city of houston revised 2/9/17 residential home … - request for... · enterprises, and small...

29
REVISED 2/9/17 Date Issued: January 27, 2017 Pre-Submission Conference: February 13, 2017 @ 1:30 P.M Strategic Procurement Division 900 Bagby St., Conference Room 1 Houston, TX 77002 Pre-Submission Questions Deadline: February 17, 2017 @ 4:00 P.M Solicitation Due Date: February 23, 2017 @ 4:00 P.M., CST Solicitation Contact Person: Yesenia Chuca [email protected] 832-393-8727 Project Summary: This RFQ is for the provision of pre-qualifying and evaluating professional residential home elevation service contractors in support of the Flood Mitigation Assistance Grant Program (FMA). NIGP Code: 910-05 MWBE Goal: 21% Kelly Dowe, Acting Chief Procurement Officer 1/27/2017 Date CITY OF HOUSTON REQUEST FOR QUALIFICATION (RFQ) RESIDENTIAL HOME ELEVATION SERVICES SOLICITATION NO.: S63-Q26139

Upload: others

Post on 20-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

REVISED 2/9/17

Date Issued: January 27, 2017

Pre-Submission Conference: February 13, 2017 @ 1:30 P.M Strategic Procurement Division 900 Bagby St., Conference Room 1 Houston, TX 77002

Pre-Submission Questions Deadline:

February 17, 2017 @ 4:00 P.M

Solicitation Due Date:

February 23, 2017 @ 4:00 P.M., CST

Solicitation Contact Person:

Yesenia Chuca [email protected] 832-393-8727

Project Summary: This RFQ is for the provision of pre-qualifying and evaluating professional

residential home elevation service contractors in support of the Flood Mitigation Assistance Grant Program (FMA).

NIGP Code: 910-05 MWBE Goal: 21%

Kelly Dowe, Acting Chief Procurement Officer

1/27/2017

Date

CITY OF HOUSTON REQUEST FOR QUALIFICATION (RFQ)

RESIDENTIAL HOME ELEVATION SERVICES SOLICITATION NO.: S63-Q26139

Page 2: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 2 of 29

TABLE OF CONTENTS

PART I – GENERAL INFORMATION... ...................................................................................................... 4 A. Overview... ............................................................................................................................... 4 B. Minimum Qualifications ............................................................................................................ 4 C. Schedule ................................................................................................................................. 4 D. Solicitation Schedule ............................................................................................................... 4 PART II – SCOPE OF WORK / TECHNICAL SPECIFICATIONS .. ............................................................ 5 A. Summary... .............................................................................................................................. 5 B. Project Summary ..................................................................................................................... 5 C. Scope of Services .................................................................................................................... 7 D. Description of Services and Special Conditions ....................................................................... 7 E. Allowable Elevation Related Costs for Construction ................................................................. 7 F. Non-Eligible Elevation Related Costs for Construction ............................................................. 8 G. Written Work Authorization ...................................................................................................... 9 H. Work Schedule ........................................................................................................................ 9 I. Evaluation of Proposers .......................................................................................................... 10 J. Minimum Qualifications .......................................................................................................... 10 K. Qualifier’s Responsibility ........................................................................................................ 11 L. Compensation ........................................................................................................................ 11 M. Reference Check .................................................................................................................. 12 N. Contract and Terms ............................................................................................................... 12 O. Evaluation Criteria ................................................................................................................. 12 P. Required Contractor Information ............................................................................................ 13 Q. Scoring Criteria ...................................................................................................................... 15 PART III – SUBMISSION OF RESPONSE ................................................................................................ 16 A. Instructions for Submission... ................................................................................................. 16 B. Submission Requirements ..................................................................................................... 16 PART IV – SPECIAL CONDITIONS .......................................................................................................... 18 A. No Contact Period ... .............................................................................................................. 18 B. Equal Opportunity Employment ............................................................................................. 18 C. Protests ................................................................................................................................. 18 PART V – INSTRUCTIONS TO RESPONDENTS ..................................................................................... 19 A. Pre-Submission Conference... ............................................................................................... 19 B. Additional Information and Specification Changes ................................................................. 19

Page 3: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 3 of 29

C. Letter(s) of Clarification .......................................................................................................... 19 D. Examination of Documents and Requirements ...................................................................... 19 E. Exceptions to Terms and Conditions ...................................................................................... 19 F. Post-Submission Discussions with Respondent(s) ................................................................. 20 PART VI – REQUIRED FORMS/DOCUMENTS TO BE SUBMITTED ....................................................... 21 EXHIBIT I – Contractor Submission List Campaign Finance Ordinance ...................................... 22 EXHIBIT II: Affidavit of Ownership and Control... ........................................................................ 25 EXHIBIT III – Conflict of Interest Questionnaire ........................................................................... 28

Page 4: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 4 of 29

PART I – GENERAL INFORMATION A. Overview

The City of Houston (City), Department of Public Works and Engineering is issuing this request for qualifications (RFQ) to procure professional Residential Home Elevation Services in support of the Flood Mitigation Assistance Grant Program (FMA). The City is seeking professional firms to provide comprehensive building elevation services necessary to implement Repetitive Loss (RL) and Severe Repetitive Loss (SRL) projects under the terms and conditions established by this RFQ and the City of Houston. The homes qualified as RL and SRL structures are located in the City of Houston.

B. Minimum Qualifications

All potential respondents must meet the minimum qualifications and qualifier’s responsibility listed in Section II, Scope of Work/Technical Specifications. The potential respondent’s minimum qualifications must be identified and outlined in the respondent’s submission package to the City. Only respondents meeting the minimum qualifications shall be evaluated for professional residential home elevation services by the Flood Mitigation Assistance Grant Program RFQ Evaluation Committee (EC).

C. Schedule

The City may hold interviews for the benefit of clarifying responses for the benefit of the department interest. Respondents shall be prepared to accommodate the schedule requirements throughout the procurement process so as not to unreasonably extend the length of the procurement process. Respondent may be required to provide additional information before the City select responses that best meet the RFQ requirements.

D. Solicitation Schedule

Listed below are the important dates for this Request for Qualification (RFQ).

EVENT DATE Date of RFQ January 27, 2017 Pre-Submission Conference February 13, 2017 Questions from Respondents Due to City February 17, 2017 Submissions Due from Respondents February 23, 2017 Notification of Pre-Qualification (Estimated) March 14, 2017 Contract Start Date (Estimated) April 10, 2017

Page 5: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 5 of 29

PART II – SCOPE OF WORK/TECHNICAL SPECIFICATIONS SUMMARY: The City of Houston (City), Department of Public Works and Engineering is issuing this request for qualifications (RFQ) to procure professional Residential Home Elevation Services in support of the Flood Mitigation Assistance Grant Program (FMA). The City is seeking professional firms to provide comprehensive building elevation services necessary to implement Repetitive Loss (RL) and Severe Repetitive Loss (SRL) projects under the terms and conditions established by this RFQ and the City of Houston. The homes qualified as RL and SRL structures are located in the City of Houston. PROJECT SUMMARY: The Flood Mitigation Assistance Grant Program (FMA) is a long-term Federal flood hazard mitigation program, administered by the Federal Emergency Management Agency (FEMA) and the Texas Water Development Board (TWDB). The Flood Mitigation Assistance Grant Program was authorized by the Bunning-Bereuter-Blumenauer Flood Insurance Reform Act of 2004, which amended the National Flood Insurance Act of 1968, to provide funding to reduce or eliminate the long-term risk of repetitive flood damage to repetitive loss (RL) and severe repetitive loss SRL structures insured under the National Flood Insurance Program (NFIP). Elevation of a flood prone structure is one of the most common and effective mitigation measures used to prevent further damages from flooding. The overall objective of elevation is to raise the height of the lowest floor of the structure so that it meets the required level of protection based on flood zone data for the specific location. When a structure is properly elevated, the living area (lowest floor of the structure) will be above the 1% chance flood event flood level, such as the 100 year flood. As an applicant on a FEMA awarded Flood Mitigation Assistance (FMA) Home Elevation Grant, the Texas Water Development Board (TWDB) has agreed to reimburse the City of Houston, as sub-applicant, up to $14,846,975.92 for the elevation of 42 pre-selected homes. Depending on the National Flood Insurance Program loss history of each property at the time of the grant application, participating homeowners will be awarded between 75% and 100% of eligible home elevation project costs. During the elevation process, the contractor will submit its invoices directly to the City of Houston for payment and the City will make payments directly to the contractor on the homeowner’s behalf. The City will set up an account for receiving the grant funds and will pay the contractors as stipulated in their agreed payment plan in coordination with stages of completion of work. Payments will be made based on a pre-established draw (bench mark schedule). Prior to starting this work, the contractors will go through proper City permitting procedures. The City of Houston staff will oversee the work and approve completion. Additionally, City Inspectors will confirm compliance with permitted plans, the City’s Code of Ordinances and adopted building codes. The City will administer the grant on behalf of the forty-two (42) participating homeowners. The City will assist the homeowners in identifying qualified, technically competent contractors from which to choose. The contractors will be required to prepare and submit detailed engineering and architectural drawings prepared by State of Texas licensed professionals for each elevation project. City of Houston will approve these plans, prior to the commencement of the work. The permitting and inspection process will ensure all elements of work are compliant. Elevating these homes 12-inches above Base Flood Elevation (BFE) will provide flood protection. The threat identified is flood, which is being addressed by elevating the homes 12-inches (1- foot) above Base Flood Elevation (BFE). It should be noted that a storm event well in excess of the 100-year event could result in damages to these elevated structures. The City’s higher standards regarding floodplain fill mitigation and no impact to floodplain conveyance will be required to be upheld through the permitting process. These projects will not negatively impact surrounding properties or the watershed as a whole.

Page 6: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 6 of 29

The City will ensure that the Federal Emergency Management Agency (FEMA) guidance on elevation of homes is strictly followed in the implementation of this elevation project. The City will assist the homeowner in the selection of an elevation contractor. The contractor will develop engineering plans specific to the elevation of each home. Permits from the Floodplain Management and Code Enforcement will be secured for the elevation work. Homeowners will be temporarily displaced during the elevation process so reasonable living expenses will be provided. Utilities will be disconnected, as needed, vegetation will be cleared, and excavation around and under the building will be completed in preparation for the lift. While the house is lifted, temporary cribbing will be put in place, compliant foundation will be constructed (likely piers and pilings), and the home will be set on new foundation. Elevation Certificates will be required before and immediately after the lift to verify elevation requirements and upon completion of the project to ensure compliance with the City’s local floodplain ordinance. After removing the temporary cribbing, ingress/regress will be established, utilities will be reconnected, certificate of compliance permit will be obtained, and the owner will move back into the elevated structure. More specifics on the elevation techniques are as follows: Using proven technology and a leading industry contractor, each slab on grade home will be elevated using industry approved technology. At a minimum, FEMA requires structural elevation projects to be designed in accordance with NFIP standards in 44 CFR Part 60 and ASCE 24-14, or latest editions or its equivalent. The elevation foundation will be anchored to prevent flotation, collapse and lateral movement according to the City’s floodplain management ordinance. Once the home is elevated, additional work will be required to line up steps to exterior doors, exterior brick work, and interior work such as floor and sheetrock repair. Construction of one (1) grant eligible ADA-compliant access ramp or mechanical lift will be provided on the on the exterior of the residence when an owner or a member of the owner’s family has a permanent disability and a physician’s written certification. The space below the lowest floor will be designed to allow for the entry and exit of floodwaters and finished by applications consistent with the City’s floodplain and building codes as well as the local homeowner’s association rules or deed restrictions. It is the policy of the City to encourage the full participation of Minority and Women-owned Business Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them a full and fair opportunity to compete for City contracts at all levels. The contractor shall comply with the City’s Minority, Women, and Small Business Enterprise (“MWSBE”) program as set out in Chapter 15, Article V of the City of Houston Code of Ordinances. The Contractor shall make good faith efforts to award subcontracts or supply agreements to MWSBEs for at least 21% of the total contract amount as stated in this Agreement. The Contractor acknowledges that it has reviewed the requirements for good faith efforts on file with the City’s Office of Business Opportunity (OBO) and will comply with them. The Flood Elevation Assistance RFQ Evaluation Committee (EC) will review the submitted Statements of Qualifications response packets and upon review will establish an order of ranking of the responding potential service providers based on their response to this RFQ. In order to seek additional information from the Contractor the Evaluation Committee may develop a short list of professional firms to interview for the project(s). Contractors not selected for further consideration will be notified immediately.

Page 7: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 7 of 29

SCOPE OF SERVICES: The City of Houston is seeking building elevation services necessary to implement individual residential Repetitive Loss (RL) and Severe Repetitive Loss (SRL) projects. The following areas of expertise shall be required by the City for the successful implementation and administration of the Flood Mitigation Assistance Grant Program (FMA). The capability of a Contractor to provide expertise in more than one (or all) of the services identified below will be considered favorably in the City’s ranking and selection process. Contractor may subcontract for such services; however, self-performance is preferred. All subcontracting relationships for services shall be disclosed and clearly documented. The elevation services performed must meet:

a. Established TWIA requirements and certifications, if required;

b. City of Houston required Floodplain Elevation Certificates and Permits.

c. 10-year warranty on workmanship and materials;

d. Repair of damage caused to homes during the elevation project. All damages caused by the Contractor to the structure during the elevation project shall be paid for by the Contractor. In no way shall the grant program pay for damages caused by the Contractor to the structure during the elevation project.

DESCRIPTION OF SERVICES AND SPECIAL CONDITIONS: Work described in the Scope of Services section of this RFQ shall be issued by specific written work authorization from the City to the selected Contractor. The Contractor’s written authorization will include a project specific scope of services, a schedule, a list of deliverables, and such other information or special conditions as may be necessary for the work requested. One or more authorizations may be issued under a contract during the contract term. ALLOWABLE ELEVATION RELATED COSTS FOR CONSTRUCTION: GENERAL RULE: ONLY THE DIRECT COSTS ASSOCIATED WITH ELEVATING THE HOUSE ARE ELIGIBLE TO RECEIVE GRANT MONEY. 1. ELIGIBLE PLANNING AND PERMIT COSTS for all types of projects (elevation or relocation of residential properties and flood proofing of commercial properties) include but are not limited to:

a. Costs of preparing plans and specifications and the certifications required.

b. Costs of building permit applications.

c. Costs of completing Elevation Certificates, FEMA Form 086-0-33.

2. ELIGIBLE HOME ELEVATION COSTS include but are not limited to:

a. Engineering services for design, structural feasibility analysis, and cost estimate preparation.

b. Surveying, soil sampling, completion of Elevation Certificate, title search, deed recordation fees, legal and/or permitting fees, project administration, and construction management.

c. Disconnection of all utilities.

d. Building of a foundation so that the lowest floor is at the BFE or higher if required by local ordinance or

Page 8: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 8 of 29

FEMA.

e. Physical elevation of the structure and subsequent lowering and attachment of the structure onto a new foundation.

f. Construction of a floor system that meets minimum building code requirements when the existing floor

system cannot be elevated or is not appropriate for the new foundation.

g. Reconnecting utilities and extending lines and pipes as necessary and elevating all utilities and service equipment (hot water heater, furnace, outlets for electricity, air conditioning, cable, communications etc.).

h. Debris disposal and erosion control.

i. Costs for repair of lawns, landscaping, sidewalks, and driveways if damaged by elevation activities.

j. Construction of a utility room above the BFE only if there is no existing space within the house for this

purpose or there is no alternative cost-effective way to elevate the utilities.

k. Elevation of existing decks, porches, or stairs, if cost effective.

l. Construction of new stairs, landings, and railings to access the elevated living space per minimum code or local ordinance.

m. Construction of ADA-compliant access facilities or ramps when an owner or a member of the owner’s

family has a permanent disability and a physician’s written certification. An ADA- compliant access to ingress/egress is allowable for funding unless specified otherwise in applicable State or local codes (for more information on ADA, see http://www.ada.gov). If ramps are not technically feasible, a mechanical chair lift may be installed.

n. Documented reasonable living expenses (except food and personal transportation) that are incurred

while the owner is displaced by the elevation construction.

o. Abatement of asbestos and lead-based paint.

p. Filling basements with compacted clean fill.

q. A residence with an attached garage may be eligible for certain costs associated with relocating the garage under the elevated house.

r. Where the owner or members of the owner’s family are physically handicapped, certain access

facilities are granted eligible upon written confirmation from a physician. Such facilities may include an access ramp or mechanical lift where ramps are not technically feasible.

NON-ELIGIBLE ELEVATION RELATED COSTS FOR CONSTRUCTION: Construction costs for all items outside the actual elevation of the residence are not eligible. Costs NOT Eligible include but are not limited to costs which are not actual, reasonable and necessary to make property resistant to flood damage and:

a. Elevating structures that were not in compliance with current NFIP standards at the time of construction.

Page 9: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 9 of 29

b. Costs related to building additions or auxiliary structures.

c. Construction of new decks or porches.

d. Any improvements for purely aesthetic reasons, unless required by the EHP compliance review.

e. Costs to replace or repair utility service components that are undersized, inadequately designed, or unsafe, unless required by code (except utility rooms noted as eligible costs).

f. Exterior finish on the exposed foundation of the elevated building, unless required by EHP

compliance review and or local code.

g. Additional landscaping for ornamentation beyond what existed on the site prior to construction of the project (e.g., trees, shrubs).

h. Upgraded driveways, ramps and entryways.

i. Siding, except for siding that was damaged in the elevation process.

j. Repairs, rehabilitation, additions, expansions, or elevation of appurtenances except noted in

eligible costs above.

k. Construction or repair of decks or porches except as noted in the “eligible costs” above.

l. In cases where existing floor systems have been adequately designed or constructed with undersized materials, the homeowner must bear all costs of rehabilitation related to such inadequacies.

m. Where HVAC systems are expanded or increased in size and capacity, the owner shall bear any

such costs beyond the HVAC’s capacity to service the home’s original square footage prior to elevation.

n. Where existing underground utility lines have deteriorated, or if such lines do not meet code

requirements, additional costs to repair such facilities shall not be eligible for grant funding.

o. Replacement of flood damaged floor coverings, wall coverings, appliances, cabinets, etc. are not eligible for grant funding.

WRITTEN WORK AUTHORIZATION: During the term of any contract awarded under this RFQ, the City may request the Contractor to perform certain tasks as described above, subject to a specific written work order authorization. All Work Authorizations shall be in writing, signed by all parties, and shall include a scope of services, a list of tasks to be performed by Contractor, a time schedule, a list of deliverables and such other information or special conditions as may be necessary for the work requested.

Page 10: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 10 of 29

WORK SCHEDULE: It is anticipated that each project will have its own distinctive scope, varying levels of efforts, complexity, and duration, and will thus vary from homeowner to homeowner. Therefore, individual project work schedules will be coordinated between the City of Houston, the homeowner, and the successful contractor. The following is an example of a typical work schedule, but is not a guarantee that a project will take the estimated time: Description of Task Starting

Point Unit of Time Duration Unit of

Time Work Complete By

Architecture Design and Engineering Plans

1 DAYS 5 DAYS Architect/Engineer

Permitting 7 DAYS 5 DAYS Contractor submits plans to the City for review; acquire permits

Pre-Construction Work-Elevation Certificates, Utilities Disconnects

13 DAYS 10 DAYS Contractor

Elevating all structures (based on start time of each structure)

24 DAYS 110 DAYS Elevation Contractor

Final Occupancy 135 DAYS 10 DAYS Contractor Grant Closeout 146 DAYS 10 DAYS City of Houston Estimated total duration of the proposed activity 156 DAYS

EVALUATION OF PROPOSERS: The Flood Mitigation Assistance grant program Home Elevation Services RFQ Evaluation Committee (EC) will review the submitted Statements of Qualifications response packets and upon review will establish an order of ranking of the responding potential service providers based on their response to this RFQ. In order to seek additional information from the Contractor, the Evaluation Committee may develop a short list of professional firms to interview for the project(s). Contractor not selected for further consideration will be notified at the first opportunity. MINIMUM QUALIFICATIONS:

a. Contractor must meet the minimum qualifications listed below. Furthermore, RFQ Contractor that appear unrealistic in terms of technical capability, commitment, that show a lack of technical competence, or that indicate a failure to comprehend the risk and complexity of a potential contract may be rejected.

b. Contractor must have been in business for a minimum of three (3) years or the principals must

have had three (3) years ownership/management experience in a previous company that provided building elevation services.

c. Contractor must have demonstrated experience in providing building elevation services the

categories requested in the Scope of Services.

d. Contractor must provide designs and specifications from a TWIA certified engineer registered as a Professional Engineer (P.E.) in the state of Texas, as required.

e. Contractor must provide a history of building elevation projects.

Page 11: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 11 of 29

f. Contractor must provide proof of bonding capacity of at least $500,000 (letter from a Bonding company highlighting contractor’s Bonding capacity) and outstanding payment, and performance bond or bonds in favor of the homeowner and City of Houston, in the minimum amount of the value of the home elevation project, to be maintained for the duration of the project.

g. Provide a letter from contractor’s bank showing an unused Line of Credit (LOC) or cash on hand

of a minimum of $250,000.

h. Contractor must demonstrate that they will make good faith efforts to meet the advertised MWSBE goal of 21%.

i. At a minimum Contractor will be required to provide to each homeowner for they will complete a

home elevation a written 10/2/1 warranty from third-party warranty provider. This warranty will be 10-years on the structural foundation system, 2-years on the mechanical reconnections, and 1-year on workmanship. Please describe the warranties Contractor will provide.

QUALIFIER'S RESPONSIBILITY The Qualifier must affirmatively demonstrate its responsibility. The Qualifier must also meet the following minimum requirements:

a. Have adequate financial resources or the ability to obtain such resources as required;

b. Be able to comply with all federal, state, and local laws, rules, regulations, ordinances and orders regarding this Request for Qualification;

c. Have a satisfactory record of performance;

d. Have a satisfactory record of integrity and ethics; and

e. Be otherwise qualified and eligible to receive an award.

f. The contractor is encouraged to submit a MWSBE participation plan at the time that a turn-key

pricing for elevation services is presented to the City of Houston. COMPENSATION Selected Contractor(s) will be compensated on a negotiated fee subject to the following draw schedule:

a. Pre-elevation/mobilization – 30% of the total ELEVATION CONTRACT AMOUNT.

b. Raised, ready to set, building department inspections – second 30% of the total ELEVATION CONTRACT AMOUNT.

c. Structure elevated to design height, foundation installed, mechanicals reconnected – 30% of the total ELEVATION CONTRACT AMOUNT.

d. Final Inspection, occupancy certificate, all grant requirements met – 10% of the total ELEVATION COTRACT AMOUNT.

Page 12: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 12 of 29

REFERENCE CHECKS: In order to clarify any response, the Committee may contact references provided in response to this RFQ, contact Contractor’s clients, or solicit information from any available source concerning any aspect of the RFQ or response deemed pertinent to the evaluation process. CONTRACT AND TERMS: The City is seeking qualified contractors to provide the service under this RFQ. The cost of those services is not to exceed the combined total for the 2015 FMA Home Elevation grant award for the base contract term plus all renewal periods, if applicable. The current contract term between the City and the TWDB is thru October 30, 2018. Once the Contractors are selected, they will meet with the homeowner and submit turn-key pricing for individual private residential elevation projects. Contractor will then be selected by the homeowner subject to approval by the City, and a contract will be entered into between the homeowner and contractor, for that eligible FMA elevation construction project. Services provided under any contract resulting from this RFQ will be required on an irregular and as needed basis throughout the FMA Home Elevation Grant contract period. The City will request from TWDB an increase in this amount if additional funds become available. The City, at its own discretion, may extend any contract(s) awarded pursuant to this RFQ for a period necessary to satisfactorily complete an elevation project or projects, subject to terms and conditions mutually agreeable to the homeowner, the contractor, and the City. Any award is contingent upon the successful negotiation of the contract terms and upon approval of the TWDB and City. Only work listed as “eligible work” will be performed under this grant program. Payment to the Contractor for each individual project shall mirror the draw schedule listed in the Compensation Section above. EVALUATION CRITERIA: The award will be made to the responsible Contractors whose qualifications are determined to be the best evaluated offer demonstrating the best ability to fulfill the requirements set forth in this Request for Qualification. Each Contractor, by submitting a packet, agrees that if its submission is accepted by the City, such Contractor will furnish all items and services upon which prices have been tendered and upon the terms and conditions in this RFQ. Contractor shall commence work only after the transmittal of a fully executed contract and after receiving written notification to proceed from City. The Contractor will perform all services indicated in the packet in compliance with this contract. The City reserves the right to accept individual items listed in the RFQ packet, or group items, or on the RFQ packet as a whole; to reject any and all packets; to waive any informality in the packet; and to accept the RFQ packet that appears to be in the best interest of the City. In addition, the selection process may, however, include a request for additional information or an oral presentation to support the written packet contents. The proposed cost to the City will be considered firm, unless the City invokes its right to request a best and final offer and cost cannot be altered after the submission deadline. In determining and evaluating the best packet, the pricing may not necessarily be controlling. Quality, equality, efficiency, utility, general terms, delivery, suitability of the service offered, and the reputation of the service in general use will also be considered with any other relevant items. The City shall be the sole judge in the determination of these matters. The City reserves the right to reject any or all packets in whole or in part received by reason of this RFQ and may discontinue its efforts under this RFQ for any reason or no reason or solely for the City's convenience at any time prior to actual execution of the contract by the City.

Page 13: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 13 of 29

Contractors whose qualifications do not meet the mandatory requirements set forth in this RFQ will be considered noncompliant. The invitation to submit a packet which appears in the newspaper, or other authorized advertising mediums, these general provisions, specifications which follow, the qualification sheets, and any addenda issued are all considered part of the qualification package. Each Contractor, by submitting a packet, agrees that if its submission is accepted by the City, such Contractor will furnish all items and services upon the terms and conditions in this RFQ and contract. Notice of contract award will be made within ninety (90) days of opening of packets to the lowest responsive and responsible contractor, whose qualifications comply with all the requirements in the Request for Qualifications. Contractors shall submit to the City, for approval, within ten (10) days from notice of contract award, all Certificates of Insurance evidencing the required coverage as described under Insurance in the schedule of the Requests for Qualifications. Contractor shall not commence work under the terms and conditions of the contract until all applicable Certificates of Insurance, Performance and Payment Bonds, and Irrevocable Letter of Credit (if required) have been approved by the City and said Contractor has received notice to proceed in writing and an executed copy of the contract from the City. Any Contractor that does not have its Principal place of business in Houston, Texas should involve/retain local contractors to the fullest extent possible and state the percentage of which it will involve/retain local contractors for performance of the contraction services identified herein. REQUIRED CONTRACTOR INFORMATION: Contractor must provide satisfactory evidence of its ability to manage and coordinate the types of activities described in the RFQ Scope of Services and to produce the specified products or services on time. In addition to providing complete information regarding how the Contractor meets/exceeds the minimum qualifications the Contractor must provide the following information formatted in the response as follows (Sections 1 through 6):

1. Qualification of Firm A. Company Narrative The year company was founded, background and history (and parent company, if applicable) and, if incorporated, the state in which the company is incorporated and the date of incorporation. The Contractor’s ownership structure (corporation, partnership, LLC, or sole proprietor) including all wholly owned subsidiaries, affiliated companies, or joint ventures. If Contractor is an affiliate of another company, or has a joint venture or strategic alliance with another company, list companies, please identify the parent company, former parent company's name (if any) percentage of ownership, and the percent of the parent's ownership and total revenue generated by the organization, or revenues recognized by each joint venture partner, as appropriate; location of company headquarters and location of the primary office(s) that will service any contract resulting from this RFQ, in addition to a listing of offices intended to support the contract with city, state, telephone number, email contact address, and total number of personnel at each of these offices. Finally, Contractor shall include documentation showing its authority to conduct business in the State of Texas from the Secretary of State's Office of the State of Texas. B. Justification Why Contractor is qualified to provide the services described in the Scope of Services in this RFQ, focusing on the company's key strengths and advantage to the City to select the Contractor Geographical service area and

Page 14: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 14 of 29

limitations (if any) within City, clearly indicating Contractor primary coverage area and coverage area(s) of any affiliates or subcontractors (if applicable). C. Contractor Logistics/Staffing Profile Names, titles, addresses, telephone numbers, and email addresses of not more than two (2) primary company contacts. Name, address, telephone number, and email address of the Contractor’s point of contact for a contract resulting from this RFQ. Contractor should provide brief resumes for key staff to be responsible for the performance of any contract resulting from this RFQ. The staff profile(s) should describe personnel by discipline and should identify the Texas Professional Engineer(s) who will sign/seal engineering work products.

2. Demonstrated Experience to Perform Building Elevation Services A. Demonstrated Project Experience Contractor will provide a minimum of five (5) project specific references relating to building elevation projects performed in the United States, preferably within the State of Texas, for State, Federal, and/or Local government clients, undertaken since 2004. Contractor shall be asked to provide current contact information. This information shall include:

1. Client names; 2. Project dates (starting and ending) and proposed timelines, change orders, delays etc.; 3. Staff assigned to referenced engagement who will be designated for work associated with this RFQ; 4. Client project manager and owner name, telephone number, fax number, and email address; and 5. Cost breakdown of all elevation services provided as part of the project, and total project cost.

B. Major Sub-Contractor Information In addition to the requirements found in the Scope of Work Section, Contractor must identify any sub- contractors the Contractor intends to utilize in performing work under any contract or work order resulting from this RFQ. The Contractor must indicate whether or not holds any financial interest in any sub-contractor. As a condition of award, an authorized officer or agent of each proposed sub-contractor must sign a statement to the effect that the sub-contractor has read, and shall agree to abide by Contractor’s obligations under any contract awarded pursuant to this RFQ, and must not conduct work activities inconsistent with the goals and objectives of the SRL Elevation Program. C. Litigation History The Contractor must include in its RFQ response a complete disclosure of any alleged or significant contractual failures. In addition, the Contractor must disclose any civil or criminal litigation or investigation pending over the last three (3) years that involves the Contractor or in which has been judged guilty or liable. Failure to comply with the terms of this provision may disqualify any Contractor. The RFQ response may be rejected based upon Contractor’s prior history with any Federal Agency, the State of Texas, City, or with any other party that demonstrates, without limitation, unsatisfactory performance, adversarial or contentious demeanor, or significant failure(s) to meet contractual obligations. Contractor shall inform City of Houston if it or any potential sub-consultant is currently or has ever been listed on the federal debarred list. If the Contractor or potential sub-consultant is currently, or has ever been suspended, Contractor must provide an explanation and current status of any pending resolution to the circumstances.

3. Contractor is to Furnish Proof of Ability to Provide Building Elevation Services at Project Sites with the City of Houston.

A. Example of Projects:

Page 15: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 15 of 29

1. Description of Project (size structure, etc.) 2. Location of Project 3. Scope of Services rendered - description 4. Proof of job completion and met all requirements 5. Proof of Equipment required 6. Staffing/Labor force B. Any Local, State or National awards the Contractor has received as a result of their project designs, project

management, project implementation or other innovative approaches to successful project completion.

SCORING CRITERIA RFQ Responses shall be consistently evaluated and scored in accordance with the above criteria and scored according to the table below: Items Scope of

Qualification 1. Qualifications of Firm. 35%

2. Demonstrated experience to perform building elevation services as requested in the Scope of Services. 40%

3. Proof of Ability to provide building elevation services at project sites within City of Houston. 25%

Total 100%

Page 16: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 16 of 29

PART III – SUBMISSION OF RESPONSES

A. Instructions for Submission

1. Number of Copies. Please submit one (1) original signed in BLUE ink and six (6) copies of the submission, and additional seven (7) non-password protected electronic thumb drives, bearing the assigned Solicitation Number, located on the first page of the RFQ document to: City Secretary’s Office City Hall Annex, Public Level 900 Bagby Street Houston, Texas 77002 The City of Houston shall bear no responsibility for submitting responses on behalf of any Respondent. Respondent(s) may submit their submission to the Strategic Procurement Division any time prior to the stated deadline.

2. Time for submission. Submissions shall be submitted no later than the date and time indicated for

submission in this RFQ. Late submittals will not be considered and will be returned unopened. 3. Format. Submission should be left-bound with information on both sides of the page when appropriate.

Material should be organized following the order of the submission requirements separated by labeled tabs. Expensive paper and bindings are discouraged since no materials will be returned.

4. Complete submission. Respondents are advised to carefully review all the requirements and submit all

documents and information as indicated in this RFQ. Incomplete submissions may lead to a submission being deemed non responsive. Non-responsive submissions will not be considered.

5. Packaging and Labeling. The outside wrapping/envelope shall clearly indicate the RFQ Title and date

and time for submission. It shall also indicate the name of the respondent. All other submission requirements shall be included with the Scope of Work/Technical Proposal.

6. Timely delivery of Submissions. The Submittal, including the Technical Submittal, must be delivered by

hand or sent to the City of Houston, Strategic Procurement Division through U.S. Mail or other available courier services to the address shown on the cover sheet of this RFQ. Include the RFQ number on any package delivered or sent to the Strategic Procurement Division and on any correspondence related to the Submittal. If using an express delivery service, the package must be delivered to the designated building. Packages delivered by express mail services to other locations might not be re-delivered in time to be considered.

7. Late Submissions. The respondent remains responsible for ensuring that its Submission is received at

the time, date, place, and office specified. The City assumes no responsibility for any Submission not so received, regardless of whether the delay is caused by the U.S. Postal Service, the courier delivery service, or some other act or circumstance.

B. Submission Requirements

The City is requesting qualified respondents to submit their response. The respondent must submit the following information/documents:

1. Cover letter: The cover letter shall be signed by an authorized representative of the Respondent. The letter should indicate the Respondent’s commitment to provide the services submitted.

Page 17: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 17 of 29

2. Executive Summary: Respondent must provide an Executive Summary which explains its understanding of the overall purpose of the SRL program.

3. Management Plan: Respondent must provide a proposed management plan to manage quality and timely completion of work.

4. Minimum Qualifications: Respondent must meet and demonstrate the minimum qualifications and qualifier’s responsibility as outlined in the Section II, Scope of Work/Technical Specifications. Note: Only the responses that demonstrate/meet the minimum qualifications and qualifier’s responsibilities will be evaluated based on the criteria set forth in Section II.

5. Qualification of Firm: Respondent must provide, as outlined in Section II, Scope of Work/Technical Specifications; a company narrative, justification as to why the respondent is qualified to provide the services described, and contractor logistics/staffing profile.

6. Demonstrated Experience to Perform Building Elevation Services: Respondent must provide, as

outlined in Section II, Scope of Work/Technical Specifications; demonstrated project experience, major sub-contractor information, and litigation history.

7. Proof of Ability to Provide Building Elevation Services at Project Sites with the City of Houston: Respondent must provide, as outlined in Section II, Scope of Work/Technical Specifications; examples of projects and awards received.

8. Financial Information: Upon request, the respondent must provide audited financial statements or Federal Tax Forms Filed to the Internal Revenue Service (IRS) for the past two fiscal years. At a minimum, include the letter of opinion, balance sheet, schedules, and related auditor’s notes within ten (10) working days upon receipt of request.

9. Forms: Complete all forms in Section VI, Required for /Documents to be submitted as appropriate.

Page 18: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 18 of 29

PART IV – SPECIAL CONDITIONS A. No Contact Period

Neither Respondent(s) nor any person acting on Respondent(s)'s behalf shall attempt to influence the outcome of the award by the offer, presentation or promise of gratuities, favors, or anything of value to any appointed or elected official or employee of the City of Houston, their families or staff members. All inquiries regarding the solicitation are to be directed to the designated City Representative identified on the first page of the solicitation. Upon issuance of the solicitation through the pre-award phase and up to the date the City Secretary publicly posts notice of any City Council agenda containing the applicable award, aside from bidder's formal response to the solicitation, through the pre-award phase, written requests for clarification during the period officially designated for such purpose by the City Representative, neither Respondent(s) nor persons acting on their behalf shall communicate with any appointed or elected official or employee of the City of Houston, their families or staff through written or oral means in an attempt to persuade or influence the outcome of the award or to obtain or deliver information intended to or which could reasonably result in an advantage to any bidder. However, nothing in this paragraph shall prevent a bidder from making public statements to the City Council convened for a regularly scheduled session after the official selection has been made and placed on the City Council agenda for action, or to a City Council committee convened to discuss a recommendation regarding the solicitation.

B. Equal Opportunity Employment

The City of Houston Ordinance Section 15-17 establishes Equal Employment Opportunity Contract Compliance requirements for all City of Houston contracts involving the expenditure of Fifty Thousand Dollars ($50,000) or more. Any contract for services that results from this RFQ will provide that the failure to carry out the requirements set forth in the City of Houston Equal Employment Opportunity Program shall constitute a breach of contract and may result in termination of the agreement or contract. In addition, the City may take any such additional remedy as deemed appropriate. It is the policy of the City to encourage the full participation of Minority and Women-owned Business Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them a full and fair opportunity to compete for City contracts at all levels. Contractor shall make good faith efforts to award subcontracts or supply agreements to MWSBEs for at least 21% of the total contract amount as stated in this Agreement. Contractor acknowledges that it has reviewed the requirements for good faith efforts on file with the City’s Office of Business Opportunity (OBO) and will comply with them.

C. Protests

Protests should be filed in accordance with the City of Houston Administrative Policy (A.P. No. 5-12) http://www.houstontx.gov/policies/administrative_policies.html

Page 19: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 19 of 29

PART V – INSTRUCTIONS TO RESPONDENTS A. Pre-Submission Conference

A Pre-Submission Conference will be held at the date, time, and location as indicated on the first page of the RFQ document. Interested Respondent(s) should plan to attend. It will be assumed that potential Respondent(s) attending this meeting have reviewed the RFQ in detail, and are prepared to bring up any substantive questions not already addressed by the City.

B. Additional Information and Specification Changes

Requests for additional information and questions should be addressed to the Finance Department, Strategic Procurement Division Buyer Yesenia Chuca, 832-393-8727, fax 832-393-8759, or email (preferred method to) [email protected] no later than 4:00 P.M., CST February 17, 2017. The City of Houston shall provide written responses to all questions received in writing before the submittal deadline. Questions received from all Respondent(s) shall be answered and sent to all Respondent(s) who are listed as having obtained the RFQ. Respondent(s) shall be notified in writing of any changes in the specifications contained in this RFQ.

C. Letter(s) of Clarification

1. All Letters of Clarification and interpretations to this Solicitation shall be in writing. Any Letter of Clarification(s) or interpretation that is not in writing shall not legally bind the City of Houston. Only information supplied by the City of Houston in writing or in this RFQ should be used in preparing Submission responses.

2. The City does not assume responsibility for the receipt of any Letters of Clarification sent to

Respondent(s). D. Examination of Documents and Requirements

1. Each Respondent shall carefully examine all RFQ documents and thoroughly familiarize themselves with all requirements prior to submitting a Submission to ensure that the Submission meets the intent of this RFQ.

1. Before submitting a Submission, each Respondent shall be responsible for making all investigations

and examinations that are necessary to ascertain conditions and affecting the requirements of this RFQ. Failure to make such investigations and examinations shall not relieve the Respondent from obligation to comply, in every detail, with all provisions and requirements of the RFQ.

E. Exceptions to Terms and Conditions

1. All exceptions included with the Submission shall be submitted in a clearly identified separate section of the Submission in which the Respondent clearly cites the specific paragraphs within the RFQ where the Exceptions occur. Any Exceptions not included in such a section shall be without force and effect in any resulting contract unless such Exception is specifically referenced by the City Purchasing Agent, City Attorney, Director(s) or designee in a written statement. The Respondent’s preprinted or standard terms will not be considered by the City as a part of any resulting contract.

2. All Exceptions that are contained in the Submission may negatively affect the City’s Submission

evaluation based on the evaluation criteria as stated in the RFQ, or result in possible rejection of Submission.

Page 20: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 20 of 29

F. Post-Submission Discussions with Respondent(s)

It is the City’s intent to commence final negotiation with the Respondent(s) deemed most advantageous to the City. The City reserves the right to conduct post-Submission discussions with any Respondent(s).

Page 21: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 21 of 29

PART VI – REQUIRED FORMS TO BE SUBMITTED WITH SUBMISSION

A. Contractor Submission List Campaign Finance Ordinance (Exhibit I)

B. Affidavit of Ownership or Control (Exhibit II)

C. Conflict of Interest Questionnaire (Exhibit III)

Page 22: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 22 of 29

EXHIBIT I [Short Project Name] CONTRACTOR SUBMISSION LIST Project No. [GFS/CIP/AIP/File No.] CAMPAIGN FINANCE ORDINANCE

Document 00452 Form A

CONTRACTOR SUBMISSION LIST CITY OF HOUSTON FAIR CAMPAIGN ORDINANCE

By submitting a bid or proposal to the City of Houston for a Contract in excess of $50,000 or for which a request is presented to City Council for approval, all respondents agree to comply with Chapter 18 of the Code of Ordinances. Pursuant to Section 18-36 of the Code of Ordinances, it is unlawful either for any contractor to contribute or offer any contribution to a candidate, or for any candidate to solicit or accept any contribution from a contractor for a period commencing at the time of posting of the City Council Meeting Agenda including an item for the award of the Contract and ending upon the 30th day after the award of the Contract by City Council, or a determination by City Council of the Mayor that the contract will not be awarded to a contractor. The term “contractor” means any person who has received the award of a contract, has submitted a bid or proposal in any form for the award of a contract, or has been proposed to be awarded the contract in an item placed upon the City Council agenda, including any other person who seeks the award of the contract and is contesting, appealing, or protesting the award of the contract as proposed. This list is submitted under the provisions of Section 18-36(b) of the City of Houston Code of Ordinances in connection with the attached Bid/Proposal of:

Firm or Company Name: Firm or Company Address:

The firm/company is organized as indicated below. Check one as applicable and attach additional pages if needed to supply the required names and addresses. [ ] SOLE PROPRIETOR

Name Proprietor Address

[ ] A PARTNERSHIP

LIST EACH PARTNER HAVING EQUITY INTEREST OF 10% OR MORE OF PARTNERSHIP (IF NONE STATE “NONE”)

Name

Partner Address

Name Partner Address

[ ] A LIMITED LIABILITY COMPANY

Page 23: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 23 of 29

LIST EACH MEMBER OR MANAGER (IF NO MEMBERS) HAVING EQUITY INTEREST OF 10% OR MORE IN THE LIMITED LIABILITY COMPANY (IF NONE, STATE “NONE”)

Name

Member/Manager Address

Name Member/Manager Address

Name

Member/Manager Address [ ] A CORPORATION

LIST ALL DIRECTORS OF THE CORPORATION (IF NONE STATE “NONE”)

Name Director Address

Name

Director Address

Name Director Address

LIST ALL OFFICERS OF THE CORPORATION (IF NONE STATE “NONE”) Name

Officer Address Name

Officer Address Name

Officer Address

LIST ALL INDIVIDUALS OWNING 10% OR MORE OF OUTSTANDING SHARES OF STOCK OF THE CORPORATION (IF NONE STATE “NONE”)

Name

Owner Address Name

Owner Address Name

Owner Address

Page 24: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 24 of 29

I certify that I am duly authorized to submit this list on behalf of the firm, that I am associated with the firm in the capacity noted below, and that I have knowledge of the accuracy of the information provided herein.

Signature

Printed Name

Title

Note: This list constitutes a government record as defined by § 37.01 of the Texas Penal Code.

END OF DOCUMENT

Page 25: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 25 of 29

EXHIBIT II: [Short Project Name] AFFIDAVIT OF WBS No. [WBS No.] OWNERSHIP OR CONTROL ORIG. DEPT.: [DEPARTMENT] FILE/I.D. NO.: [WBS NO.] INSTRUCTION: ENTITIES USING AN ASSUMED NAME SHOULD DISCLOSE THAT FACT TO AVOID REJECTION OF THIS AFFIDAVIT. THE FOLLOWING FORMAT IS RECOMMENDED: CORPORATE/LEGAL NAME DBA ASSUMED NAME. STATE OF § § AFFIDAVIT OF OWNERSHIP OR CONTROL COUNTY OF § BEFORE ME, the undersigned authority, on this day personally appeared [FULL NAME] (the “Affiant”), [STATE TITLE/CAPACITY WITH CONTRACTING ENTITY] of [CONTRACTING ENTITY’S CORPORATE/LEGAL NAME] (”Contracting Entity”), who being by me duly sworn on oath stated as follows:

1. Affiant is authorized to give this affidavit and has personal knowledge of the facts and matters herein stated.

2. Contracting Entity seeks to do business with the City in connection with [DESCRIBE PROJECT OR MATTER] which is expected to be in an amount that exceeds $50,000.

3. The following information is submitted in connection with the proposal, submission or bid of Contracting Entity in connection with the above described project or matter.

4. Contracting Entity is organized as a business entity as noted below (check box as applicable).

FOR PROFIT ENTITY: NON-PROFIT ENTITY:

[ ] SOLE PROPRIETORSHIP [ ] NON-PROFIT CORPORATION [ ] CORPORATION [ ] UNINCORPORATED ASSOCIATION [ ] PARTNERSHIP [ ] LIMITED PARTNERSHIP [ ] JOINT VENTURE [ ] LIMITED LIABILITY COMPANY [ ] OTHER (Specify type in space below)

5. The information shown below is true and correct for the Contracting Entity; and

6. All owners of 10% or more of the Contracting Entity and, where the Contracting Entity is a non-profit entity, the required information has been shown for each officer, i.e., president, vice-president, secretary, treasurer, etc. [NOTE: IN ALL CASES, USE FULL NAMES, LOCAL BUSINESS AND RESIDENCE ADDRESSES AND TELEPHONE NUMBERS. DO NOT USE POST

Page 26: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 26 of 29

OFFICE BOXES FOR ANY ADDRESS. INCLUSION OF E-MAIL ADDRESSES IS OPTIONAL, BUT RECOMMENDED. ATTACH ADDITIONAL SHEETS AS NEEDED.]

Contracting Entity

Name:

Business Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number ( )

Email Address [OPTIONAL]

Residence Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number ( )

Email Address [OPTIONAL]

10% Owner(s) or More (IF NONE, STATE “NONE.”)

Name:

Business Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number ( )

Email Address [OPTIONAL]

Residence Address [NO./STREET]

[CITY/STATE/ZIP CODE]

Telephone Number ( )

Email Address [OPTIONAL]

7. Optional Information

Contracting Entity and/or [NAME OF OWNER OR NON-PROFIT OFFICER] is actively protesting, challenging or appealing the accuracy and/or amount of taxes levied against [CONTRACTING ENTITY, OWNER OR NON-PROFIT OFFICER] as follows:

Name of Debtor:

Tax Account Nos.

Case or File Nos.

Attorney/Agent Name

Page 27: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 27 of 29

Attorney/Agent Phone No. ( )

Tax Years

Status of Appeal [DESCRIBE]

Affiant certifies that he or she is duly authorized to submit the above information on behalf of the Contracting Entity, that Affiant is associated with the Contracting Entity in the capacity noted above and has personal knowledge of the accuracy of the information provided herein, and that the information provided herein is true and correct to the best of Affiant’s knowledge and belief.

Affiant

SWORN TO AND SUBSCRIBED before me this day of , 20 . (Seal)

Notary Public

NOTE: This affidavit constitutes a government record as defined by Section 37.01 of the Texas Penal Code. Submission of a false government record is punishable as provided in Section 37.10 of the Texas Penal Code. Attach additional pages if needed to supply the required names and addresses.

Page 28: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 28 of 29

EXHIBIT III CONFLICT OF INTEREST QUESTIONNAIRE

CONFLICT OF INTEREST QUESTIONNAIRE: Chapter 176.006 of the Local Government Code (“the code”) requires a Vendor/Contractor to file a Conflict of Interest Questionnaire (CIQ) with the City. NOTE: Vendors/Contractors or Agents should not complete the CIQ if a conflict, as described below, does not exist. Only Vendors/Contractors or Agents that actually have a conflict, as described below, must file a CIQ. Who must file a CIQ? A Vendor/Contractor or Agent of a Vendor/Contractor does not have to file a CIQ unless they intend to enter or is considering entering into a contract with the City or:

1. has an employment or other business relationship with the Local Government Officer/Family Member; or

2. has given the Local Government Officer/Family Member one or more gifts with the aggregate value exceeding $250.00.

When must the Vendor/Contractor or Agent file a CIQ? The completed CIQ must be filed with the City Purchasing Agent not later than the 7th business day after the date the Vendor/Contractor or Agent:

1. begins discussions or negotiations to enter into a contract with the City; 2. submits an application to the City in response to a request for proposals or bids, correspondence, or

any other writing related to a potential contract with the City; 3. becomes aware of an employment or other business relations with the Local Government

Officer/Family Member; 4. becomes aware that he/she has given one or more gifts to the Local Government Officer/Family

Member that exceeds $250.00; or 5. an event that would make the CIQ incomplete or inaccurate.

What is a business relationship? Under Chapter 176, business relationship means a connection between two or more parties based on the commercial activity of one of the parties. The term does not include:

1. a transaction that is subject to a rate or fee regulation by a governmental entity; 2. a transaction conducted at a price and subject to terms available to the public; or 3. a purchase or lease of goods or services from a person who is chartered by a state or federal agency

and is subject to regular examination and reporting to that agency. The Conflict of Interest Questionnaire is available for downloading from the Texas Ethics Commission’s website at http://www.ethics.state.tx.us/forms/CIQ.pdf . The Original Conflict of Interest Questionnaire shall be filed with the Administration and Regulatory Affairs Department’s Record Administration Vendors and Contractors required to file shall include a copy of the form as part of the Submittal package. Any questions about filling out this form should be directed to your attorney.

Page 29: CITY OF HOUSTON REVISED 2/9/17 RESIDENTIAL HOME … - Request for... · Enterprises, and Small Business Enterprises in all phases of its procurement activities and to afford them

Page 29 of 29

EXHIBIT III CONFLICT OF INTEREST QUESTIONNAIRE