AMENDED REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSTRUCTION SERVICES Memorial Center - Logansport, Indiana Date of Issue: September 1, 2016 REVISED Request Due Date: October 15, 2016 received by 3pm local time Summary: The City of Logansport, in coordination with Cass County, is seeking qualified professionals for design, installation and commissioning of HVAC system within the Memorial Center (Home) building, 706 E. Market St., Logansport, Indiana, Cass County. The city is undertaking a multi-year, phased renovation of the historic building. This RFQ is for: upgrade of electrical services and utilities, condition entire space(s) with functioning heating and cooling system, and achieve measurable comparable energy savings and operational cost reductions. The scope of services to be provided are funded by multiple public and private sources include work that must conform to the Secretary of Interior's Standards for the Rehabilitation of a Historic Buildings. Proposals should be addressed to: City of Logansport c/o R+B Architects (owner's representatives) 3202 N Meridian Street Indianapolis, IN 46208 Design-Build Solutions For: 1. Upgrade/install new electrical main panel and new underground utility for 3 phase service, kitchen and 2nd floor 2. Reconnect subpanels in basement (safe panels only) 3. Revise smoke detectors and recessed lighting to comply with IBC 2010. 4. Provide temperature and humidity conditioning suitable for the proposed use as an assembly space - all spaces The City of Logansport may choose to execute one of three additional scope of work options also as design build installation commission: Option 1. Recommission temporary heat in ballroom; omitting full conditioning in this space only. Option 2. Reduced HVAC coverage for existing kitchen location Option 3. Emergency generator system design installed commissioning and maintenance (for 1 year) Federal Requirements Associated with Project Prospective offerors should note the successful proposer must meet the following terms and conditions: 1.24 CFR Part 85.36 2.Title VI of the Civil Rights Act of 1964 3.Conflict of Interest (24 CFR Part 570). 4.Access to Indiana records. 5.Executive Order 11246 - Equal employment Opportunity 6.Executive Order 12138 - Women Business Enterprise Policy. 7.Architectural Barrier Act of 1968. 8.Age Discrimination Act of 1975. 9.Section 3 clause - Housing and Urban Development Act of 1968. 10.Section 504-Rehabilitation Act of 1973. 11.Retention and Custodial Requirements (24 CFR Part 85.42). 12.Executive Order 11063 13.Affirmative Action Program / Plan (City of Logansport/State of Indiana). 14.Davis Bacon and related acts. This project has an aggregate 10% MBE/WBE/VBE goal Qualifications The proposal for the request of qualifications must include sufficient information regarding qualifications and determine that the respondent is qualified and has relevant experience. Do not include a proposed fee as this is a qualification based selection process. The statement of qualifications should include the following: 1.General information about company, including ownership structure and person in charge of contracts. 2.Minimum of 10 years' experience with performance contracting - design-build, installation and commission 3.Experience working in historic buildings that are listed on the state or national register. 4.Experience with design and installation of VRF/VRV systems 5.Experience on projects utilizing federal and state grant funding, complying with funding requirements. 6.Capacity to submit ACDR and LOCR permits, in house or with sub-consultants 7.Indiana company registered business 8.Licensed, bonded, and able to produce financial audits 9.Applicants should provide at least three references and describe any unique qualifications or offerings that may benefit the success of the project. Site visit Potential contractors are encouraged to visit the property prior to submitting to proposals to better evaluate the property and understand the scope of the project. Contact Owner's Representative: Adrienne Schmetzer, R+B Architects at 317.636.3211 or adrienne@randbarchtiects.com to arrange a site visit. Evaluation RFQ evaluation criteria shall include the following and all items will be weighed the same. The top two (2) highest scoring firms will be asked to conduct interviews, given there are more than two (2) firms that respond. The city reserves the right to negotiate with a single offeror. Below are the categories the responses will be scored by: 1.Firm's history and resource capabilities to perform required services. 2.Evaluation of assigned personnel. 3.Related experience (as appropriate) including: design services, installation, commissioning, and other. 4.Budget, cost controls, experience, and results. 5.Familiarity with local experience and results. 6.Ability to relate to the project. 7.Analysis of company general information sheet provided. 8.Reference check. 9.Familiarity with cost savings modeling as part of early design. Interview Evaluation Once all the request for qualifications are received potential contractors will be contacted to schedule interviews with R+B Architects (owner's representatives). Any interview evaluation process will follow in a similar manner, with regards to scoring. Interview will be in person, on project site and last no longer than one hour. The following categories will be used for any potential interview evaluation(s) process that may occur. 1.Understanding of Project Requirements: (Owner may evaluate firm's analysis, preparation and level of interest). 2.Design Approach / Methodology: (Owner may evaluate firm or individual's creativity and problem solving abilities.) 3.Key Personnel and Roles: (Owner may evaluate personal qualifications and professional skills of key individuals). 4.Pertinent Experience, Firm: (Owner may evaluate related projects presented as previous work of the firm). 5.Pertinent Experience, Individual: (Owner may evaluate related projects presented as previous work of key personnel). 6.3rd Party Contractor/ In-House Resources: (Owner may evaluate firm's abilities and importance of 3rd Party Contractor or in-house support services). 7.Technical Project Management: (Owner may evaluate firm's abilities related to technical functions such as project cost controls, construction observation, time schedule, etc.). 8.Responsiveness to Owner's Concern: (Owner may evaluate firm's abilities to form successful working relationships and communications with the owner). 9.Method of Compensation: (Owner may evaluate firm's method of determining compensation. Compensation proposals are NOT required at this time). 10.Uniqueness/Sustainability of proposed solutions (including energy efficiency over life cycle costs) Contract Type The City of Logansport and Cass County may execute one of the following contract options for the requested scope of work: A) Design/build contract, including installation and commissioning B) Design/assist contract, including bidding, installation and commissioning C) Energy Saving Performance Contract Request for qualifications Submittal If you are interested in qualifying for providing the required services, please note that five (5) copies of the Statement of Qualifications of each prospective organization must be received by the owner's representative, no later than 3:00 p.m. local time on October 15, 2016. All SOQ's must be clearly identified on the outside envelope as City of Logansport's Memorial Center (Home) HVAC 2016. All SOQ's must be submitted in black and white, bound by either a binder clip or staple. No binders, color or bound copies will be accepted. Do not include fee for service. Each SOQ will be reviewed for completeness and clarity according to the above criteria. Final Selection Only those proponents who successfully respond to the Request for qualifications Submittal and meet the qualification criteria will be included in the subsequent Request for Proposals (RFP) solicitation process. The City/County may or may not negotiate the fee schedule with one or more offers. The City/County reserves the right to reject any and/or all proposals. The City/County are Equal Opportunity Employers. The City/County anticipate the execution of AIA/CSI format contract. Firms may desire additional information or clarification regarding the SOP. If so, please contact the project manager, owner's representative Adrienne Schmetzer, R+B Architects at 317.636.3211 or adrienne@randbarchitects.com. The city will notify all successful RFQ submissions of its intent to contract. Additional information available: 2009 Feasibility Study 2010 Adaptive Reuse Study As built documentation Schematic proposed adaptation plans (architectural only) L-349 9/8 hspaxlp #1236692
↧