request for proposals - prorfx · the cover letter will state the name of the person(s) authorized...

6
REQUEST FOR PROPOSALS CITY OF OCALA DESIGN-BUILD MLK FIRST RESPONDERS’ CAMPUS RFP #CMO/19-0282 Deadline for Submission: May 15, 2019 at 2:00 pm

Upload: others

Post on 12-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • REQUEST FOR PROPOSALS

    CITY OF OCALA

    DESIGN-BUILD MLK FIRST RESPONDERS’ CAMPUS

    RFP #CMO/19-0282

    Deadline for Submission: May 15, 2019 at 2:00 pm

  • RFP# CMO/19-0282 Page 2 of 6

    Request for Proposals Design-Build

    MLK First Responder Campus Ocala, Florida

    April 2019 I. PURPOSE AND OVERVIEW OF THE PROJECT

    The City of Ocala (City) is accepting proposals for the selection of a design-builder firm, organization or individual qualified to design and construct a first responder campus consisting of:

    1) A four-bay fire station, including storage and fire administration headquarters as follows: a) Fire Administration Headquarters 2,877 gsf b) Fire Living Quarters 6,214 gsf c) Fire Apparatus Bays 6,717 gsf d) Fire Storage 3,130 gsf

    Total Fire Station #3 18,938 gsf

    2) Police Station 3,854 gsf

    3) Community Room 3,372 gsf

    4) Basketball Court

    5) Parking Lots to support buildings

    6) Fuel Farm with 10,000 gallon double wall/ 2- compartment steel tank

    7) Exterior Lighting

    Background The City of Ocala is seeking proposals from design-build construction teams to provide a turn-key project with all labor, materials, FF&E, and provisions necessary to produce final design, construction documents and construction of a first responder campus, which consists of a four-bay fire station which includes fire department headquarters; one police district facility building; and a community building with a fire department museum. Additionally, the campus will provide a full-sized outdoor basketball court for community use, and a fuel island with above ground tanks for City-use. The campus will be constructed on Parcel #24817-000-00 located on the east side of NW 16th Avenue/NW Martin Luther King Avenue, from NW 5th Street to NW 7th Street. See Exhibit E- Boundary Survey of Campus. Final design of the campus will be based on Exhibit B – MLK First Responders Campus Schematic Design, Exhibit C- Schematic Design dwg files, and Exhibit D- Site Design dwg files. The maximum budget available is $6.7 million. It is the City’s desire to select a design-builder who can complete the entire campus.

  • RFP# CMO/19-0282 Page 3 of 6

    Layout of Campus

    II. SCOPE OF SERVICE

    Responsibilities of the selected proposer shall include, but are not limited to, producing final design documents, construction documents, and construction, FF&E, permits, and project management of the MLK First Responder Campus. Please see Exhibit A- Scope of Service.

    III. PRELIMINARY SCHEDULE All dates and information contained herein may be extended, changed, or updated within the listing at www.bidocala.com. Proposers are responsible for verifying all current listing information before submitting a response to this Request for Proposals (RFP). The following dates are proposed as a timeline for this solicitation: • Formal Questions Due May 10, 2019 by 5:00 p.m.

    • Written Proposals Due May 15, 2019 by 2:00 p.m.

    • Selection Committee Meeting May 22, 2019 (tentative)

    • Presentations June 12, 2019 (tentative)

    • Send to City Council for Approval July 16, 2019

    • Project Kick-Off August 1, 2019

    http://www.bidocala.com/

  • RFP# CMO/19-0282 Page 4 of 6

    IV. PROPOSAL SELECTION CRITERIA 1. Proposal Submission

    Proposals must be received electronically using www.bidocala.com no later than 2:00 PM on May 15, 2019. Responses received at any other location will not be considered. Respondents must be registered as a vendor on the City’s e-procurement site at www.bidocala.com to participate. Proposals must be clear, succinct and not exceed forty (40) pages, excluding the proposal cover letter. Proposers who submit more than the pages indicated may not have the additional pages of the proposal read or considered. All submittals will be evaluated on the completeness and quality of the content. Only those proposers providing complete information as required will be considered for evaluation. The ability to follow these instructions demonstrates attention to detail. Ensure your proposal is the best offering for the site. Selection may be based solely on your proposal. This is a non-binding solicitation until the City negotiates and approves an agreement with the successful proposer(s)/respondent(s).

    2. Organization of Proposal The respondents must provide all information as requested in this Request for Proposal. Responses must follow the format outlined in this RFP. Additional materials in other formats or pages beyond the stated page limit(s) may not be considered. The City may reject as non-responsive at its sole discretion any proposal or any part thereof which is incomplete, inadequate in its response, or departs in any substantive way from the required format. RFP responses shall be organized in the following manner:

    A. Cover Letter which shall be addressed as indicated on the cover page of this RFP (1 page – not included in page total).

    The Cover Letter will state the name of the person(s) authorized to represent the proposer in any negotiations, the name(s) of the person(s) authorized to sign any contract that may result, the contact person’s name, mailing or street addresses, phone and fax numbers and email addresses. A legal representative of the successful proposer, authorized to bind the proposer in contractual matters, must sign the Cover Letter and the Proposal.

    B. Proposal will include the following sections:

    i. Proposer Information: Name of the proposer, address, principals, telephone number, email address, taxpayer ID number. Include a brief history of the firm.

    ii. Experience: Proposers must include details and pictures of the finished projects similar in size, scope, and design. The D-B contractor must be a highly competent general contractor with extensive commercial experience.

    iii. Coordination: Discuss any additional information you feel will be helpful in evaluating your company and any unique features within your service that sets you apart from other companies.

    iv. Project Team: Identify key personnel and their specific project roles. The key personnel description shall include:

    • Primary contact for design related issues

    http://www.bidocala.com/http://www.bidocala.com/

  • RFP# CMO/19-0282 Page 5 of 6

    • Primary contact for construction related issues Extent of company’s principal members’ involvement:

    • Names of key members who will be performing the work on this project, their responsibilities on this project, experience on similar or related projects of this size and scope, and percentage of their time devoted to the entire project.

    • Names of project manager(s) who will supervise the construction for this project, their experience on similar or related projects of this size and scope, and the percentage of their time devoted to the entire project

    v. Proposed Cost: Each firm is expected to identify their total cost for the scope of work described within the RFP using the provided GMP Line Item Price Sheet. Along with your submitted proposal, indicate the design fees included in your GMP. The total Guaranteed Maximum Price (GMP) should include the cost for the proposed design and construction services for the entire campus as described in this Request for Proposal. Some line items will have allowances as part of the total cost. Please indicate those in your proposal.

    vi. Quality Control and Assurance: Discuss your Quality Assurance procedures and Quality Control

    Plan proposed for the project.

    vii. Project Schedule/Timeline: Provide a detailed project schedule/timeline of activities from kickoff through the public building dedication.

    3. Proposal Evaluation (All criteria will be considered for ranking)

    A. Evaluation Criteria

    A proposal that does not meet the minimum requirements listed in the scope of work will not be considered for selection. All proposals meeting the minimum requirements will be considered based on the following evaluation criteria with weights shown in parentheses:

    Project Understanding/ Approach/ Design-Builder Team Qualifications (30%)

    Proposed GMP (70%)

    B. Proposal Review/Reward

    A Selection Committee will be appointed to evaluate submitted proposals. The committee members will independently rank each responsive proposal received in accordance with the evaluation criteria. During the Selection Committee meeting, the committee members will review the proposals and submit their rankings. Proposers may be selected at the committee’s discretion for oral interviews. Final rankings based on the initial evaluation criteria will be determined following the interviews, if required.

    C. Clarifying Proposal during Evaluation During the evaluation process, the City has the right to require any clarification or change to understand the Respondent's view and approach to the project and scope of the work.

  • RFP# CMO/19-0282 Page 6 of 6

    Any changes to the proposal will be made before executing the contract and will become part of the final contract.

    V. CONTRACTUAL ARRANGEMENTS A City contract will be drafted with the successful Respondent and all general city terms and conditions apply.

    VI. GENERAL TERMS AND CONDITIONS

    A. Response to RFP: Please ensure your company registers as a vendor on www.bidocala.com to participate in this RFP. Only registered vendors will be considered.

    B. Issuing Office:

    Tiffany Kimball, Contracting Officer City of Ocala, City Hall 110 SE Watula Avenue, 3rd Floor Ocala, FL 34471

    C. Inquiries: Questions concerning the scope of work in this RFP should be addressed in writing via the specific bid on www.bidocala.com. Binding written responses will be emailed to the proposer asking the question through the ProRFx system and will also be posted electronically under the corresponding RFP. It is the responsibility of the proposers to check for updates and addenda. No inquiries will be accepted after 5:00 p.m., May 10, 2019. NOTE: Minor, non-binding clarifications or questions not related to scope may be requested by calling Tiffany Kimball, Contracting Officer, at 352-629-8366 or via email at: [email protected].

    D. Issuing Date: April 2019

    F. Closing Date/Time: May 15, 2019, 2:00 p.m. All submitted proposals will be available for public inspection once a selection has been made; therefore, confidential information should not be submitted.

    G. Incurring Cost: The City is not liable for any cost incurred by any proposer interested in submitting a proposal in repsonse to this RFP, or any selected proposer, prior to the execution of a contract.

    H. Assignment:

    The final selected proposer shall not assign, transfer, convey, sublet, or otherwise dispose of any award, or any or all of its rights, obligations, or interests under this contract without the prior written consent of the City.

    http://www.bidocala.com/http://www.bidocala.com/mailto:[email protected]

    The City of Ocala (City) is accepting proposals for the selection of a design-builder firm, organization or individual qualified to design and construct a first responder campus consisting of:1) A four-bay fire station, including storage and fire administration headquarters as follows:a) Fire Administration Headquarters 2,877 gsfb) Fire Living Quarters 6,214 gsfc) Fire Apparatus Bays 6,717 gsfd) Fire Storage 3,130 gsfTotal Fire Station #3 18,938 gsf2) Police Station 3,854 gsf3) Community Room 3,372 gsf4) Basketball Court5) Parking Lots to support buildings6) Fuel Farm with 10,000 gallon double wall/ 2- compartment steel tank7) Exterior Lighting