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

Similar documents
Architectural Services

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

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

City of Malibu Request for Proposal

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS

Redevelopment Authority of Allegheny County

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

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

Request for Proposal. Parenting Education

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Request for Proposal. Independent Living

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

Request for Proposals (RFP) for Professional Design and Engineering Services

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

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

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Request for Proposal. Interpretation/Translation Services

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

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

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

REQUEST FOR PROPOSAL

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

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

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSAL Milling Services

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

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

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

Arizona Department of Education

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

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

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

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

Request for Qualifications Construction Manager

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

REQUEST FOR QUALIFICATIONS. Design Professional Services

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

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

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Knights Ferry Elementary School District

INDEPENDENT AUDITING SERVICES

Galesburg Public Library, Galesburg, IL

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

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

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

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

SECOND REQUEST FOR PROPOSALS. for

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Automated Airport Parking Project

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Disadvantaged Business Enterprise Supportive Services Program

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Muskegon Community College Request for Proposal General Contractor for Remodel of Planetarium

REQUEST FOR PROPOSALS RFP# CAFTB

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

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Chabot-Las Positas Community College District

Request for Qualifications

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

Transcription:

Weber Mosquito Abatement District Ryan J. Arkoudas, Director 505 West 12 th Street, Ogden, Utah 84404 Office (801) 392-1630 Fax (801)393-9399 www.webermosquito.com REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES July 11, 2017 PROPOSAL DEADLINE: August 9, 2017 @ 4:00pm PROPOSALS DELIVERED TO: Weber Mosquito Abatement District office and attention to: Ryan Arkoudas, Director You are hereby invited to submit a proposal for Architectural/Firm Services according to the terms and conditions outlined below. The intent of this RFP is to have qualified architects and architectural firms under consideration to specifically address the services required and provide a well-considered price proposal for those services. Questions must be submitted in writing via email no later than August 4, 2017 to Ryan Arkoudas (ryan@webermosquito.com). Responses to timely submitted questions will be posted on the District s website (www.webermosquito.com) no later than August 7, 2017. Weber Mosquito Abatement District will not accept, and cannot respond to questions via other methods. Interested firms are invited to visit the Weber Mosquito Abatement District on Wednesday, July 19, 2017 at 10:00am for a site visit. A site visit may also be conducted by calling the District office and making an appointment. SCOPE OF SERVICES The District is requesting full architectural services for the programming, design, cost estimating, preparation of construction documents, reproduction costs, bidding, bid evaluation, construction administration, final inspection, and project acceptance. In summary, the District is desirous that the successful architect/firm provide a full range of professional services, exclusive of special inspections, to assist it in the successful completion of the project. Unless noted by the architect, the District will assume that all costs to accomplish these goals are included in the proposal. DESCRIPTION OF PROJECT The project will include the remodeling of the main office entrance, removal of one covered parking area and a small storage building, the design and construction of an addition to the main office building, to include a laboratory and men s and women s locker rooms, vehicle and equipment storage building, a vehicle wash bay, reconstruction of an evaporation pond. The District is looking for the architectural firm to provide the following (not listed in order of preference): 1. A conceptual plan for the buildings in the project, incorporating the latest thinking in the field concerning laboratory space. 2. Recommendations relative to the installation of different building systems. 3. Specific conceptual drawings and detailed engineering and construction drawings that will serve as the basis for both bidding and construction by a general contractor. 4. Help with selection of construction firms that should be given opportunity to bid on the project based on their reputation for quality, their experience, their reputation for on-time and on-budget performance, and their financial credibility. 5. Help with preparation of necessary bid documents to be sent to construction firms for the project.

6. Review of the bids received to assess the relative merits of each and assist the District in awarding the contract, as well as in preparing an appropriate contract. 7. Regular site observations of the contractor and subcontractors during the construction phase, and sign off on construction drawings to assure that scheduled payments are made, with appropriate holdbacks, when predetermined work has been completed. 8. Assistance, where necessary, with the government approval process (i.e., permits). 9. Final sign-off on the project, assuring that the final project represents what was originally conceptualized and captured in the working drawings. As this proposal covers removal of a building, new construction, and renovations and additions to an existing building, please answer the questions providing information to support the firm s qualifications in these areas. 1. Provide the following information: a. Name of firm b. Complete address c. Contact person d. Telephone number e. Fax number f. Internet address g. E-mail address 2. Provide a General Statement of Qualifications that responds to the project background information given above, including a description of your firm s management approach for these projects. Please describe any unique aspects your firm may employ in the design of the project. 3. Representative Projects: List a minimum of five (5) projects completed by your firm that best represents a similar scope, budget, program, and complexity. For each project, please include 4. Personnel a. Completion date b. Name and location c. Budget d. Graphic description e. Photographs f. Contact information of reference for the project a. List the professional and support positions and number of personnel in each position. b. Provide an organizational chart, including resumes of all personnel who would be committed to the project. Provide specific information as to their experience on projects similar to this one. For the project

manager and project architects identified as part of the project team, provide the name and phone number of two clients with whom the architect has worked on a similar building project. c. List professional consultants outside your firm whom you propose would provide services not available in your firm. Provide specific information documenting their work on similar projects. 5. Fees. Firms must provide a breakdown of all fees to perform the work proposed in the proposal that accounts for the design, bid, and construction portions of the project. The pricing component of the proposal must be submitted in a separate, sealed envelope clearly marked Fees. The Weber Mosquito Abatement District reserves the right to reject or declare unresponsive any or all proposals, with or without cause, and to make awards in its best interest. NOTE: Although proposed fees will be taken into consideration, the Weber Mosquito Abatement District reserves the right to negotiate a lower or different fee structure with any firm that is selected. The selection of the successful architect/firm will not be based solely on the fee. Selection Procedures 1. The District's selection committee will consist of 3 5 members of the District s Board of Trustees and the District Director. 2. The District will review all architect/firm submissions and utilizing a matrix of pre-determined, weighted values for each of the required items (attached), select the (3) architects/firms receiving the highest scores in the evaluation process. 3. The (3) architects/firms receiving the highest score may be invited to participate in an interview with the selection committee. The architects/firms are requested to limit the number of participants in the interview to the project architect and/or one principal of the firm. (Date, time, and location of the interview are yet to be determined.) 4. Following the interviews, the selection committee will score the interview, rescore criteria in the RFP based on information obtained in the interview (at their discretion), and designate the two architects/firms receiving the highest scores as the primary and secondary architects/firms. 5. The District will then enter into negotiations with the primary architect/firm to establish the value of compensation and other relevant issues. 6. In the event the District is not able to negotiate a mutually acceptable contract with the primary architect/firm, it reserves the right to terminate negotiations and then undertake negotiations with the secondary architect/firm. GENERAL CONDITIONS FOR PROPOSALS 1. Failure to read the Request for Proposal and comply with its instructions will be at the architect's/firm's own risk. 2. All prices and notations must be printed in ink or typewritten. Errors may be crossed out and corrections printed in ink or typewritten, adjacent to the corrected error. Person signing the proposal must initial all corrections in ink. 3. Corrections or modifications received after the closing time in this RFP will not be accepted. 4. The proposal must be signed by a designated firm representative or officer who is authorized to bind the architect/firm contractually. Submission of a signed proposal to the District will be interpreted to indicate the architect's/firm's willingness to comply with all terms and conditions set forth herein. AWARD The District reserves the right to reject any and all proposals. The District also reserves the right to waive any irregularity, informality, or technicality in the proposals in its best interest, and is not obligated to award a contract based upon the lowest priced submission. If terms cannot be mutually agreed upon, the District may enter into negotiations with the secondary architect/firm.

WRITTEN AGREEMENT The successful architect/firm will be required to enter into a written agreement with the District in a form acceptable to the District. OMISSIONS Should the RFP not contain sufficient information for the applicant to obtain a clear understanding of the services required by the District, or should it appear that the instructions outlined in the RFP are not clear or contradictory, then the architect/firm may obtain written clarification from the project manager by submitting a request for clarification in writing no later than August 4, 2017 to Ryan Arkoudas. Responses to all questions will be posted no later than August 7, 2017. EMPLOYMENT PRACTICES The successful applicant must agree to abide by the following provisions: Titles VI and VII of the Civil rights Act of 1964 (42 U.S.C. Sec. 2000e), which prohibit discrimination against any employee or applicant for employment or any applicant or recipient of services on the basis of race, religion, or national origin; Executive Order 11246, as amended, which prohibits discrimination on the basis of sex; 45 CFR 90, which prohibits discrimination on the basis of age; Section 504 of the Rehabilitation Act of 1973 or the Americans with Disabilities Act of 1990, as applicable, which prohibit discrimination on the basis of disabilities; and Utah s Executive Order, dated December 13, 2006, which prohibits unlawful harassment in the workplace. Contractor further agrees to abide by any other laws, regulations, or orders that prohibit the discrimination of any kind by any of Contractor s employees. COST OF DEVELOPING PROPOSALS All costs related to the preparation of the proposals and any related activities are the sole responsibility of the applicant. The District assumes no liability for any costs incurred throughout the entire selection process. PROPOSAL OWNERSHIP All proposals, including attachments, supplementary materials, rendering, sketches, addenda, etc. shall become upon submission, the property of the District, and will not be returned to the applicant. NON-COLLUSION The architect/firm guarantees that the proposal submitted is not a product of collusion with any other offer and no effort has been made to fix the proposal price of any offer or to fix any overhead, profit, or cost estimate of any proposal or its price.

Architect / Engineering Services Rating Sheet for Weber MAD RFP July 2017 Name of Respondent Date of Rating Evaluator s Name Experience Rate the respondent for experience in the following areas: 1. Extent of experience with similar projects 5 2. Extent of experience with local government entities, especially mosquito abatement districts 5 3. Extent of experience in project construction management 5 Subtotal Experience 15 Work Performance Rate the respondent for work performance in the following areas: 1. Past projects completed on schedule 5 2. Manages projects within budgetary constraints 5 3. Work product is of high quality 5 Subtotal Work Performance 15 Capacity to Perform Rate the respondent for capacity to perform in the following areas: 1. Staff level / experience of staff 5 2. Statement of Qualifications 5 3. Available consultants (e.g. structural engineer, interior design, mechanical / electrical engineer, civil engineer, etc.) 5 Subtotal Capacity to Perform 15 Costs These scores will be inserted at a later time: 1. Cost for initial design 5 2. Cost to assist with bidding process 5 3. Cost for construction management 5 Subtotal Costs 15

TOTAL SCORE Max Pts Score Experience 15 Work Performance 15 Capacity to Perform 15 Costs 15 TOTAL SCORE 60 Interview Score These scores will be inserted for the top candidates after their interviews: 1. Quality of presentation 5 Subtotal Interview Score 5