Associated with the District s Measure A Bond Program and Facilities Improvement Projects

Similar documents
Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Galt Joint Union High School District Marengo Rd Galt, CA Elizabeth Kaufman, Superintendent REQUEST FOR QUALIFICATIONS / PROPOSALS

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR PROPOSALS

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

REQUEST FOR PROPOSAL (RFQ/RFP) No

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Knights Ferry Elementary School District

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

This request for qualifications seeks the following type of service providers:

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR PROPOSALS FOR TOWING SERVICES

REQUEST FOR QUALIFICATIONS/ REQUEST FOR PROPOSALS #

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

CITY OF GOLDEN, COLORADO Parks and Recreation Department

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

Request for Statements of Qualifications Architectural Services

Grant Seeking Grant Writing And Lobbying Services

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Qualifications Construction Manager

REQUEST FOR PROPOSAL (RFP)

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Request for Qualifications for Assistive Technology Consultant Services

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

EXHIBIT A SCOPE OF WORK

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

Chabot-Las Positas Community College District

ANAHUAC INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

Request for Qualifications Long Range Facility Master Plan Services

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

CITY OF INGLEWOOD Residential Sound Insulation Program

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

ENVIRONMENTAL HEALTH AND SAFETY MANAGER

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Dakota County Technical College. Pod 6 AHU Replacement

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN

REQUEST FOR QUALIFICATIONS RFQ NO Orange Coast College Classroom Modernization Project

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

University of California, Merced Central Plant/Telecommunications Reliability Upgrade

SOMERSET COUNTY, MARYLAND

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

Request for Qualifications

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Westside Community Schools Request for Qualifications Architectural Design and Engineering Services Prairie Lane Elementary School March 1, 2018

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

SCHOOL BOARD ACTION REPORT

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

GOOSE CREEK CONSOLIDATED INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Housing Rehabilitation Program Administration

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

LEGAL NOTICE Request for Proposal for Services

The District is looking for the architectural firm to provide the following (not listed in order of preference):

City of Malibu Request for Proposal

NOTICE OF REQUEST FOR PROPOSALS

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

Transcription:

Request for Qualifications / Proposal (RFQ/P) for Hazardous Material Assessment, Abatement Plan, Cost Estimating, and Monitoring Services Associated with the District s Measure A Bond Program and Facilities Improvement Projects February 9, 2015

SECTION 1 INTRODUCTION 1.1 General The ( District ) Board of Trustees is seeking Statements of Qualification ( SOQ ) from interested, qualified, and experienced firms to provide Hazardous Material Assessment, Abatement Plan, Cost Estimating, and Monitoring Services associated with the District s Measure A Bond Program and facilities improvement projects. District voters passed a bond measure in November 2014 authorizing a $5.9M bond to address the most critical renovation/modernization needs identified by a needs assessment completed in early 2014. Additionally, there are developer fee revenues and Prop 39 - California Clean Energy Jobs Act funds to be included in the program. The hazardous material abatement work anticipated by this Request for Qualifications / Proposal ( RFQ/P ) is to be performed in conjunction with various renovation/modernization projects at the District s three (3) school sites and the District s office. The proposed sites are as follows: Burchfield Primary School: Originally built in 1939 with additions in 1954, 1976, 1985, 1986, 1988 and 1990, the school has 3 permanent buildings that contain classrooms, a library, administrative offices, and a cafeteria. The school also has 11 portable classrooms. The total building area is 33,293 SF (22,733 SF Permanent and 10,560 SF Portable Buildings). Egling Middle School: Originally built in 1941 with additions in 1977, 1989 and 1994, the school has 5 permanent buildings that contain classrooms, a gymnasium, administrative offices, and a cafeteria. The school also has 9 portable classrooms. The total building area is 49,339 SF (40,699 SF Permanent and 8,640 SF Portable Buildings). Colusa High School: Originally built in 1959 with additions in 1964, the school has 6 permanent buildings that contain classrooms, a gymnasium, a band room, workshops, administrative offices, and a cafeteria. The school also has 11 portable buildings and other structures that are used as classrooms, storage, and offices. The total building area is 74,834 SF (64,324 SF Permanent Buildings, 6,240 SF Portable Buildings, and 4,270 Other Structures). District Office: Originally built as a Grammar School in 1926, the facility is currently houses the District Office. The total building area is approximately 24,000 SF. The District has recently completed an updated to their Asbestos Hazard Emergency Response Act (AHERA) Asbestos Inspection and Management Plan, and they are available for review upon request. The assessment and preparation of plans and specifications for abatement will begin immediately for inclusion in projects starting construction in the Summer 2015 and Summer 2016. 1.2 Intent The intent of this RFQ/P is to solicit proposals from qualified firms to provide asbestos surveys, assessments, cost estimates, abatement plans and specifications, and monitoring services. The District is also interested in soliciting proposals from the same firm to provide PCB ballast/fluorescent tube handling procedures and lead-based paint surface preparation specifications. Firm must have completed at least five (5) hazardous material assessments, abatements plans and monitoring services for California K12 school districts within the last three (3) years of similar nature to the scope of services requested in the RFQ/P. and Monitoring Services RFQ/P Page 2

The District will evaluate and compare all submitted RFQ/P's and select the most qualified firm based on the proposal content and responsiveness to the District's needs and goals. Interested firms are invited to submit their written SOQ, in accordance with this RFQ by 4:00 p.m. on Friday, February 20, 2015. The proposing firm shall acknowledge all Addenda, and it s the respondent s responsibility to inform the District of their intent to submit an SOQ prior to the deadline for questions. A panel of District staff members, and consultants will conduct paper screening and interviews. Applicants selected for interviews will be advised regarding interview format at the time of notification. The District expects to approve the selected firm at the March 17, 2015 Board meeting. SECTION 2 QUALIFICATIONS 2.1 Hazardous Materials Assessment The respondent shall be fully qualified and experienced in performing asbestos bulk sample surveys of all potential asbestos containing building materials (ACBM), of school facilities. Areas to be surveyed include all interior and exterior building surfaces/finishes for each school that may be affected by the limited scope of these modernization projects. A California State Division of Occupational Safety and Health Certified Asbestos Consultant shall provide the services. Analytical methods for bulk asbestos samples will be in strict accordance with EPA Interim Method 600/M4-82-020 or any revisions thereof, and performed by an NVLAP Accredited Laboratory. The consultant shall have on staff a California State Department of Health Services (DHS) lead certified monitors, supervisors, inspector/assessors, and capability for development of lead based paint specifications. Lead based paint testing shall be performed using a portable X-ray fluorescent (XRF) analyzer. Paint chip and/or dust samples may be collected for confirmation. The consultant shall also perform a visual evaluation of potential hazardous chemicals and/or ballast to determine the need for additional mitigation efforts required for safe demolition. These items may include: PCB ballast/fluorescent tubes, mercury thermostats and light switches; cooling units, air conditioners and water fountains; and other suspect items. 2.2 Cost Estimates The respondent shall be fully qualified and experienced in performing hazardous material abatement cost estimates. The estimate shall include all direct and indirect abatement costs that the District is likely to incur. 2.3 Abatement Plan The respondent shall be fully qualified and experienced in preparing asbestos abatement design specifications, PCB ballast/fluorescent tube handling procedures, and lead-based paint surface preparation specifications. The consultant shall be able to assess existing bulk sampling data, and perform additional bulk sampling to supplement existing data, for the purpose of compliance with U.S. EPA NESHAP requirements. and Monitoring Services RFQ/P Page 3

The written specifications shall comply with US EPA Local Air Quality Management District, and Cal/OSHA regulations for removal, handling, and disposal of ACBM. The consultant shall provide these specifications for each project. The consultant shall prepare the design specifications and other documentation necessary to complete the asbestos abatement scope of work, attend pre-bid meeting, review post-bid project submittals, and attend pre-construction conference prior to contractor starting work. Experience shall include public school projects of similar scope and equal to or greater than the size of the Center Unified School District projects. 2.4 Monitoring The respondent must have verifiable experience in the management and oversight of public school projects of similar scope and equal to or greater than the size of the Center Unified School District projects. The consultant shall furnish all labor, supervision, hygienist, technicians, tools, equipment, supplies, reports, documentation, test, and perform air monitoring/sampling to ensure that the abatement contractor complies with EPA and OSHA regulations and procedures. During the course of abatement work, the consultant shall perform the following task: Attend all necessary construction meetings Review abatement contractor submittals Provide on-site inspection with daily reports and photos of abatement work Maintain on-site records and perform monitoring during all abatement work Monitor abatement contractor s compliance with the plans, specifications, and any regulations including but not limited to certification of abatement workers, ensuring proper containments, and confirmation of removal of all asbestos, lead and hazardous materials Assist District with problems resolutions associated with abatement work Keep District informed of abatement contractor s performance The consultant shall furnish and designate Certified Asbestos Consultants with a minimum of two years experience in Asbestos Abatement Project Oversight Management Services. All field personnel, including Asbestos Site Surveillance Technicians (SST), shall work under the supervision of a Certified Industrial Hygienist (C.I.H.). 2.5 Closeout Upon completion of each project, the consultant shall submit to the District all logs, field reports, notifications, submittals, manifests, certificates, air monitoring/sampling results laboratory reports, forms and information collected during the construction period. The District must receive these documents before final payment is made to the consultant. SECTION 3 SUBMISSION REQUIREMENT AND SCHEDULE 3.1 General The written application should address the applicant's qualifications in each of the areas outlined in the next paragraph. It should also clearly identify the business relationship between various firms involved in the application (e.g., consultant, joint venture, association), and what entity will enter into an Agreement with the District. Key personnel who will be working on District projects should be identified, and resumes should be limited to these personnel. and Monitoring Services RFQ/P Page 4

3.2 Format The response to this Request for Qualifications (RFQ) is to be a written Statement of Qualification describing the qualifications of the firm, as outlined below. 3.3 Anticipated Schedule EVENT Release RFQ/P Document 02/09/15 Deadline for Questions Receive Statement of Qualifications DATE 02/16/15 by 2:00 p.m. 02/20/2015 by 4:00 p.m. Evaluate Statement of Qualifications Week of 02/23/15 Interviews (if necessary) Week of 03/02/15 Final Selections and Notifications Week of 03/09/15 Board of Trustees Approves HazMat Firm 03/17/15 3.4 Requirements Submittal shall be a maximum length of twenty (20) pages on 8 ½ x 11 sheets, single-sided, with no less than 10 pt font. The 20-page limit includes cover letter. Sample documents, including resumes, may be included in an appendix. Submit three (3) copies along with a digital copy of the firms Statement of Qualifications to: Mr. Dwayne Newman Superintendent 745 Tenth Street Colusa, CA 95932 Telephone: 530-458-7791 3.5 Submittal of Proposal Submittals should be verified before submission. Adjustments will not be permitted after submission to the District. The District will not be held responsible for errors or omissions on the part of the firm in the preparation of the submittal. 3.6 Signatures Submittals cover letters must be signed by a representative of the firm with authorization to bind the firm by Agreement. Authorized signature acknowledges the information contained within the proposal to be true and accurate. 3.7 Disqualified Statements Any submittal received by the District after the stated date/time will be refused and returned. 3.8 Withdrawal of Submittal Firms may withdraw their submittal, either personally or by written request, at any time prior to the closing time for the receipt of submittals. and Monitoring Services RFQ/P Page 5

3.9 Contact Firms interested in making a submittal are directed not to make personal contact with District s Board members. Any contact will constitute grounds for disqualification. Questions regarding the RFQ should be directed to: c/o Steven McGuckin, AIA Capital Program Management, Inc. 1851 Heritage Lane, Suite 210 Sacramento, CA 95815 (916) 553-4400 stevenm@capitalpm.com 3.10 Rights of the District The District reserves the right to complete the selection process without proceeding to an interview process and may choose to select based on the information provided in the submittal. This RFQ does not commit the District to award a contract or pay any costs incurred in the preparation of a response to this RFQ. The District reserves the right to accept all or part of any submittal or to cancel in part or in its entirety the RFQ. The District further reserves the right to select the firm that it considers to be in the best interest of the District. The District reserves the right to reject all submittals, or to waive any irregularities or informalities in the submittal process. 3.11 Insurance Requirements The District expects any firm submitting a Statement of Qualifications to be able to meet the following minimum insurance requirements: Workers Compensation: $1M/minimum limit Commercial General Liability: $1M/ each occurrence, $1M/aggregate Professional Liability: $1M/per claim, $1M/aggregate SECTION 4 MANDATORY ELEMENTS AND SEQUENCE OF STATEMENT OF QUALIFICATION The selection criteria will be based on the total score for Section 4 with consideration given to company background, office location, experience and references. 4.1 Cover letter and Introduction Company Name Address Contact Name Confirm if firm is an individual, partnership, corporation, or joint venture 4.2 Company Background General Information Number of Employees Years in Business Years Experience with K-12 Public Schools Name(s) of Owners and Monitoring Services RFQ/P Page 6

Home Office Location Local Office Location Types of License Held License Numbers Primary Business Types Market Areas Website Address Identify Contact Person Including Phone, Fax and Email 4.3 Experience and References Provide a reference and brief description of five (5) of the firm's experience in similar projects, preferably California K-12 school districts and modernization/renovation projects. Please provide: Owner s Name Contact Name Address Phone Contact Email Project Name Project Description/Type Project Value Project Dates Names and phone number of Owner s Representative Name and phone number of school principal Name of Design Firm Staff Assigned to Project 4.4 Proposed Sub-Consultants Note length of time the sub-consultant has worked with the firm. Include resumes and related experience for members of sub-consulting firms who will be working on District projects. 4.5 Firm s Quality Assurance / Quality Control Process Firm s approach to obtaining the highest possible quality of bid documents. Be specific about your methods of consultant coordination and internal quality control. Experience with Outside Plan Reviewer. Be specific about your proven ability and willingness to work with an outside plan reviewer, including making changes in the plans and specifications based on the review. 4.6 Ability to Perform Ability to complete documents within aggressive time frames. Ability to keep project designs within defined budgets. Ability to produce high quality, complete and fully coordinated documents. 4.7 Staffing Resumes of Proposed Project Team and key personnel. Staffing approach, and Roles/Responsibilities for Project Team. 4.8 Professional Fee Submit a Fee Proposal in a separate sealed envelope, marked Fee Proposal for all proposed services and include and Hourly Rate Schedule for proposed team. and Monitoring Services RFQ/P Page 7

4.11 Litigation Within the last five (5) years, have you ever initiated litigation against a client on a public school project? Within the last five (5) years, has a client ever initiated litigation against your firm? If the answer to either question is yes, please give details including nature of dispute, ultimate resolution of dispute, and names of references who can verify information provided. 4.9 Termination Have you ever been terminated by a client? If so, please indicate why and provide names and phone numbers of references who can verify the information provided. 4.10 Statement of Non-Conflict of Interest Complete Attachment A Statement of Non-Conflict of Interest Form, attached hereto. and Monitoring Services RFQ/P Page 8

ATTACHMENT A COLUSA UNIFIED SCHOOL DISTRICT STATEMENT OF NON-CONFLICT OF INTEREST The undersigned, on behalf of the consulting firm set forth below (the Consultant ), does hereby certify and warrant that, if selected, the Consultant while performing the consulting services required by the Request for Qualifications shall do so as an independent contractor and not as an officer, agent or employee of the District. The undersigned further certifies and warrants that: (1) no officer or agent of the Consultant has been an employee, officer or agent of the District within the past two (2) years; (2) the Consultant has not been a source of income to pay any employee or officer of the District within the past twelve (12) months; (3) no officer, employee or agent of the District has exercised any executive, supervisory or other similar functions in connection with the Consultant Agreement or shall become directly or indirectly interested financially in the consultant Agreement; and (4) the consultant shall receive no compensation and shall repay the District for any compensation received by the Consultant under the Consultant Agreement should the consultant aid, abet or knowingly participate in violation of this statement. Signature Printed Name Title Date and Monitoring Services RFQ/P Page 9