Request for Qualifications: City of Port Arthur Main Wastewater Treatment Plant and Main Outfall Lift Station Construction Phase Services

Freese and Nichols, Inc. (FNI) is working with the City of Port Arthur to provide construction management/inspection services for the Main Wastewater Treatment Plant and Main Outfall Lift Station Improvements project. As part of this work, FNI requires support from qualified subconsultants for the following: (1) general civil engineering construction phase services, (2) construction materials testing and (3) field survey and SUE investigation services. The general work scope for each item is described below.

  • General Description of Civil Engineering Construction Phase Services Work Scope: Civil consultant to provide civil engineering construction phase services including attendance at progress meetings, review of contractor’s submittals and RFIs related to miscellaneous civil and process mechanical components, and construction inspection services.  Construction inspector to serve as on-site representative to observe work completed by the contractor on the Main Outfall Lift Station, Primary and Final Clarifiers including sludge pump stations, Scum Pump Station, Final Clarifier Effluent Lift Station, Chlorine Contact Basins, Non-Potable Water Pump System, Chemical Feed Improvements, and Site Civil Improvements.  Inspector to ensure plans and specifications are followed and quality of work is maintained. Construction inspector should be able to provide direction and answers to day-to-day contractor questions, and field to sealing engineers when required.
    General Description of Construction Materials Testing Work Scope: Consultant to provide materials testing services as required per the project specifications generally related to structural concrete and pavement construction.
  • General Description of Survey and SUE Work Scope: Field surveyor to tie in all requested surface topographic features within identified survey boundaries, measure inverts of requested structures/pipelines, locate existing utilities, identify existing easements and property boundaries, and complete property research.  Field surveyor must obtain rights of entry as needed to complete work.  Consultant shall also conduct subsurface utility (SUE) investigations as required.

Submittal Format: FNI requests a statement of qualifications from your firm if you are interested in providing these services.  The statement of qualifications shall be in the form of a response letter (maximum two pages), indicating your firm’s ability to meet the requirements of this project submitted electronically to:

Freese and Nichols, Inc.
11200 Broadway Street, Suite 2320
Pearland, TX 77584
Attn: Murali Erat
832-456-4709
Murali.Erat@freese.com

Submittal Requirements: The response letter shall include the following items at a minimum. DO NOT INCLUDE COST INFORMATION with the qualification statement. Responses that include cost or pricing information will be rejected and will not be considered. FNI will evaluate the proposals to determine which firm has the best qualifications.

  • Identification of work scope item(s) for which firm is submitting qualifications.
  • Confirmation that the firm is capable of providing all services described in this RFQ.
  • Any supporting documentation, such as resumes, certification(s), etc. (these attachments do not count as part of the page count).
  • Firm’s Disadvantaged Business Enterprise (DBE) status.
  • Experience with City of Port Arthur infrastructure and standards.
  • Confirmation that the firm can service the location of the City of Port Arthur.

Response Deadline: Please submit qualifications statement via email by 5:00 p.m. on July 15, 2022. FNI will review all responses and provide notification by July 22, 2022.

This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract or contracts awarded under this Request for Qualifications is expected to be funded in part by a loan from the TWDB. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this RFQ or any resulting contract.  RFQ’s are issued in accordance with Section 2254 of the Texas Government Code (Professional Services Act). This contract is subject to the Environmental Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the Construction, Equipment, Supplies, and Services procurement categories. EPA’s policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to SMWBE’s. Although EPA’s policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps. For more details of the DBE Program and the current, applicable fair share goals, please visit www.twdb.texas.gov/dbe.

Equal Opportunity in Employment – All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap or national origin. Small, minority, and women-owned business enterprises are encouraged to submit proposals.

A complete version of the TWDB document “TWDB-0210 Guidance Disadvantaged Business Enterprise for State Revolving Fund Projects” is available online at:

http://www.twdb.texas.gov/financial/instructions/doc/TWDB-0210.pdf.

Updates to this post:

  • Originally posted on 6/24/22
  • Updated 7/7/22