Loading...
HomeMy WebLinkAboutItem 14 Consideration to Award RFP#05-002, Design Build Services for Ocoee Senior Citizens/Veterans Service Center to Southern Building Services in the Amount of $549,539.00 AGENDA ITEM COVER SHEET Meeting Date: 4/19/05 Item # t 4' Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: _ I -.. J / Department Director: ~a ~bZ City Manager: ------;i1}!~ ~ , Subject: Award of RFP#05-002, Design-Build Services for Ocoee Senior CitizensNeterans Service Center Background Summary: In compliance with policies and procedures of the City of Ocoee Purchasing Code Chapter 21, Chapter 4 of the City Ordinances, and State of Florida Statute Section 287,055(9) CCNA Act, a Request for Proposals (RFP) was advertised with the intention to select a firm deemed to be the most highly qualified for design- build services. The budget for this project is $550,000 funded by grants from the U,S. Department of Housing and Urban Development (HUD). The scope of work includes a design-build project to modify and renovate the existing building and grounds at the Ocoee Senior CitizensNeterans Service Center (formerly Glad Tidings Church) located at 1701 Adair Street, Ocoee, Florida. Issue: A ward the design-build services for the Ocoee Senior CitizensN eterans Service Center to Southern Building Services, Inc" as recommended by the Selection Committee, Recommendations Staff recommends that the City Commission: I ) Award RFP #05-002 to Southern Building Services, Inc" per the selection committee recommendation, and to authorize the Mayor, City Clerk, and staff to execute all necessary contract documents between the City and Southern Building Services for $549,539,00, provided that the contractor has obtained the required bonds and insurance coverage. Attachments: 1. Southern Building Price Proposal 2. Mulligan Price Proposal 3. RFP Evaluation Form 4, RFP Checklist 5, RFP Design Criteria/Scope of Work Financial Impact: $549,539 funded by HUD grants. Type of Item: D Public Hearing For Clerk's Deaf Use: D Ordinance First Reading D Ordinance First Reading D Resolution [8J Commission Approval D Discussion & Direction D Consent Agenda D Public Hearing ~ Regular Agenda D Original DocumenUContract Attached for Execution by City Clerk [gI Original DocumenUContract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~~~ D N/A D N/A D N/A City Manager Robert Frank Commissioners Dannv Howell, District 1 Scott Anderson, District 2 Rustv Johnson, District 3 Nancv J_ Parker, District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Age~ April 11 , 2005 FROM: DATE: RE: Award ofRFP #05-002, Design-Build Services for Ocoee Senior CitizensNeterans Service Center ISSUE A ward the design-build services for the Ocoee Senior CitizensN eterans Service Center to Southern Building Services, Inc., as recommended by the Selection Committee. BACKGROUNDIDISCUSSION In compliance with policies and procedures of the City of Ocoee Purchasing Code Chapter 21, Chapter 4 of the City Ordinances, and State of Florida Statute Section 287.055(9) CCNA Act, a Request for Proposals (RFP) was advertised with the intention to select a firm deemed to be the most highly qualified for design-build servIces. The budget for this project is $550,000 funded by grants from the U,S. Department of Housing and Urban Development (HUD), The scope of work includes a design-build project to modify and renovate the existing building and grounds at the Ocoee Senior CitizensNeterans Service Center (formerly Glad Tidings Church) located at 1701 Adair Street, Ocoee, Florida. This project was advertised on January 23, 2005 and publicly opened on March 3, 2005. The Finance Department reviewed the two (2) proposals and all were considered responsive, The proposals were then evaluated by the RFP selection Committee, which consisted of three (3) members: Johnny Farmer, Parks and Recreation Director; Robert Zaitooni, Public Works Director; and Terry Reed, Facilities Maintenance Supervisor. The public RFP selection committee meeting was held on March 30, 2005 to short-list the firms based on their proposals, Each member of the Selection Committee evaluated and ranked the firms from 0-100 points based on specific evaluation criteria, which is attached on the evaluation form, with a total of 300 possible points, After an intensive review, the selection committee recommends awarding the Design-Build Services for the Ocoee Senior CitizensN eterans Service Center to Southern Building Services, Inc. based on the following rationale: . Southern Building Services' RFP response was more comprehensive and demonstrated a better understanding of the scope of work to be performed, o Southern put together a package of improvements meeting the grant target amount of $550,000,00. o Southern included several premier and innovative design enhancements in their response which would provide for a more aesthetic building. o Southern has a much more extensive work history in construction and renovation of Government and Parks/Recreation buildings, especially in the State of Florida. Please see the attached evaluation form and checklist, copies of the complete proposals are available in the Finance Department for your review, The short-listed firms and their proposals were as follows: 1. Southern Buildin2 Services. Inc. 2, Mulligan Constructors $549,539.00 $431,812,00 286 points 282 points RFP#05-002 DESIGN/BUILD SERVICES FOR THE OCOEE SENIOR CITIZENS/VETERANS CENTER 3/03/05 2:00 pm Submission License No. FIRM Architect Requirements Bid Security Check Price Proposal yes, no subcontractor $381,812-construction Walton list included, contractor $50,000-design 1 Mulligan Constructors Architectural to provide bid bond yes $431,812 Total MLM-Martin 2 Southern Building Services Architectural yes bid bond yes $549,539 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 EVALUATION FORM RFP #05-002 Design-Build Services for Ocoee Senior CitizensNeterans Service Center COMBINED TOTALS....FOR FINANCE DEPT USE ONLY COMBINED TOTALS Evaluation Criteria Mulligan Constructors Southern Building Services ropose aXlmum Price Proposal & Proposed Design Solution (0-150 points) ua I Ica Ions, Experience of the Firm/Personnel, MBE/WBE Grant Requirements (0-150 points) 147 143 135 143 COMBINED TOTAL ALL EVALUATORS (0-300) outhern Building . ervices, Inc. nsed General Contractor EXHIBIT F BID FORM RFP # 05-002 DESIGN BUILD SERVICES FOR OCOEE SENIOR CITISENSNERT ANS SERVICE CENTER Total Guaranteed Maximum Price: $549.539.00 Five Hundred Fortv-Nine Thousand Five Hundred Thirty-Nine Dollars and Zero Cents Name of Firm: Southern Building Services. Inc. License No. CGC060685 Title: President Note: Reference City Ordinance Section 4-4 E. PRICE PROPOSAL & DESIGN PROPOSAL MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE. 1165 E. PLANT STREET STE. 9 * WINTER GARDEN, FL 34787 * PH 407-877-1108 * FAX 407-877-7188 EXHmIT F BID FORM RFP #05-002 DESIGNIBUlLD SERVICES FOR OCOEE SENIOR CITIZENSNETERANS SERVICE CENTER DESIGN SERVICES Total Guaranteed Maximum Price: $ 50,000 Fifty Thousand Dollars and o Cents Name of Firm: Mulligan Constructors Walton Architectural Associates .._.-...,..., Liscense No. CGC 1507488 AAC000807 March 3,2005 By: Jason Mulligan Date: Signature: d~- V{~.~rtk: Note: Reference City Ordinance Section 4-4E. PRICE PROPOSAL & DESIGN PROPOSAL MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE EXHmIT F BID FORM RFP #05-002 DESIGNIBUlLD SERVICES FOR OCOEE SENIOR CITIZENSNETERANS SERVICE CENTER CONSTRUCTION SERVICES Total Guaranteed Maximum Price: $ 381,812 Three Hundred Eighty One Thousand Eight Hundred Twelve Dollars o Cents Name of Firm: Mulligan Constructors Walton Architectural Associates Liscense No. CGC 1507488 AAC000807 March 3, 2005 By: Jason Mulligan Date: Signature: Jo..o", tJ...L-l. rille: Note: Reference City Ordinance Section 4-4E. PRICE PROPOSAL & DESIGN PROPOSAL MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE A. Project Grant & Budget The approximate budget for this project is $550,000 and is in part funded by grants issued by the U.S. Department of Housing and Urban Development (HUD). Strict compliance with the terms and conditions of the requirements of the grants is required. A copy of one of the Grant Agreements is provided in Exhibit A of this document. B. Project Description The City purchased the former church at 1701 Adair Street, Ocoee, Florida 34761 with the intention of using the building after renovations for senior citizen and veteran's functions. The land parcel is 3.85 acres and the current building is approximately 4,500 square feet. The City desires to renovate the building as described below in the order of priority and as funds are available, Minimum requirements for each item listed are specified below: 1. Renovate and enlarge the existing bathrooms to meet ADA requirements and to provide an adequate number of stalls as required by all applicable land development and building codes. 2, Renovate and enlarge the existing kitchen to accommodate a commercial stove/oven, microwave oven, and refrigerator with icemaker, and food storage area, Provide counter space for food preparation. All new appliances must be furnished and installed. 3. Calculate the required size for existing building plus 750 square foot addition and replace the heating/cooling system with appropriate size and brand as needed. 4, Renovate, retrofit, and/or replace the existing building electrical and plumbing systems to accommodate the needs and meet the current electrical and plumbing code requirements and City building requirements. Replace fixtures, lights, and faucets as needed. 5. Replace the roof shingles, underlayment, damaged wood surface, drip edge, gutters, and suffets. 6. Replace the floor with durable commercial tile, carpet, or combination of carpet and tile as appropriate and approved by the City. 7. Remove and salvage existing stain glass windows and all other damaged or inefficient windows and replace with uniform energy efficient windows, 8. Remove and replace all damaged exterior wall components, stucco the entire exterior of the building to a uniform texture as approved by the City, and paint the entire exterior to colors chosen by the City. 9, Remove and replace all damaged interior wall components and paint the entire interior to colors chosen by the City 10. Replace all non-conforming, damaged and/or deteriorated interior/exterior doors. 16 11. Pave the parking area and driveway for the building to meet the current Land Development standards and provide adequate parking and circulation for the building 12. Install exterior lighting system for the building and parking lot with fixtures selected by the City, 13. Evaluate connection to existing sanitary sewer system or remove the existing septic system and construct new septic system. 14. Add, replace, and/or upgrade the landscaping for the entire facility to include shrubs, trees, sod, and mulch. It shall be the Firm's responsibility to completely and clearly illustrate how each proposed item will satisfy City's required and desired modification/improvements as stated under Project Description; and overall, how many of the items on City's desired list will be satisfied for the available funds, All electrical, mechanical, plumbing system, air conditioninglheating system shall be designed to account for a future 750 square foot addition. C. Project Management Plan Within 10 calendar days from date of notice-to-proceed letter, the Firm shall submit a detailed project management plan that shall describe all project design and construction activities and time allotted for each task, identify responsibilities and responsible parties, specify procurement & review times, etc.; from start to completion, Minimum submission shall include the following: . Project management plan . Project schedule . Qualification and copies of the current licenses for all design and construction contractors, sub-contractors, etc. . Quality control plans . Schedule of project meetings D. Qualifications of the Firm The project design-build contractor, sub-contractors, design architect and engineer, and all other design or construction professionals, shall be properly licensed to perform such work in the State of Florida by their appropriate licensing entities, Copies of all active licenses of participants shall be submitted to the City as a part of the their management plan, 17 E. Compliance with the American with Disabilities Act (ADA) Standards Unless otherwise provided in writing by the City, it is required that all building features must comply with ADA requirements including access entries, floor elevations, bathrooms, kitchen area, appliances, etc. SECTION 7. PROJECT SCHEDULE Time allotted from start to completion and occupancy is 180 calendar days, Start time is defined as 3 calendar days from the date of notice- to-proceed to the Firm. Using a simple bar type illustration or other effective methods, the Firm shall clearly detail their schedule from start to final completion and occupancy. The schedule shall include all design, planning, procurement time, permits, inspection time, curing time, etc. The City desires to occupy the completed building no later than August 1,2005. SECTION 8. GOVERNING STANDARDS & MINIMUM REQUIREMENTS A. General Unless it is expressly authorized in writing by the City, all design and construction shall be in accordance with the latest requirement of the following standards: . State of Florida Uniform Building Codes . City of Ocoee Land Development Codes . Orange County Department of Health . State of Florida Department of Environmental Protection . St. Johns River Water Management District . U,S. Standards for Americans with Disabilities Act (ADA) Each entity engaged in design and construction on this project is required to be familiar with industry standards applicable to those entities' design or construction activities. Copies of applicable standards are not provided in this document. Where copies of standards are needed, Firm shall obtain copies directly from the publication source, A selected group (partial list) of organizations, trade associations, authority having jurisdiction is listed below: American Concrete Institute - ACI American Institute of Architects - AlA American National Standards Institute - ANSI 18 Air Conditioning and Refrigeration Institute - ACRI American Society of Heating, Refrigerating, and Air-Conditioning Engineers - ASHRAE American Society of Mechanical Engineers - ASME American Society of Plumbing Engineers - ASPE American Water Works Associates -A WW A Carpet and Rug Institute - CRI Concrete Reinforcing Steel Institute - CRSI Door and Hardware Institute -DHI Institute of Electrical and Electronic Engineers - IEEEE National Electric Code - NEC National Electrical Manufacturers Association -NEMA National Fire Protection Association -NFP A National Roofing Contractors Association -NRCA Plumbing and Drainage Institute - PDI Occupational Safety and Health Administration - OSHA B. Minimum Requirements It shall be clearly understood that all work and material used for this project shall meet the latest standard industry product specifications and State of Florida building codes, In addition, the following product minimum requirements are established for the major components of the project: Interior Walls Construction & Finish All interior new or replacement walls shall be framed with approved metal framing products and shall be finished with a minimum 5/8" drywall fastened with manufacturer's recommended screws. Exterior Walls Construction & Finish All existing, new or replacement exterior surfaces shall have a uniform stucco finish, The structure of the new or replacement walls shall closely match the existing construction method and shall meet or exceed the building code requirements. The Firm shall submit the proposed construction material and methodology for review and approval by the City prior to performing the work. Interior/Exterior Primer & Finish Paint All new interior & exterior surfaces shall be primed with appropriate paint. All interior and exterior surfaces (new and existing) shall be finished with a minimum I5-year premium Satin finish, A color chart and the recommended interior and exterior colors shall be submitted for 19 approval by the City. Upon approval of the color, a sample of the finish exterior and interior paints shall be submitted for approval prior to performing the work. Building Roof The existing roof shingles, underpayments, roof mounted ventilation, metal drip edge, suffets, gutters, etc. shall be removed, The exposed wood surface shall be inspected for defects or damage and all damaged wood surface material shall be removed and replaced with material and construction method meeting the latest building code requirements, All new roof construction shall meet or exceed the latest building code requirements and shall be have a minimum of a 3D-year life expectancy. All new underlayments, shingles, drip edges, suffets, vents, etc, are required for a complete reconstruction, The new roof shingles shall be architectural type. A sample shall be submitted for review by the City prior to procurement. Air Conditioning & Heating System The existing AC and Heating system shall be abandoned and replace with a new system with sufficient size and efficiency design for the building and a future addition of 750 square feet. The existing duct system shall be evaluated by a qualified licensed contractor and all defective, non-functional, or damaged segments shall be replaced with new duct system meeting the new AC/Heating design requirements, The design-build Firm shall retain a qualified and licensed AC/Heating specialists to prepare and submit a complete report containing the design calculation and recommended size, brand, and model for installation. Plumbing System & Fixtures A qualified and licensed professional from the design-build Firm shall conduct a comprehensive evaluate of the existing plumbing system and make recommendations for reuse or replacement of items. The evaluation shall include but not limited to the following: . Water supply lines, valves, etc, · Bathroom fixtures including toilets, sinks, faucets, etc. · Kitchen fixture including double stainless steel sinks with garbage disposal, faucets, etc. · Drain pipes, vents, fixtures, etc. In their report to the City, the Firm shall clearly identify the items to be replaced and specify the recommended commercial grade replacement products and costs, Minimum standards for new and replacement plumbing shall be as follows: · Water supply pipes and coupling- copper of appropriate size and specifications. · Drain pipes and coupling - PVC with appropriate Schedules meeting or exceeding the building codes and industry recommended grades. 20 . Kitchen and bathroom faucets - metal washerless fixtures Septic Tank & Drainfield A qualified and licensed professional from the design-build Firm shall evaluate the existing septic system (location, capacity, discharge lines, tank, drainfield, and pump if applicable), The Firm shall evaluate the potential and cost-effectiveness of connecting to the sanitary system or utilizing a septic system The Firm shall make recommendations to the City to replace part or all the components and cost of the replacement. If connection to the sanitary system is recommended, the Firm shall prepare a design for the recommended lift station, pipes, power connection; and submit to the City for approval. If a new septic system (if recommended) shall be designed with sufficient capacity to accommodate the current building needs and future expansion, The Firm shall be responsible for the design, permitting, and construction of a complete septic system in accordance with all applicable laws and codes. Electrical System & Fixtures A qualified and licensed professional from the design-build Firm shall conduct a comprehensive evaluation of the existing electrical system and prepare and present a formal report to the City for review. The report shall address but not limited to the following components: · Electric service . Electric meter · Electric junction boxes · Grounding system · Electrical wiring · Electrical outlets and switches · Interior lighting adequacy and fixtures In their report, the Firm shall recommend the components to be replaced and the costs of replacement. All new and replacement components shall completely meet all applicable electrical standards and codes. All interior wiring shall be copper of appropriate gauge and shielding. Fire Protection System A qualified and licensed professional shall conduct a comprehensive evaluation of the fire protection system, identify deficiencies, and recommend options meeting or exceeding the present building code requirements. In their report, the Firm shall specify system type, material and product specifications, and tabulate the complete costs of the required fire protection system, 21 Floors All interior flooring shall be replaced with a durable commercial grade tile (ceramic or vinyl), carpet or combination of both throughout the building. The design-build Firm shall present 2 options to the City for consideration. Windows & Doors A qualified and licensed professional shall evaluate all interior and exterior doors, door jams, and windows and present recommendation to the City for reuse or replacement of the doors and windows. All new interior doors shall be of hollow-core wood material. All exterior doors shall be weather resistant durable solid wood or metal type. All new windows shall be metal framed, double-pane energy efficient type with screens and easy maintenance features. Appliances All appliances shall be replaced with the following minimum requirements: . Water heater - electric energy efficient, 40 gallon minimum, quick recovery · Refrigerator - minimum 22 cubic feet, side-by-side, frost-free, with ice maker · Commercial stove & oven combination- electric self cleaning with timer, hood with light/fan, and ventilation · Microwave Oven - minimum 800 watt, },O cubic feet, free standing Parking Lot and Driveway The design-build firm shall prepare a plan for a paved parking area and driveway meeting the City's land development and engineering design codes. The Firm shall determine the required number of spaces, disabled parking requirements, loading/unloading zones, circulation plan, signing/striping plan, etc. The structure of the pavement shall comply with current City engineering standards with a minimum of 6" of limerock base and minimum 1.5" of Type S Asphalt Pavement. The design of the parking lot and driveway shall address the storm water treatment requirements and flood control. The Firm shall be responsible for permitting of the paved areas with SJRWMD, Landscaping A qualified and licensed professional shall prepare a landscape plan and schedule based on City's land development codes for the property and make recommendation to type of plants, sod, landscape, etc. 22 SECTION 9. PERMITS & INSPECTIONS The design-build Firm shall be responsible for filing the necessary permit application for all components of the project with all regulatory agencies and pay the appropriate fees as necessary. The Firm shall prepare and include the necessary design drawings, diagrams, and lists as needed for issuance of the permit. It is understood that due to the nature of the design-build projects, final design drawing may not be available when applying for a permit. Therefore, it is permissible for the Firm to file a general permit at the beginning of the project and submit design drawings as they become available. The Firm shall be responsible for scheduling, attending, and complete all necessary inspections to satisfy the permit requirements, City will provide a project representative to coordinate the work with the firm as needed. However, City may not provide a full-time project inspector. SECTION 10. DEFECTIVE MATERIAL The design-build Firm shall use suitable material and construction methods meeting the latest industry standards and building codes, Failure of the City to detect defective material and/or poor construction method does not relieve the Firm prior or after the completion of the project. SECTION 11. PLANS & AS-BUILDS Prior to commencement of construction, the design-builder firm shall prepare and submit design drawings for various components of the renovations/modifications. The design drawings shall include sufficient details for review and construction, A qualified and licensed professional licensed in the appropriate field in the State of Florida shall prepare all design drawings, The submittals detailing the products and material to be used shall accompany the design-drawing package, The design-drawing package shall be submitted to the City at least ten (10) working days prior to commencement of each component of work. City shall provide comments or pose questions in writing to the Firm within a five (5) calendar day review period, The design-build Firm shall revise and resubmit the design drawings upon receipt of the comments, Upon completion of the project and prior to final payment, the design-build Firm shall submit an as-built drawing to the City for the records, Two (2) full size (24" x 36") scaled paper originals and a CD containing the electronic file of the modified building in an appropriate electronic format shall be submitted to the City, 23 SECTION 12. PRODUCT SUBMITTALS & SHOP DRAWINGS All products, material, parts, fixtures, etc., used for this project must meet or exceed the minimum specifications established in this document and as specified by the governing industry. The design-build Firm shall submit the product information and specifications to the City for approval prior to installation in their design-drawing package for various improvements. Where applicable, the Firm shall submit shop drawings prepared by a licensed professional in the State of Florida for the proposed improvements for approval by the City. Failure of the City to detect defects and errors on submittals and shop drawings does not relieve the design-build Firm from their responsibility to deliver and construct a quality product meeting or exceeding the requirements specified herein and industry recommended standards. SECTION 13. QUALITY CONTROL The design-build Firm shall submit a formal Quality Control Plan to the City for approval as a supplement to their Project Management Plan, The Quality Control Plan shall specifically address the procedures, check lists, color-coding peer-review, etc., to be used in design, construction, and products/material submittals. SECTION 14. PROJECT MEETINGS The design-build Firm shall attend regular bi-weekly project progress meetings at a location chosen by the City, In addition, the Firm shall attend the following meetings: . Project kick-off meeting no later than seven (7) calendar days after the notice-to-proceed. . Design review meetings . Project inspections It shall be the design-build Firm's responsibility to: . Create a master attendees list with all contact information for the key project members . Prepare an agenda item for each meeting . Record the minutes of every meeting . Distribute the minutes to all attendees . Create an action-item list with specific time table 24 SECTION 15. PROJECT OFFICE, RECORDS, & SECURITY Proiect Office The design-build firm shall maintain an adequate temporary office space and bathroom facilities on site, The office space shall have power, lighting, and air-conditioning; and shall have sufficient space to hold meetings and project plans. Alternatively, subject to City's approval, the Firm may propose and arrange a portion of the exiting building for such use as long as it meets the same requirements for a temporary office. Proiect Records The design-build Firm shall maintain and update a complete project file of all project activities, meetings, materials, plans, correspondence, etc, in chorological order and orderly manner. The project files shall be available for inspection at any time during the working hours (Monday through Friday, 8:00 AM to 5:00 PM, except for the holidays) by the City or other authorized agencies, Prior to the final payment, Firm shall submit a complete copy of the files to the City for the records. The design-build Firm shall maintain a detail daily activity report recording every event and activity, The daily log shall contain the activity title, description, name of person or group performing the activity, start time, end time; and any and all other project related information, The daily reports shall be ready for inspection for by 9:00 AM each day fro the previous day and shall be maintained in abound file at the Firm's project office, Security The design-build Firm shall provide adequate security against theft, vandalism, and otherwise inappropriate use of the building or the property from the effective date of the notice-to-proceed through final completion and acceptance by the City. All missing and damaged items during this period shall be replaced or repaired to the satisfaction of the City at no additional costs. SECTION 16. WARRANTY REQUIREMENTS The design-build Firm shall submit all applicable product manufacturer warranties in writing to the City upon the completion of the project. The product warranties shall specifically name the City as the owner. The design-build firm shall repair/replace all defective or poorly functioning products for a period of 12 months after acceptance by the City or the manufacturer's specified warranty, whichever is the longest at no additional costs to the City. 25