Facilities Condition Assessment

Similar documents
GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

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

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

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

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

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

Washington County Public Works, Building Services

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

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

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

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR QUALIFICATIONS (RFQ)

SOMERSET COUNTY, MARYLAND

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

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

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

4:00 p.m. on May 6, 2016

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

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

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

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Southern Kern Unified School District

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Galesburg Public Library, Galesburg, IL

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

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

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

2016 Request for Proposal LGBT Community Needs Assessment

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

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

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

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR QUALIFICATIONS RFQ NO Orange Coast College Classroom Modernization Project

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

REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES

REQUEST FOR PROPOSALS TO UPDATE THE DISTRICT S HAZARD MITIGATION PLAN

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

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

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

Raymond, New Hampshire

Dakota County Technical College. Pod 6 AHU Replacement

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

MOBILE ASSET DATA COLLECTION. Pavement Condition Index Ground Penetrating Radar Deflection Testing. Contact Information:

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

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY STRATEGIC PLAN SERVICES

REQUEST FOR PROPOSAL FOR BUILDING LEASE

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

REQUEST FOR PROPOSALS

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

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

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

ATTACHMENT 1 SECTION 3 - PROJECT SCHEDULE AND INSTRUCTIONS FOR PROPOSAL SUBMISSION

REQUEST FOR PROPOSALS

CITY OF PORTSMOUTH NEW HAMPSHIRE Department of Public Works

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

REQUEST FOR PROPOSALS

City of Puyallup City-Owned Fiber Infrastructure Evaluation Project

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Amalgamation Study Consultant

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

2016 Park Assessment

Santa Ana Arts and Culture Master Plan

The University of Tennessee REQUEST FOR QUALIFICATIONS (RFQ)

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUEST FOR PROPOSALS

Morgan Hill Unified School District

Knights Ferry Elementary School District

Request for Proposal. And Specifications For. Professional Design Services for. The New School of Business Administration WSU Project No.

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

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

REQUEST FOR PROPOSALS RFP# CAFTB

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

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104

Request for Qualifications (RFQ) Consulting Planning, Design and Real Estate Development Services, on an As-Needed Basis

San Mateo County Project Development Unit. Issued: August 4, 2017 Responses due: September 1, 2017 at 2:30 pm. Sam Lin, Manager

Request for Proposal. to provide. A Comprehensive Campus Renewable Energy Feasibility Study. for. The University of Vermont s Clean Energy Fund

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

Issued: April 22, Submittal Deadline Date. Friday, May 13, 2016 at 4:00 p.m.

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Transcription:

Facilities Condition Assessment (O&M 16 018) Date Issued: January 29, 2016 Date Due: Contact: March 3, 2016 at 4:00:00 pm Paul Acosta, Program Manager III paul.acosta@stocktonca.gov City of Stockton Public Works Department 22. E Weber Ave., Room 301 Stockton, CA 95202 1 of 10

Table of Contents I. Introduction.. 3 II. Scope of Work... 3 III. Schedule... 5 IV. Proposal Requirements and Format.. 6 V. Proposal Terms and Conditions.. 8 Attachments: Attachment A: Attachment B: Attachment C: Facility Inventory Index City of Stockton Professional Services Contract Instructions to Proposers 2 of 10

I. Introduction The City of Stockton, CA (City) is seeking Requests for Proposals (RFPs) from qualified consultants to provide comprehensive, professional Facilities Condition Assessment (FCA) services for approximately 120 buildings/structures totaling approximately 837,000 sq. ft. (Attachment A). The inventory includes, but is not limited to, municipal government, general office, emergency services, community center, library, park, civic center, industrial, and corporation yard facilities. The purpose of the FCA is to provide comprehensive documents for prioritizing capital improvements and maintenance as well as appropriately allocating operating budgets. Prospective firms will be required to provide team qualifications, proposed work plans, proposed schedules, and other related items as part of the proposal submittal (see Section IV). The deadline for submitting proposals is 4:00:00 p.m., Thursday, March 3, 2016. The estimated cost of this project is approximately $0.20 per sq. ft. of facility floor space. II. Scope of Work The City is requesting proposals from qualified consultants for comprehensive FCA services. Required services shall include, but are not limited to: 1. Identifying and documenting current facility conditions and deficiencies to include Americans with Disabilities Act (ADA) deficiencies 2. Recommending corrections for all deficiencies 3. Providing cost estimates for corrections 4. Forecasting future facility renewal/reconstruction costs 5. Providing assessment of level of perceived maintenance effort versus industry standards. Also, provide preventative maintenance recommendations to include minimum standards of day-to-day upkeep and associated costs based on industry standards (including but not limited to: janitorial staffing, basic cleaning/deep cleaning, paint, flooring replacement) Consultant will meet with City staff to identify all reliable sources of existing data such as facility inventory lists, plans, maps, studies, etc. Where applicable, existing studies and reports will be incorporated in the FCA and reflected in the final report. The types of building systems surveyed may vary with each building and shall include, but are not limited to, the following systems: 3 of 10

1. Site: topography, drainage, access/egress, paving, curbing, parking, flatwork, utilities 2. Exterior Systems: foundation, roofs, walls, window systems, exterior doors, civil/structural components 3. Interior Systems: walls, doors, flooring, ceiling, hardware, architectural components 4. Fire/Life Safety Issues (including hazards, alarms, and fire escapes) 5. Heating, Ventilation, and Air Conditioning, including controls and terminal units 6. Electrical and Electrical Distribution to include generators 7. Plumbing Systems: fixtures, supply, storm and sanitary sewer drainage, valving, irrigation 8. Fire Protection 9. Specialized Construction and outbuildings 10. Specialized Equipment and Systems 11. Elevator Systems Consultant is expected to generally address observed seismic deficiencies and general hazardous materials (lead, asbestos, etc) condition based on known/assumed age and type of facility construction for each facility. Specialized destructive seismic testing or hazardous material sampling/testing is not in the scope of proposed FCA. The consultant shall inspect all identified facilities to produce an accurate analysis that identifies all components and elements requiring maintenance, repair, and/or major capital investment. The consultant team shall include a California licensed Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer, and Architect. The consultant will thoroughly examine building systems using non-destructive on-site observations to compile a complete understanding of current conditions. Consultant will ensure that the inspection staff has the appropriate training and equipment to record consistent and accurate data. Inspections The method of the inspection process shall allow for a comprehensive inspection of observable systems, while utilizing input from City staff to complement the assessment of current conditions with details of the facilities background. At a minimum, inspectors shall gather the following information on each property: 1. Property Characteristics An inventory of all building systems with each system component quantified as a count, an area, a length, and/or a height; whichever measurement is most appropriate for each system. Confirmation/validation of building area (square footage) shall be obtained during inspection. 2. Age Identification/approximation of the year each system component was installed. 4 of 10

3. Current Condition An assessment of the current condition of each system component and a determination of the level of repair necessary to restore these components to optimal condition, or year the asset is to be replaced. For purpose of consistency, system components shall be defined along with a standard list of repairs and action levels for inspectors to choose from in rating each system condition. Action level shall be defined for individual components. Standard definitions and systems of actions are intended to provide a more accurate assessment of facilities. Format The consultant shall have a thorough understanding knowledge of ASTM Designation E2018, Standard Guide for Property Condition Assessments: Baseline Property Condition Assessment Process, as each subject FCA, identified in Exhibit A, shall generally follow said format. Format, to include individual and summary reports, shall be confirmed by City and consultant prior to commencing assessments. Once format is confirmed, City will require a pilot FCA be conducted on a facility of its choosing to confirm FCA deliverable format individually and in summary. Once pilot FCA format and accuracy is confirmed, the remainder of the FCA for the project will be given authorization to proceed. Hard copy and digital deliverables will be required. III. Schedule Responses to the RFP must be submitted to the City of Stockton as outlined in Section IV no later than 4:00:00 p.m., on Thursday, March 3, 2016. Responses received after this date and time will not be considered. A MANDATORY pre-proposal meeting is scheduled for Thursday, February 11, 2016 at 10am. The pre-proposal meeting will be held at Arnold Rue Community Center, 5758 Lorraine Avenue, Stockton, CA 95210. The City proposes the below schedule for the review and selection process as well as expected timelines for deliverables: Release RFP January 29, 2016 MANDATORY pre-proposal meeting February 11, 2016 (10 a.m.) Question submittal deadline February 18, 2016 (4:00:00 p.m.) Answers posted on Bid Flash February 22, 2016 Proposal Due Date March 3, 2016 (4:00:00 p.m.) Review and scoring of submittals March 7-11, 2016 Interviews w/finalists March 17, 2016 Award of Contract May 10, 2016 Execute Contract and Notice to Proceed May 11-May 18, 2016 Kickoff Meeting May 19, 2016 Pilot Building FCA due June 9, 2016 Draft FCA due for comment September 15, 2016 5 of 10

Final Draft due October 21, 2016 The schedule may be modified and/or extended if necessary. IV. Proposal Requirements and Format All submittals must follow the format described in this section. Respondents are encouraged to submit concise and clear responses to the RFP. The City of Stockton reserves the right to include or exclude any part of the submittals in the final agreement with the selected consultant. Four (4) bound copies of the submittal, one (1) unbound, reproducible copy, and one CD containing a pdf copy must be submitted. Each submittal shall contain no more than 20 double-sided 8 ½ x 11 pages (not counting dividers, exhibits, and any relevant appendices). Font shall be no less than 10pt. All pages shall be numbered. Drawings provided with the submittal shall not exceed 11 x 17. Submittals shall be placed in a clearly marked envelope titled Facilities Condition Assessment (O&M 16-018) and delivered or mailed to: City of Stockton Public Works Department 22. E Weber Ave., Room 301 Stockton, CA 95202 Attn: Paul Acosta, Program Manager III Submittals must include the following components in the order listed below: Part 1: Part 2: Part 3: Part 4: Part 5: Part 6: Cover Letter/Executive Summary (5 points) Experience and Qualifications of Consultant/Team Members (30 points) Understanding of Project Scope (25 points) Commitment to Project Budget & Detailed Work Plan (20 points) Delivery Schedule and Timeline (15 points) Reference Review (5 points) Total Possible: 100 points 6 of 10

Part 1: Cover Letter/Executive Summary (5 points) In no more three (3) pages, the Cover Letter and Executive Summary shall include: 1. The names of the key members of the consultant team; 2. The mailing address, telephone number, and the name of the main point of contact for the consultant team; 3. A summary of the consultant s Facility Condition Assessment experience and qualifications and the significant advantages to selecting the consultant; 4. The name and title of the representative(s) that attended the mandatory preproposal meeting; 5. An acknowledgement of receiving any addendum(s) to the RFP document sent out by the City. Part 2: Experience and Qualifications of Consultant/Team Members (30 points) Provide detail relating to the experience and qualifications of the members of the team including an organizational chart showing all key personnel who will be assigned to this project. Submit brief resumes demonstrating the training, experience, and other qualifications of the key personnel who will be assigned to this project. Consultant should further document expertise by including the information regarding the following: 1. Facility and Property Condition Assessments to include applicable facility inventory use, type, and area (sq. ft.). 2. Experience of proposed consultant team working together as a team on similar scope and type of projects. 3. Understanding of operations, activities, and maintenance of public facilities. 4. Experience with the use of life-cycle cost and value engineering. 5. Any other information that would assist the review team in understanding the consultant team s capacity to efficiently and effectively complete the project. Part 3: Understanding of Project Scope & Detailed Work Plan (25 points) Each respondent shall demonstrate its capacity to deliver comprehensive, professional FCA services. Proposer should outline methodology and logistics capable of meeting the goals outlined in the FCA scope. Provide a proposed work plan for development and implementation of the FCA as described in the scope of work. Proposer should draw from previous experience and demonstrated competence to articulate their capabilities are distinct, comprehensive, and add value. Examples of report format (formal hard copy and digital deliverables) are recommended. 7 of 10

Part 4: Commitment to Project Budget (20 points) Consultant shall provide a total base fee for the project. Each responding consultant shall include an acknowledgement that it can effectively complete this project within the budget indicated. Each respondent should clearly explain in this section the methods and process it will use to insure the project is within budget and that the City will be getting the best value within the budgeted amount. Information in this section shall include cost per sq. ft. for additional facilities during the course of the project and an hourly fee schedule shall be submitted for each proposer and any sub-consultants. Part 5: Delivery Schedule and Timeline (15 points) Discuss in this section the steps the consultant team proposes to use. Clearly outline the delivery schedule and timeline of each component of the project. Specific dates should be used assuming an award to this RFP in April 2016 and an executed agreement by May 2016. Consultant shall be prepared to begin work within two (2) weeks of the Notice to Proceed. Completion of this assessment in a timely fashion will be a factor in scoring this section. Indicate in the proposed scheduling the various involvement and decision points required of the City. A gantt chart or schematic representation of the delivery timeline with pertinent milestones and events is required in this section. Part 6: Reference Review (5 points) The review team will conduct a background reference review of each respondent. Please include the following information for three (3) projects that the proposed consultant team worked on together: 1. Name of the Project/Study 2. Location of the Project 3. Name, title, and contact information for the client. 4. Project Budget 5. Date of Completion of the Project V. Proposal Terms and Conditions 1. Examination of Proposal Materials The submission of a proposal shall be deemed a representation and warranty by the proponent that it has investigated all aspects of the RFP, that it is aware of the applicable facts pertaining to the RFP process and its procedures and requirements, and that it has read and understands the RFP. No request for modification of the provisions of the proposal shall be considered after its submission on the grounds the proponent was not fully informed as to any fact or condition. 8 of 10

2. Addenda Interpretations If it becomes necessary to revise any part of this RFP, a written addendum will be provided to each firm that requested and/or received a copy of this RFP. The City of Stockton is not bound by any oral representations, clarifications, or changes made in the RFP by the City or its agents, unless such clarifications or change is provided in written addendum from the City of Stockton. 3. Designated Contact For the purposes of this RFP, the designated contact is Paul Acosta, Program Manager III. Any questions concerning the scope of work and the selection process shall be directed to Paul Acosta, who may be reached at paul.acosta@stocktonca.gov. Any and all questions and responses concerning this RFP will only be accepted in writing, via email. All questions must be received by Thursday, February 18, 2016 by 4:00:00 p.m. Responses to questions will be posted by Monday, February 22, 2016 on the City s Bid Flash website and will become part of the RFP. It is the consultant s responsibility to check the website for updates. 4. Public Records This RFP document and all submittals in response thereto are public records. Prospective consultants are cautioned to include any material into the proposal that is strictly proprietary in nature. 5. Proposal Costs All costs associated with the preparation of RFP submittals shall be borne by the respondent. This RFP does not constitute any form of offer to contract. 6. Reservation of Rights The City reserves the right, for any reason, to accept or reject any one or more proposals; to negotiate the terms and specifications of the proposal; to modify any part of the RFP; or issue a new RFP. 7. Product Ownership Any documents resulting from the contract will be the property of the City. 8. Term of Project The term of the contract will be two (2) years. The schedule of the project deliverables is independent of the term of the contract and is listed above. 9. Causes for Disqualification 9 of 10

Any of the following may be considered cause to disqualify a proponent without further consideration: A. Evidence of collusion among proponents; B. Any attempt to improperly influence any member of the evaluation panel; C. A proponent's default in any operation of a professional services agreement which resulted in termination of that agreement; and/or D. Existence of any lawsuit, unresolved contractual claim, or dispute between proponent and the City. 10 of 10