City of Forney - Parks & Recreation Department

Size: px
Start display at page:

Download "City of Forney - Parks & Recreation Department"

Transcription

1 Request for Proposal (RFP) City of Forney Parks & Recreation Department Forney Community Park Park Maintenance Building Addition April 2, SUMMARY 1.1 Request for Proposals: Firms with proven experience and expertise performing Design/Build services related to the engineering design and construction of metal buildings are invited to submit fixed price (lump sum) proposals to provide professional services related to Maintenance and Office Building construction. Project is within the City of Forney. 1.2 The Request for Proposal (RFP) does not constitute a contract for services performed or to be performed. Following the selection of the successful consultant (hereafter referred to as Contractor ), the City of Forney (hereafter referred to as City ), and the Contractor will negotiate a contract including a scope of services. 1.3 Services To Be Performed: The Contractor s services will consist of a single company capable of providing both Architectural/Engineering (A/E) design services and construction services related to the development of a 3,000 square foot maintenance building that will include office space, ADA restrooms with showers and a large break room for the use of the City of Forney s Parks Maintenance staff. The building will be added as an addition to the existing Park Maintenance Building at Forney Community Park, matching all architectural elements. 1.4 Information release - All proposers are hereby advised the City of Forney may solicit and secure background information based upon the information, including references, provided in response to this RFP. By submission of a proposal all Proposers agree to such activity and release the City of Forney, its members, and its agents and designees from all claims arising from such activity. Proposals submitted shall be considered part of the public record. 1.5 Notice to all Respondents - During the bid process it is forbidden to communicate information regarding this bid packet with other members of City Staff (except those staff members listed as the contact person(s) for the bid). It is also forbidden to communicate information regarding this bid packet with any elected, or appointed, official representing the City of Forney. By doing so, you risk immediate disqualification for this bid Page 1 of 8

2 2.0 BACKGROUND 2.1 City s Purpose Of Project: The purpose of the project is to add approximately 3,000 square feet of maintenance building to the current Parks Maintenance Building at Forney Community Park, matching all architectural elements. The new addition must be capable of organizing and storing supplies and materials and equipment for the Parks Department. The structure would also include one (1) large office, two ADA restrooms with employee showers, one (1) kitchen/break room and one (1) storage room for the use of the Parks Maintenance staff. 2.2 Information to be provided to Contractor by the City: The City will provide the Contractor with site information for the building location along with general parameters of preliminary work, foundation, metal building, mechanical, electrical, plumbing, and other interior finish information. Concept drawings are attached for reference. (These drawings are not all inclusive and for illustrative purposes only.) Please Reference Attachment A 3.0 ENVISIONED SCOPE OF PROJECT 3.1 Envisioned Scope of Project: The City envisions the following minimum scope of services for the Parks Maintenance Building Project: Project Overview Preliminary Work The Contractor will provide architectural, structural, mechanical, plumbing, and electrical plans, and purchase all City of Forney building permits covering the described work. All work must meet City of Forney Building Code standards Site Work The City shall provide an approved site plan Foundation Contractor shall form, pour and finish a 3,500 psi concrete slab, designed by a TX registered engineer, with pier footings at each of the column locations. Slab will be 4 thick in the office area and 6 thick in the warehouse area. A concrete stoop shall be poured at each of the exit doors. A 12 x 10 x 6 thick 3,500 psi concrete pad shall be poured at the overhead door Metal Building Contractor shall supply and erect a pre-engineered steel building 40-0 wide x 75-0 long x 12-0 high at the low eave. The new structure should be made to join the existing structure forming an L shape. The building shall have the following features and accessories: Page 2 of 8

3 1. 3:12 slope clear span rigid frames, with 20 psf live load, and 90 mph wind load per International Building Code, gage galvalume mini-rib panel roof, gage galvalume mini-rib panel walls, 4. Heavy duty gutters and down-spouts, 5. One (1) 3070 urethane core flush steel doors with lever handle mortise lockset, and closer, 6. Two (2) 3 x 3 fixed windows with 1 insulated glass, and white colored aluminum frames, 7. Insulated walls and roof with 4 vinyl reinforced insulation for non-conditioned spaces. 8.. R-23 insulation, equivalent or better, in the walls of all air-conditioned spaces, R30 insulation on roof/ceiling of air-conditioned spaces. 9. Add One (1) 10 x 10 sectional overhead door to existing structure Interior Work The Contractor shall install interior perimeter walls and partition walls for the lobby, offices, and rest rooms. Interior walls shall be constructed of 3-5/8 galvanized steel studs with one layer of 5/8 drywall on each side and painted with two coats of interior latex paint. Interior walls shall have 4 rubber base. Interior partition walls to have sound batts. The contractor shall install a door each for the offices and restrooms. Restroom doors shall be 3068 solid core flush birch doors with lever handles, and privacy locks. Office doors shall be 3068 solid core flush birch doors with lever handles, privacy locks. The office area shall have a 2 x 2 suspended acoustic ceiling. Floor covering in the office area should be stained concrete. A $3,500 allowance shall be included for cabinets and countertop in break area Plumbing Plumbing shall include two (2) handicapped water closets, two (2) lavatories, two (2) freestanding shower stalls, one (1) kitchen sink, one (1) 40 gallon water heater, and one (1) outside hose bib. Supply and waste lines shall be connected to Pavilion at Forney Community Park Mechanical Mechanical work for the office area shall include 5-tons of split system heat pumps with programmable thermostats, and custom ductwork. The warehouse area shall have a 48 exhaust fan with automatic louver Electrical Electrical work shall include: Extend service from existing 200 amp 1 phase panel, eight (8) 8 foot fluorescent strips, Seven (7) fluorescent lay-in fixtures, three (3) exit lights, one (1) emergency light, ten (16) duplex receptacles, two (2) GCFI duplex receptacles in the restrooms, and one (1) exterior wall GCFI duplex receptacle. Telecom conduit shall be extended to structure. Phone system wiring or network wiring and equipment are not included. Note: City personnel must be accommodated during scheduling to provide Telecom roughin and finish out. Page 3 of 8

4 3.1.2 Project Timing While the intermediate milestones for completion of the various tasks involved in the project are to be proposed by the Contractor, the City requires that the project be completed in all respects (including submittal of the final deliverables to the City) no later than December 31, Submittal, Testing for soil compaction and concrete and Inspection and Warranty Requirements Upon completion of the project, the Contractor will compile and deliver a final project report including final set of As-Built-Plans, product submittals (specifications), required testing and inspection results, and warranty information DELIVERABLES 4.1 Deliverable #1: The Contractor is to provide for a Project kickoff meeting The first deliverable of the project will entail an initial meeting to discuss the scope of the project as outlined in the proposal. 4.2 Deliverable #2: The Contractor is to provide all contract documents, change order documents, project schedules, QA and QC activities, site observation and payment requests. 4.3 Deliverable #3: The Contractor is to provide a Final Set of Design Plans and Permits. 4.4 Deliverable #3: The Contractor is to provide a turnkey facility ready for occupancy and use including final inspections and permits. 5.0 COMMERCIAL 5.1 Insurance Requirements: Any contract entered into as a result of this RFP may require the Contractor to obtain and maintain certain minimum insurance coverage. Without limiting any liabilities or other obligations of proposer, successful proposers performing as independent contractors hereunder, shall be fully responsible for providing Worker s Compensation, General Liability, Professional Liability, and Automotive Liability coverages. The successful proposer must provide a Certificate of Insurance within fifteen (15) calendar days after notification of award. Certification must include: name and address of insurance company (must be authorized to conduct business in Texas or be named on the List of Authorized Insurance maintained by the Texas Department of Insurance), policy number, and liability coverage and amounts. Page 4 of 8

5 5.2 Liquidated Damages: If the Contractor does not meet the project completion date that is agreed upon in the contract, the Contractor shall satisfy obligations of the contract with the City at the Contractor s expense with damages of $1,000 per day past the contract completion date. The Contractor can request time extensions (in writing) at least fifteen (15) days in advance of the deadline. The City reserves the right not to grant the requested time extension, in which case the penalties would still applies. The liquidated damages clause shall also apply to the intermediate contract milestones dates, as well as the ending contract date. 6.0 SUBMITTAL REQUIREMENTS 6.1 General: Please submit one original and two copies (total of three copies) of your proposal in a sealed envelope, no later than 4:00 PM CST, May 15, 2015 to the attention of: Richard Curry Director of Parks and Recreation City of Forney Forney Community Park 241 S FM 548 PO Box 7 Forney, Texas rcurry@cityofforney.org ed proposals are welcomed. In the interest of fairness to all proposing contractors and to facilitate timely review of all the proposals by the City, proposals received after the scheduled receipt time stated above will not be considered. All proposals received become the property of the City and will not be returned. 6.2 Proposal Organization: To facilitate the City s objective review of the proposals from different Contractors, the Contractors are requested to organize the main document as follows. If the Contractor wishes to submit additional information in support of or to strengthen the proposal, please provide such information separately in Appendices A letter on company letterhead indicated that the proposal represents an offer by the firm to provide services for the stated fee according to the stated schedule. A Principal of the firm authorized to commit the firm must sign the letter Table of Contents Information of the following topics: Page 5 of 8

6 Executive Summary: Should address the highlights of the proposal, along with the strengths and special expertise of the firm and the associated team to successfully accomplish the objectives of this project. Please limit the summary to no more than two pages Technical Proposal: Identify and describe the services to be provided and the approach/methodology proposed to be used, including QA/QC procedures Cost Proposal and Basis of Compensation: City requests a fixed fee (lump sum) compensation for this project. Please provide the cost of the services based on the envisioned scope of work and project deliverables describe in Sections 3 and 4 of this RFP, respectively, with any additional qualifications and clarifications that you may deem appropriate. The project cost estimate should be sufficiently detailed and include breakdowns (of both time and materials) for the project Schedule: Please provide the proposed time schedule for the completion of the project. The schedule should be detailed enough to show the sequence and duration of implementation of the various tasks involved, any tasks to be performed or information to be provided by the City including their timings, the anticipated critical path, float times provided to accommodate unanticipated delays and other contingencies, and scheduled project milestones. Note: submittal of qualifications shall be taken as prima facie evidence that the proposing individual/firm has full knowledge of the scope, nature, quality and quantity of the project to be performed and the detailed requirements and conditions under which the project is to be performed. 7.0 SELECTION OF CONTRACTOR 7.1 General: This RFP does not commit the City to enter into agreement, to pay any costs incurred in the preparation of a proposal in response to this request or in subsequent negotiations, or to procure a contract for the project. The City will require the selected proposer, if any, to participate in negotiations and to submit such cost, technical and/or other revisions to the proposals as may result from negotiations. The City reserves the right to perform all or some of the services decried in this RFP with its own work force. 7.2 Selection Criteria: Proposals will be evaluated, scored, and ranked based upon the following criteria. The City reserves the right to request an interview for any potential Contractors during the selection process. Should the City see the need to interview potential Contractors, the potential Contractors will be notified as early as possible in the proposal review process, and selection schedules adjusted accordingly. Page 6 of 8

7 7.2.1 Responsiveness to the City s RFP; Relevant experience, expertise, and qualifications of the firm and project team members; Technical proposal; Cost estimate; and 7.3 Schedule for the Selection Process: The following is the anticipated schedule for the Contractor selection process. Item Date City issues RFP April 8, 8:00 am Completed Proposals due to City May 15, 4:00 pm City Council Awards Contract June 2, 2015 Submittal by the selected Contractor to June 16, 2015 the City of complete and signed Contract documents. Page 7 of 8

8 Attachment A - Conceptual Floor Plan Park Maintenance Building Page 8 of 8