CORVALLIS SCHOOL DISTRICT

Size: px
Start display at page:

Download "CORVALLIS SCHOOL DISTRICT"

Transcription

1 RFP Testing & Inspection Services CORVALLIS SCHOOL DISTRICT Request for Proposals RFP Testing & Inspecting Services For Bond Projects Issued: October 09, 2018 Due: By 4:00 PM, October 23, 2018 For further information contact: Kaliska Day, Bond Project Manager Wenaha Group, Inc. pg. 1

2 RFP Testing & Inspection Services INTRODUCTION AND BACKGROUND is conducting a competitive quote process (ORS 279B.070) for consulting services for Special Inspections and Testing. In May of 2018 the passed a $199 million bond levy to fund improvements to all the District s facilities. The scope of work has been grouped into three separate packages as follows; Package A New school replacement of Lincoln Elementary and Hoover Elementary Schools Package B All work at Garfield, Wilson, Jefferson, Adams, Franklin and Mountain View Elementary schools as well as seismic upgrades to Adams, Jefferson and Wilson. Package C All work at Linus Pauling and Cheldelin Middle Schools as well as all work at Crescent Valley, Harding and Corvallis High Schools. The District may select one or more firms for all three packages (A, B and C). TIMELINE The contract period is expected to begin immediately upon selection and extend through completion and close-out of the projects. The School District has hired Wenaha Group, Inc. ( as the overall Bond Program Manager. DLR Group and PIVOT Architecture were selected as the designing architect firms. The District may, for good cause, reject any or all proposals upon a finding it is in the public interest to do so and to rescind the award of any contract at any time before the execution of said contract by all parties with no liability against the District. SCOPE OF SERVICES The District requires a material testing and special inspection firm to work as part of the design and construction team to ensure the District s projects are constructed in the highest practical quality. The anticipated scope of services includes but not limited to the following: Minimum requirements: In accordance with Oregon Structural Specialty Code (OSSC) Sections 107.1, , , and , the structural observations and on site special inspections have been identified in a program statement prepared by the registered design professional responsible for all work that falls within the categories of special inspections in OSSC Chapter 17. All special inspections identified with the statement presented in the approved construction documents shall be inspected or tested in accordance with the provisions of OSSC Section Compliance: Comply with ASTM E329 and be accredited by the Oregon Building Officials Association (OBOA) for all material testing and special inspection services to be provided for this project. Testing and inspection: Test and inspect the work identified in to ensure the work confirms to the construction contract documents, applicable codes, and standards. Test and inspection may include but is not limited to the following: pg. 2

3 RFP Testing & Inspection Services 1. Concrete/Masonry (non-structural) 2. Bolts/anchors 3. Reinforcing steel 4. Structural welding 5. High-strength bolting 6. Precast concrete 7. Soil sampling and analysis 8. Soils compactions test 9. Asphalt testing 10. Floor flatness testing 11. Floor moisture testing 12. Structural caulk and sealants 13. Spray on fireproofing 14. Any other test and inspections that may be requested by the Owner, Project Manager or City of Corvallis and/or Benton County. Prepare test and inspection reports documenting all tests, inspections and site visits. Timely submission of test and inspection reports, after tests and inspections are completed, via in.pdf file format to the District s Project Manager, CM/GC Superintendent, and designated Design Team Representative. Communication: Immediately notify the Architect and Contract or of non-conforming work. Provide 24 hour/day communication access to a company representative for contact by Project Manager or Architect on an as-needed basis. Reporting: Prepare a final signed report for the project as required by the City of Corvallis and/or Benton County and/or the State of Oregon stating whether the work requiring material testing and special inspection was to the best of the inspectors knowledge in conformance with the approved drawings and specifications and applicable provision of the code. If non-conforming work was observed and not corrected, identify the portions of the work that failed to conform. Attach the test and inspection reports documenting the non-conforming work. PROPOSAL CONTENT FOR EVALUATION Note that this is a Quote Request, however the District requests the following information for review and reference. All respondents shall provide brief responses to the following information with their quote submission in the order 1. Company profile: (10 points) Profile of firm including history, number of years in business, geography regions, types of clients and typical projects. 2. Corvallis Experience: (25 points) Listing of experience with similar construction projects including references for three (3) projects similar in size and scope of services completed in the last five (5) years. (3 pages max) 3. Staffing: (25 points) Resumes and/or qualifications of key personnel who will be assigned to this project. Indicate relevant certifications including Oregon Building Official Association (OBOA) Certified Inspectors and Certified Materials Testing Technicians local to the Benton County area, or demonstrate ability to service this area. pg. 3

4 RFP Testing & Inspection Services 4. Certifications: (15 Points) List of respondent firm s professional accreditations. 5. Fee: (25 points) Provide detailed list of all hourly rates, unit description and unit price for all related testing and inspection services as outlined in the anticipated scope of work. Include rates for applicable home office and project management functions as well as travel, mileage and per diem, if required. Please indicate location of starting location for mileage calculations. SUBMITTAL An electronic (in PDF file format) copy of the responses must be sent to: Kaliska Day, Project Manager kaliskad@wenahagroup.com Questions or comments please send via only to kaliskad@wenahagroup.com ; no phone calls please. Any required addenda will be issued via . EHIBITS PAGES 1. Bond Master Schedule Draft (Exhibit A) 2. List of Anticipated Projects (Exhibit B) pg. 4

5 RFP Testing & Inspection Services Certification of Compliance I/we have received and reviewed the RFP and any Addenda issued by the and this submission is our entire proposal. Firm Name Authorized Signature Printed Name Date Addenda Received pg. 5

6 RFP Testing & Inspection Services Bidder/Proposer Residency Statement Pursuant to ORS 279A.120, Oregon s reciprocal Preference Law, public contracting agencies shall, for the purposes of determining the lowest responsible bidder/proposer and the awarding of a contract, add a percent increase on the bid of a non-resident bidder/proposer equal to the percent, if any, of the preference given to that bidder/proposer in the state in which the bidder/proposer resides. As defined in ORS 279A.120, Resident Bidder/proposer means a bidder/proposer that has paid unemployment taxes or income taxes in this state in the twelve calendar months immediately preceding submission of the bid, has a business address in this state, and has stated in the bid whether the bidder/proposer is a Resident Bidder/proposer. A non-resident Bidder/proposer is a bidder/proposer who does not meet the definition of a Resident Bidder/proposer as stated above. Bidder is Resident or Non-Resident and is a resident of (State) as set forth above. If a Resident Bidder/proposer, enter your Oregon Business address below: Certificate of Non-discrimination Pursuant to ORS 279A.110, discrimination in subcontracting is prohibited. Any contractor who contracts with a public contracting agency shall not discriminate against minority, women or emerging small business enterprises in the awarding of contracts. By signature of the authorize representative of the bidder/proposer/proposer, the bidder/proposer/proposer herby certifies to that this bidder/proposer/proposer has not discriminated against minority, women, or emerging small business enterprises in obtaining any subcontracts; and, further, that if awarded the contract for which this bid or proposal is submitted, shall not so discriminate. Bidder/proposer/Proposer hereby certifies that the information provided above is true and accurate. Bidder Company Name: Street Address: City State: Zip Code: Toll Free Telephone: Telephone: Fax: Federal I.D. or Social Security No.: Type or Print Name of Person Signing: Title: Authorized Signature: pg. 6

7 Exhibit D: Bond Projects - Preliminary Master Schedule Updated on Assemble Team CM Selection Safety & Security Add Capacity Renovate & Repair New Spaces Modernize Replacement Budget Scope Package Wenaha PM Dale Eric Kaliska Design Team CMGC Select List - Bid May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec CM Architect(s) Selection Architect Contractor(s) Selection CMGC Bidders Survey, Cx, Planning, Building Envelope Input & Planning Equity Guidance - "Look-Fors" Sustainability Guidance Design Guidance Teams Technical Standards & Lessons Learned Form Site Teams CTE Planning Lincoln & Hoover Elementary (Replacement) - Lincoln - Hoover Seismic - Adams, Jefferson & Wilson Garfield Elementary Wilson Elementary Mountain View Elementary $74,168,000 A $1,800,000 B-1 $21,435,804 B-2 $12,165,241 B-3 $9,341,771 A B B A Outreach & Design Demo & Site Demo & Site Adams Elementary Franklin K-8 Jefferson Elementary Linus Pauling Middle School Crescent Valley High School Harding Center / College Hill Corvallis High School Cheldelin Middle School $12,165,241 $9,335,022 $12,928,559 $400,000 $17,025,447 $11,759,799 $8,375,406 $10,759,962 B-4 C-1 C-2 C C Turf New Track Track, Turf & Boiler Softball & Track

8

9

10

11

12