Request for Proposals: New Hangar Building Project, Port of St. Helens Scappoose Industrial Airpark

Size: px
Start display at page:

Download "Request for Proposals: New Hangar Building Project, Port of St. Helens Scappoose Industrial Airpark"

Transcription

1 Request for Proposals: New Hangar Building Project, Port of St. Helens Scappoose Industrial Airpark Columbia City, Oregon December 2017 Purpose The Port of St. Helens, a municipal corporation and port district of Oregon, requires the construction of a new hangar building and associated site improvements at its Scappoose Industrial Airpark, adjacent to Sherpa Aircraft, at Skyway Drive, Scappoose, OR Proposals, complete with cost quotes, are requested from interested firms. Deadline for submission: Friday, January 26, 2018 at 5:00 PM Description of Work I. Project Summary This RFP is for the design and construction of a commercial-scale aircraft hangar and maintenance building and associated site improvement and taxiway work. The project is design-build, and includes all required site and building design, engineering, permitting, foundation, structure, fire protection, doors, windows, restrooms, HVAC, lighting, electrical, plumbing, and other associated items to create a fully capable facility. Site work specifics will be based on plan refinements and in accordance with City of Scappoose standards/ requirements for the project. Assume adequate power, water and sewer to serve the building. A proposed contract is also attached for consideration (Attachment 1). II. General Project Requirements: A. Site Requirements a. Modified parking for 13 vehicles (1 ADA), as shown b. Associated driveway, sidewalks, curbing, fencing and planters c. Landscaping with irrigation on timer d. Drainage provisions, including a swale e. Exterior lighting f. Fire hydrant (if required) B. Building Requirements a. Construction Type: II-B b. Occupancy: S-1 c. Roofing, gutters and downspouts Page 1 of 7

2 d. Wall Panels: plywood or OSB from floor to 8 e. Upper Walls and Ceiling: vapor barrier over insulation batts f. Insulation g. Hangar Door: 80 W X 26 H, 3-panel h. Man Doors: 6 i. Windows: 8 clear clerestory, 5 entry and restroom j. Flooring k. Electrical l. HVAC System m. Lighting fixtures n. Plumbing o. Restrooms: 2 unisex (ADA-compliant) w/ hot water tank p. Fire Suppression System III. Building Dimensions -- General: A. Main building: perimeter dimensions 150 x 180, 27,000 SF B. Adjacent aircraft parking ramp and taxilane per plans See Attachment 2 for site depiction and detailed building specifications. Submittal Procedures Your sealed proposal may be submitted by surface mail or hand-carried to the appropriate address below ( and fax submittals will not be accepted): By mail: Port of St. Helens ATTN: Craig Allison P.O. Box 190 Columbia City, OR For personal delivery: Port of St. Helens ATTN: Craig Allison 100 E Street Columbia City, OR Deadline for submission: Friday, January 26, 2018 at 5:00 PM Inspection Procedure Visitors may view the site unescorted from outside at any time, and from inside the fence during normal business hours (8:00 to 5:00, Monday-Friday) while escorted. See above for the address. Please contact Randy Barnes ( ) or Terry Kent ( ), between 7:00 and 3:30, Mon.-Fri. for escort assistance and directions for visiting the site, as needed. Visitors are not to interfere with tenant activities or property in any way. Potential bidders inspecting the property do so at their own risk. Page 2 of 7

3 Pre-Bid Meeting A mandatory pre-proposal bid walk will be held at Scappoose Industrial Airpark, adjacent to Sherpa Aircraft, Skyway Drive, Scappoose, OR 97056, to discuss all phases of the work, and answer any questions, on Monday, January 8, 2018 at 1:00 PM. The bid walk is required. Call for directions if needed. Attendees will be asked to sign in upon arrival. Submittal Requirements Contractor must return the Bid Form below, a Bid Bond (equal to 5% of the proposal amount) and provide a summary of their experience and qualifications with at least three references for similar projects. Proposers are encouraged to provide a cover letter and supplemental information to assist in the selection decision. References for jobs most closely related to the scope of work specified in this RFP will be weighted most heavily. Contractor must also include earliest available start date, expected project duration, and a tentative timeline. Selection Procedure Responses to this RFP will be accepted from all qualified firms, and will be considered equally. Port staff will evaluate the proposals and determine the most qualified bidder, based on factors including (but not limited to): cost, timeliness, quality, references, and experience. The preferred bidder will be recommended for approval to the Port Commission, which will make the final selection. All applicants will be notified of that decision. This RFP may be modified or addenda issued at any time during the process. The Port reserves the right to reject any and all submittals. Tasks Specific Tasks: As a required part of the submittal, mark each box signifying that you have read the requirement and will be able to provide it. Contractor will: Project Preparation: a) Perform a pre-job meeting to determine jobsite logistics, establish safety requirements, and coordinate staging areas and any other site activities. b) Furnish a proposed construction schedule. c) Furnish and install proper safety equipment, protective devices, ground warning lines, and a portable toilet. d) Obtain and post the necessary permits for the project. e) Set up for temporary storage, staging, and debris disposal. Contractor will need to provide for their own temporary secured area as needed. Contractor to Page 3 of 7

4 provide for separate recycling of debris (i.e. bins for cardboard and metal) as feasible. f) Submittals: Contractor to provide submittals to Port as early as possible to allow for adequate review by Port Project Manager, architect and engineer. Construction Specifics, Site Work (see Attachment 2): Additional notes: a) All City of Scappoose permits to be the responsibility of contractor. Site Design Review with City planners is underway. b) Driveway and parking paving to be as shown on the plans. All such paving to be standard 3 depth with sufficient excavation, fill and compaction as needed. c) Water and sewer lines to be provided from the building to a street connection. d) Irrigation system (with controller installed inside), lighting and landscape plantings as shown in Attachment 2. e) Street Sign: The plans currently show a sign by the driveway entrance. Contractors to plan on running power to a box in the designated location, and proposing alternate costing for a lighted sign on a pedestal, approx.30 W X 4 H. Actual design still to be determined. f) Aircraft ramp and taxiway: Construction will be occurring on the adjacent Taxiway B this summer, in roughly the same time frame as this site work. That project will involve relocating the taxiway 15 feet to the west from its current location, new lighting, and new drainage. Detailed plans are available. Attachment 2 reflects that new location, and shows the proper grade and slope for the ramp and connector. Proper coordination and engineering between the two projects will be essential. Construction Specifics, Hangar Building (see Attachment 2): Additional notes: a) Lighting: The lighting plan shown in Attachment 2 for the hangar area is suggested only. Contractor s electrician to determine optimal quantities, sizing, and placement per industry standard for the tenant s requirements, per the plans. Contractor to provide costing for LED fixtures. b) Data Requirements: Line to be run to stub-off service box by NW entry door. c) Compressed Air: None d) Electrical: Single-phase, per the plans; contractor to determine total load requirements. e) HVAC: Heating only capability, to 60 degrees. Six ceiling fans. f) Plumbing: Restrooms, utility sink, stub-outs, and hose bibbs per plans g) Venting: Both restrooms to include suitable exhaust fans for the planned square footage. h) Flooring: Contractor to seal the concrete floor (2 coats) and provide commercial-grade sheet vinyl flooring for both restrooms, with cove base, per the plans. Page 4 of 7

5 i) Fire Suppression System: The Port has engaged an FSS consultant to develop specifications for a suitable system, included here as Attachment 3. Contractor/subcontractor designs, drawings and calculations to be reviewed and approved by our consultant prior to submission for permitting. j) Hangar Door: To be motorized. Cleanup and Acceptance: a) All work premises will be cleaned weekly during the construction process and at the completion of the project. b) Accomplish final inspection with building department as required. c) Conduct a post-job walk-through with a Port representative for final sign-off of job completion. Additional Specifications: a) Tenants will be working in adjacent buildings. Contractor to minimize interference as much as possible. The Port will assist with coordination. b) Contractor to post a performance bond prior to contract signing. Cost to be included in the bid. c) Contractor to procure and continuously maintain general public liability and property damage insurance with combined single limits, or their equivalent, of not less than $1,500,000 for each occurrence and a $2,000,000 aggregate for bodily injury and/or property damage. d) Contractor to provide a written change order and costing prior to commencing additional work. e) This is a prevailing wage project. Contractor to comply with all applicable Oregon BOLI requirements. Page 5 of 7

6 Costs and Certification Please provide pricing below, including for any options specified. Provide separate costs for the site work and building construction. Include a time and materials rate for any additional work that may be needed. Include a cover letter and supplemental sheets as desired. The overall fee arrangement, and the services it covers, will be the basis for any contract. Proposals must be certified (signed) in the section following. Quote Form: Name (Business or Individual): Address: Primary Contract Name: Address: Telephone Number (s): Office: Cell: Oregon CCB Registration No.: Properties Inspected? No Yes, when: References Attached? Bid Bond? Timeline Info? Yes No Yes No Yes No Comprehensive Quote: Site Work: Building Work: Time and Materials Rate: Sign Alternate: I,, certify that the information provided herein is true and correct to the best of my knowledge. I understand that it will be grounds for my submittal to be disqualified if any of the information is found to be untrue or inaccurate. Signed, this day, the of, : Signature Title Page 6 of 7

7 Questions/Changes/Limitations on Liability The Port may alter the provisions of this RFP in any of its terms. No part of this solicitation is to be considered part of a contract, nor is any provision contained herein to be binding on the Port unless expressly included by reference or adoption in a subsequent written agreement executed by the Port. If there are any changes in the RFP, additional information will be transmitted to every prospective consultant who submitted a proposal under this RFP. Protests: Protests may be submitted only from those proposers who would receive the contract if their protest were successful. Protests must be received by the Port in writing within seven (7) calendar days following the date the Port s Notice of Intent to Award was issued. The protest must specifically state the reason for the protest and show how its proposal or the winning proposal was miss-scored or show how the selection process deviated from that described in the solicitation document. The contract award process will be put on hold until the protest has been resolved. Timely protests must include all legal and factual information regarding its protest, and a statement of the form of relief requested. Protests received later than specified or from other than the respondent who would receive the contract if the protest was successful will not be considered. The exercise of judgment used by the evaluators in scoring the proposals is not grounds for appeal, unless the protester can show a clear inconsistency in the way proposals were evaluated. The Port Commission may waive any procedural irregularities that had no material effect on the selection of the proposed contract, invalidate the proposed award, amend the award decision, request that Port staff re-evaluate any proposal or require Port staff to cancel the solicitation and begin again to solicit new proposals. In the event the matter is returned to Port staff, Port staff shall issue a notice canceling the Notice of Intent to Award. Decisions of the Port Commission are final and conclude the administrative appeals process. If there are any questions with respect to this RFP, please contact Craig Allison, Property & Operations Manager, at or allison@portsh.org. Page 7 of 7