................................................................................................................................................................... 23
INSERTION PAGE: COMPLETED FORM 1295 ..................................................................................................................................... 24
INSERTION PAGE: COMPLETED SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION PROOF .......................................... 25
3.10 MINIMUM REQUIMENTS: FIRM INFORMATION ...................................................................................................................... 26
3.11 ADDITIONAL INFORMATION FOR RESPONSE INCLUSION ......................................................................................................... 26
3.12 CONFIDENTIAL/PROPRIETARY INFORMATION .......................................................................................................................... 26
3.13 EVALUATION SCORING CRITERIA .............................................................................................................................................. 27
RESPONDENT INFORMATION FORM ................................................................................................................................................. 28
VENDOR REFERENCE FORM ............................................................................................................................................................... 29
SIGNATURE PAGE ............................................................................................................................................................................... 30
CERTIFICATION REGARDING LOBBYING ............................................................................................................................................. 31
DISCLOSURE OF LOBBYING ACTIVITIES .............................................................................................................................................. 32
CONFLICT OF INTEREST QUESTIONNAIRE .......................................................................................................................................... 34
LOCAL GOVERNMENT OFFICER CONFLICT OF INTEREST DISCLOSURE STATEMENT (OFFICE USE ONLY) ....................................... 36
RESIDENCE CERTIFICATION/TAX FORM ............................................................................................................................................. 37
HOUSE BILL 89 VERIFICATION ............................................................................................................................................................ 38
SENATE BILL 252 CERTIFICATION ....................................................................................................................................................... 39
NON-DISCLOSURE AGREEMENT......................................................................................................................................................... 40
INSERTION PAGE: ADDENDA............................................................................................................................................................. 41
RESPONDENT’S CERTIFICATION ......................................................................................................................................................... 42
(RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center
PAGE 1 OF 42
SECTION 1: INTRODUCTION: REQUEST FOR STATEMENTS OF QUALIFICATION
(RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center
1.1 PURPOSE AND SCOPE OF WORK
Jefferson County is requesting statements of qualifications and experience from all interested qualified architects desiring
to provide professional Architectural Services for redesign of Jefferson County Diversion Center.
PROJECT DESCRIPTION
Jefferson County is seeking qualified architecture firm(s) to assist the County in developing architectural designs for the
redesign of the Jefferson County Diversion Center. The facility was previously a juvenile detention facility. The County is
requesting the redesign of one existing building with (4) four individual pods in the building. The building will be redesigned
to a diversion facility. The selected architecture firm(s) will work with the County to determine a basis of design, draft design
plans, assist in the bidding phase and perform administration of the construction phase.
1.2 PROCEDURE.
Firms are encouraged to submit statements of qualifications and experience. The Purchasing Agent will appoint a Selection
Review Committee to evaluate qualified responses. Responses will be ranked on the basis of demonstrated experience,
competence, and qualifications. Fees, price, work hours, or any other cost information will not be considered in the
development of the short list.
Jefferson County will then enter into negotiations with the highest qualified firm. The negotiations will first establish the
scope, terms and conditions, and time limits for the proposed contract. Once agreement is reached between Jefferson
County and the selected firm, the County will request a fee proposal from the firm. If agreement is reached, the County will
retain the firm and enter into a written contract with it. If an agreement cannot be negotiated with the selected firm, the
County will then enter into negotiations with the next most qualified firm. This procedure will continue until agreement is
reached and a contract is produced. If the County cannot negotiate an agreement, the procedure will be terminated.
1.3 SELECTION REVIEW COMMITTEE.
Because of the diversity of the departments and activities of the County, the Purchasing Agent will appoint the Selection
Review Committee for this Request for Qualifications. The Purchasing Agent may appoint a Chairperson and no less than
two (2) other members for the committee. Typically, the committee will consist of at least one professional in the task
required, a person knowledgeable about procurement practices, and either a representative of the department requesting
the project, or the department executing the project. However, this structure is not binding and subject to change at the
discretion of the Purchasing Agent. Other members may be appointed to the Evaluation Committee as necessary and
appropriate, but the total number of persons committee shall not exceed five (5) persons. Committee appointments shall
be in writing and shall briefly describe the scope of the project and, if necessary, the primary disciplines required to
accomplish the project in order to assist the committee in developing a list of firms that might best accomplish the work
required. Committee membership and project requirements will vary from project to project. Therefore, a firm rated
number one for one project could be considered not qualified or ranked lower on another project.
1.4 EVALUATION PROCESS.
While Jefferson County appreciates a brief, straight-forward, and concise reply; Respondent must fully understand that the
evaluation is based on the information provided. Accuracy and completeness are essential. Omissions, ambiguous, and
equivocal statements may be construed against the respondent. The RFQ response may be incorporated into any contract
which results from this RFQ, and vendor(s) are cautioned not to make claims or statements it is not prepared to commit to
contractually. Failure of the vendor to meet such claims will result in a requirement that the vendor provide resources
necessary to meet submitted claims.
The Jefferson County Purchasing Department may initiate discussions with selected vendors; however, discussions
may not be initiated by vendors.
(RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center
PAGE 2 OF 42
The Jefferson County Purchasing Department expects to conduct discussions with vendor’s representatives authorized to
contractually obligate the vendor with an offer. Vendors shall not contact any Jefferson County personnel during the RFQ
process without the express permission from the Jefferson County Purchasing Agent. The Purchasing Agent will disqualify
any vendor who has made site visits, contacted Jefferson County personnel, or distributed any literature without
authorization from the Jefferson County Purchasing Department.
All correspondence relating to this RFQ, from advertisement to award shall be sent to the Jefferson County Purchasing
Department. All presentations and/or meetings between Jefferson County and the vendor relating to this RFQ shall be
coordinated by the Jefferson County Purchasing Department.
Selected vendors may be expected to make a presentation/product demonstration to an Evaluation Committee. Proposals,
vendor presentations, and product/service evaluations may develop into negotiating sessions with the vendor(s) as selected
by the Evaluation Committee. Jefferson County expects to conduct negotiations with vendor representatives authorized to
contractually obligate the vendor with an offer. If vendor is unable to agree to contract terms and conditions, Jefferson
County reserves the right to terminate contract negotiations with that vendor and initiate negotiations with another vendor.
In addition to a presentation, visits by the Evaluation Committee to representative vendor client sites may be conducted
where the proposed solution can be demonstrated in a production environment.
1.5 ARCHITECTURE FIRM’s SERVICES.
A. A description of services that may be utilized under this RFQ includes:
1. Evaluate the County’s architectural needs for a facility redesign.
2. Create a schematic design of the redesigned facility.
3. Provide bid phase services.
4. Provide construction administration services.
1.6 LAWS AND REGULATIONS.
A. The Architectural Firm(s) must comply with all laws, ordinances, and rules and regulations which govern the work
specified in this contract.
1.7 INSURANCE.
The contractor (including any and all subcontractors as defined in Section 8.1.3 below) shall, at all times during the term of this
contract, maintain insurance coverages with not less than the type and requirements shown below. Such insurance is to be
provided at the sole cost of the contractor. These requirements do not establish limits of the contractor’s liability.
All policies of insurance shall waive all rights of subrogation against the County, its officers, employees and agents; a copy of
the policy wording or endorsement is required.
Contractor shall furnish Jefferson County with Certificate of Insurance naming Jefferson County as additional insured and will
provide the actual policy wording or endorsement showing as such.
All insurance must be written by an insurer licensed to conduct business in the State of Texas.
Minimum Insurance Requirements:
Public Liability, including Products & Completed Operations $1,000,000
Excess Liability
$1,000,000
Property Insurance (policy below that is applicable to this project):
Improvements & Betterments Policy: Improvements/Remodeling (for Lease Tenants)
Builder’s Risk Policy: Structural Coverage for Construction Projects
Installation Floater Policy: Improvements/Alterations to Existing Structure
Workers’ Compensation
Statutory Coverage (See Section 1.8 Below)
1.8 WORKER’S COMPENSATION INSURANCE.
1.8.1 Definitions:
(RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center
PAGE 3 OF 42
1.8.1.1 Certificate of coverage (“Certificate”) A copy of a certificate of insurance, a certificate of authority to
self-insure issued by the commission, or a coverage agreement, DWC-81, DWC-82, DWC-83, or DWC-84 showing
statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a
project, for the duration of the project.
1.8.1.2 Duration of the project Includes the time from the beginning of the work on the project until the
contractor’s/person’s work on the project has been completed and accepted by the governmental entity.
1.8.1.3 Persons providing services on the project (“subcontractor”) in article 406.096 Includes all persons or
entities performing all or part of the services under the contractor has undertaken to perform on the project,
regardless of whether that person contracted directly with the contractor and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractor, leasing companies, motor
carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. “Services” includes, without limitation, providing, hauling or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. “Services” does not include
activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable
toilets.
1.8.2 The Contractor shall provide coverage, based on proper reporting of classification code and payroll amounts and filing any
coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
1.8.3 The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract
refer to Section 1.7 above.
1.8.4 If the coverage period shown on the Contractor’s current certificate of coverage ends during the duration of the project,
the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental
entity showing that coverage has been extended.
1.8.5 The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity:
1.8.5.1
A certificate of coverage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of coverage showing coverage for all persons providing services on the project;
and
1.8.5.2 No later than seven (7) days after receipt by the Contractor, a new certificate of coverage showing extension
of coverage, if the coverage period shown on the current certificate ends during the duration of the project.
1.8.6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one (1) year
thereafter.
1.8.7 The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days
after the contractor knew or should have known, of any change that materially affects the provision of coverage of any
person providing services on the project.
1.8.8 The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas
Department of Workers’ Compensation, informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and report lack of coverage.
1.8.9 The Contractor shall contractually require each person with whom it contracts to provide services on a project
to:
1.8.9.1 Provide coverage, based on reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all its employees providing services on the project, for the
duration of the project.
(RFQ 23-061/MR) Architectural Services for Redesign of Jefferson County Diversion Center
PAGE 4 OF 42
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.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Information Type RFP Status Issued Number PURCH 2324-4 (Instructional Supplies, Materials and

Aldine School District

Bid Due: 5/31/2024

Open Enrollment Hospital Services Solicitation ID: 320-21-00176 | Due Date: 5/31/2024 | Due

State Government of Texas

Bid Due: 5/31/2024

Open Enrollment for Medical Consultant Services Solicitation ID: 3202300048 | Due Date: 4/29/2024

State Government of Texas

Bid Due: 4/29/2024

Open Enrollment for Self-Employment Services Solicitation ID: 3202300134 | Due Date: 10/31/2024 |

State Government of Texas

Bid Due: 10/31/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.