city of duluth request for proposals for professional
TRANSCRIPT
Page 1 of 5
CITY OF DULUTH
REQUEST FOR PROPOSALS FOR
PROFESSIONAL DESIGN SERVICES FOR
HARTLEY NATURE CENTER BUILDING ADDITION PROJECT
RFP NUMBER 20-99072
ISSUED December 19, 2019
PROPOSALS DUE THURSDAY, JANUARY 23, 2019 AT 4:30 PM
SUBMIT TO
CITY OF DULUTH ATTN: PURCHASING DIVISION
CITY HALL, ROOM 120 411 WEST 1ST STREET
DULUTH, MN 55802
Page 2 of 5
PART I - GENERAL INFORMATION
I-1. Project Overview. The City of Duluth in partnership with the Hartley NatureCenter Corporation is seeking a professional design firm to provide final architecturaldesign services, including biddable construction documents and constructionadministration services for a project including a 6,300-square foot addition to the HartleyNature Center building with new mechanical mezzanine and remodeling 2,200-squarefeet within the existing building. The project includes utility and site work as well asancillary parking and walkways. Additional detail are provided in Part IV of this RFP.
I-2. Calendar of Events. The City will make every effort to adhere to the followingschedule:
Activity Date
Pre-proposal Conference at 10:00 am at Hartley Nature Center, 3001 Woodland Avenue, Duluth, MN 55803 01/09/20
Questions due to [email protected] 01/16/20
Answers to questions will be posted to the City website no later than this date. 01/20/20
Proposals must be received in the Purchasing Office by 4:30 PM on this date. 01/23/20
I-3. Rejection of Proposals. The City reserves the right, in its sole and completediscretion, to reject any and all proposals or cancel the request for proposals, at anytime prior to the time a contract is fully executed, when it is in its best interests. The Cityis not liable for any costs the Bidder incurs in preparation and submission of itsproposal, in participating in the RFP process or in anticipation of award of the contract.
I-4. Pre-proposal Conference. The City will hold a pre-proposal conference asspecified in the Calendar of Events.
I-5. Questions & Answers. Any questions regarding this RFP must be submittedby e-mail to the Purchasing Office at [email protected] no later than the dateindicated on the Calendar of Events. Answers to the questions will be posted as anAddendum to the RFP.
I-6. Addenda to the RFP. If the City deems it necessary to revise any part of thisRFP before the proposal response date, the City will post an addendum to its websitehttp://www.duluthmn.gov/purchasing/bids-request-for-proposals/. Although an e-mailnotification will be sent, it is the Bidder’s responsibility to periodically check the websitefor any new information
Page 3 of 5
I-7. Proposals. To be considered, hard copies of proposals must arrive at the City on or before the time and date specified in the RFP Calendar of Events. The City will not accept proposals via email or facsimile transmission. The City reserves the right to reject or to deduct evaluation points for late proposals.
Proposals must be signed by an authorized official. If the official signs the Proposal Cover Sheet attached as Exhibit A, this requirement will be met. Proposals must remain valid for 60 days or until a contract is fully executed.
Please submit one (1) paper copy of the Technical Submittal and one (1) paper copy of the Cost Submittal. The Cost Submittal should be in a separate sealed envelope. In addition, Bidders shall submit one copy of the entire proposal (Technical and Cost submittals, along with all requested documents) on flash drive in Microsoft Office-compatible or pdf format.
All materials submitted in response to this RFP will become property of the City and will become public record after the evaluation process is completed and an award decision made. I-8. Small Diverse Business Information. The City encourages participation by minority, women, and veteran-owned businesses as prime contractors, and encourages all prime contractors to make a significant commitment to use minority, women, veteran-owned and other disadvantaged business entities as subcontractors and suppliers. A list of certified Disadvantaged Business Enterprises is maintained by the Minnesota Unified Certification Program at http://mnucp.metc.state.mn.us/ . I-9. Term of Contract. The term of the contract will begin once the contract is fully executed and is anticipated to end by June 30, 2022. The selected Bidder shall not start the performance of any work nor shall the City be liable to pay the selected Bidder for any service or work performed or expenses incurred before the contract is executed. I-10. Mandatory Disclosures. By submitting a proposal, each Bidder understands, represents, and acknowledges that:
A. Their proposal has been developed by the Bidder independently and has
been submitted without collusion with and without agreement, understanding, or planned common course of action with any other vendor or suppliers of materials, supplies, equipment, or services described in the Request for Proposals, designed to limit independent bidding or competition, and that the contents of the proposal have not been communicated by the Bidder or its employees or agents to any person not an employee or agent of the Bidder.
B. There is no conflict of interest. A conflict of interest exists if a Bidder has
any interest that would actually conflict, or has the appearance of conflicting, in any manner or degree with the performance of work on the
Page 4 of 5
project. If there are potential conflicts, identify the municipalities, developers, and other public or private entities with whom your company is currently, or have been, employed and which may be affected.
C. It is not currently under suspension or debarment by the State of
Minnesota, any other state or the federal government.
D. The company is either organized under Minnesota law or has a Certificate of Authority from the Minnesota Secretary of State to do business in Minnesota, in accordance with the requirements in M.S. 303.03.
I-11. Notification of Selection. Bidders whose proposals are not selected will be notified in writing. PART II - PROPOSAL REQUIREMENTS Proposals shall be limited to 12 sheets (or 24 printed pages cover to cover) and shall include a cover letter, company background, project examples, a work plan, hourly billing rate schedule and resumes of the staff who will be working on the project, including what their role would be in the project. Cost submittals must be in an envelope sealed separately from the technical proposal. The cost submittal shall include a total not-to exceed lump sum cost for completing the Project, with a breakdown of the lump sum fee by estimated hours for each task, the hourly rates for each employee involved, as well as estimated charges for miscellaneous items such as travel, copies, postage, etc. Please include any sub-consultant costs. PART III - CRITERIA FOR SELECTION The proposals will be reviewed by City Staff. The intent of the selection process is to review proposals and make an award based upon qualifications as described therein. A 100-point scale will be used to create the final evaluation recommendations. The factors and weighting on which proposals will be judged are:
Qualifications of the Bidder and Personnel 40% Prior experience with similar work 30% Work Plan 10% Cost 20%
PART IV – PROJECT DETAIL IV-1 Preliminary designs were developed by TKDA as part of a grant application submitted to and awarded by the Minnesota Historical and Cultural Heritage Legacy Grants Program (the “Legacy Grant”). For more detail, please refer to the concept plan
Page 5 of 5
attached as Exhibit B. The selected firm will be expected to build upon the design work already completed. The selected firm will be expected to provide design development, construction documents, bidding assistance, associated permitting services, construction administration, and project closeout. This project will require the design team to work closely with the Construction Manager at Risk in the buildability and construction cost estimation process. The City wants to see all anticipated permits included in the fee structure. Full as-built and record drawings shall be part of the project closeout services. Lay out the anticipated number of meetings per each phase and clearly identify the cost of additional meetings. There will be little room for professional service change orders/amendments with this project due to the timeline and project financing. Clearly lay out your proposed scope and anticipated services needed to complete this project in its entirety. IV-2 Grant-Specific Requirements. The following grant requirements should be considered during the design process. Invasive Species Prevention Contractors must follow MN DNR’s Operational Order 113, which requires preventing or limiting the introduction, establishment and spread of invasive species during activities on public waters and DNR-administered lands. Contractor shall prevent invasive species from entering into or spreading within a project site by cleaning equipment and clothing prior to arriving at the project site. If equipment or clothing arrives at the project site with soil, aggregate material, mulch, vegetation (including seeds) or animals, it shall be cleaned by contractor-furnished tool or equipment (brush/broom, compressed air or pressure washer) at the staging area. The contractor shall dispose of material cleaned from equipment and clothing at a location determined by the City. If the material cannot be disposed of onsite, secure material prior to transport (sealed container, covered truck, or wrap with tarp) and legally dispose of offsite. Pollinator Best Management Practices Habitat restorations and enhancements are subject to pollinator best management practices and habitat restoration guidelines pursuant to Minn. Stat. 84.973. Practices and guidelines ensure an appropriate diversity of native species to provide habitat for pollinators through the growing season.
EXHIBIT A - PROPOSAL COVER SHEET CITY OF DULUTH
RFP# 20-99072
Bidder Information:
Bidder Name
Mailing Address
Contact Person
Contact Person’s Phone Number
Contact Person’s E-Mail Address
Federal ID Number
Authorized Signature
Title
EXHIBIT B CONCEPT PLAN
1183.46
pipe inv
1194.72
pipe inv
1193.47
pipe inv
o
1206.18
pipe inv
1203.68
pipe inv
1203.63
pipe inv
1193.96
pipe inv
1183.16
pipe inv
1183.29
pipe inv
1206.22
pipe inv
1191.22
pipe inv
1215.12
Benchmark hyd
1196.29
pipe inv
1197.08
pipe inv
1196.33
pipe inv
1196.69
pipe inv
W
O
O
D
L
A
N
D
A
V
E
N
U
E
Hartley Nature Center
FFE=1198.40
Fire
Pit
Yurt
Stage
SOLAR
PANEL
BM ~ TOP NUT HYDRANT
ELEV = 1200.93
BM ~ TOP NUT HYDRANT
ELEV = 1215.12
1
2
3
5
1
2
3
0
1245
1240
1250
1255
1
2
3
5
1240
1230
1225
1
2
2
5
1220
1
2
1
5
1
2
1
5
1
2
1
0
1
2
1
0
1
2
0
5
1200
1
2
0
0
1
2
0
0
1
2
0
0
1
2
0
5
1210
1215
1
2
1
0
1
2
0
0
1
1
9
5
1
1
9
5
1
2
0
5
1
1
9
5
1
1
9
0
1
1
9
5
1
1
9
0
1
1
9
8
1
1
9
7
1
1
9
7
1
1
9
8
1196
1
1
9
8
1
1
9
5
Feet
100'
50'
0
DATENOREVISION
JOB NO.DATE OF FIELD WORK:
DATE
REVISIONDATENO
I HEREBY CERTIFY THAT THIS SURVEY WAS PREPARED BY ME OR UNDER
MY DIRECT SUPERVISION AND THAT I AM A DULY LICIENSED LAND
SURVEYOR UNDER THE LAWS OF THE STATE OF MINNESOTA.
11 East Superior Street
Suite 420
Duluth, MN 55811
218-727-8796
tkda.com
11 East Superior Street
Suite 420
Duluth, MN 55811
218-727-8796
tkda.com
NAME LICENSE NO.
Topographic Survey
Duluth Minnesota
Hartley Nature Center
15513.354
SHEET 1 OF 1
April 30, 2019
Jon Loye
3
2
1
6
5
4
Sidewalk 5' wide,approx. 1300 lf
Preliminary Design Layout
32x40 Garage(future)
Dumpster
Parking lot,12 stalls
Storm culvertpossible rockremoval
6,069 sf
Reconstruct berm
Wetland impacts,approx. 6100 sf
New sanitarymanholes,relocate 6" lineand connect intoexisting 6" line
Relocatewatermain
>
>
>
New 6"waterservice
Newhydrant
Relocate electrictransformer and line
Potential newstormwater treatment,and clean existingsystem
OTHER ITEMS:Gas line connection from Woodland AveStreet/sidewalk lighting
NEWRENTALSHOP
EXISTINGMECH / HSKP
EXISTINGSTAIR
EXISTINGSOLAR WALL
EXISTING ROOF SOLAR PANELS
LOBBY
MAINENTRY
VEST.
EXIT
COMMUNITYROOM
EXISTINGCLASSROOM
EXISTINGTLT
EXISTINGTLT
EXISTINGCLASSROOM
EXISTINGLOBBY
EX
IST
. C
OR
R.
RELOCATEDELEC TRANSFORMER
NEWFIREPLACE
RENTAL
Department Legend
Existing
Remodeling
Addition
CORRIDOR
NEW ENTRY
VEST.
UNISEXTLT
VEST.
BOUNDRY OF WETLANDS
EXISTING PATH
BOUNDRY OF WETLANDS
EXISTINGVEST.
EXIT
DROPOFF
1,100 SF
500 SF
715 SF 550 SF 200 SF
1100 SF
6,300 SF LEVEL 1
2,200 SF
1,200 SF MEZZ
ADMINOFFICE
1700 SF
EXECDIR
FUNDRAISER
BOOKKEEPER
EDUCDIR
PS DIR PS A.DIR
EDUCA.DIR
OFCMGR
CONFROOM
WORKRM
KITCHENETTE
STORCLASSROOM
640 SFEXPOSED TRUSSES
CLASSROOM640 SF
EXPOSED TRUSSES
STAFF OFFICE
STAFF
STOR
WELLRM
LAUND
OPERDIR
STUDENT CUBBIES
STUDENT CUBBIES STUDENT CUBBIES
TLT TLT
LO
CK
ER
S
185 SF
600 SF
110 SF
65 SF
300 SF
EXISTINGCLASSROOM
480 SF
OFFICEENTRY
CHAIR STORAGE
BOYS GIRLS
55 SF
CO
RR
IDO
R
CORRIDOR
MAINTCLOSET
MAINTCLOSET
MAINTCLOSET
CLERESTORY WINDOWSEXPOSED BEAMS
MAINTCLOSET
NEW CANOPYEXTENSION
EXISTINGVEST.
SHARED DESK
EXIST.CLOS.
NEWPATH
NEWCONCRETE
PATIONEW
CONCRETEPATIO
EXISTINGBURIED ELEC LINE
EXISTING GEO-THERMAL FIELD (VERIFY)
NEWSIDEWALK
EXISTINGPATIO
EXPOSED TRUSSES
EXPOSED TRUSSES
EXPOSED TRUSSES
NEW MECHANICALMEZZANINE
STONEVENEER
AT ENTRY
REPLACEFOLDING WALL
REPLACEFOLDING WALL
EXISTINGWATER LINE
NEWSIDEWALK
NEWSIDEWALK
10
BA
R IS
ON
E IN
CH
ON
OR
IGIN
AL D
RA
WIN
G. IF
NO
T O
NE
IN
CH
ON
TH
IS D
RA
WIN
G A
DJU
ST
SC
ALE
S A
CC
OR
DIN
GLY
.
DATE: 10-16-19
HARTLEY NATURE CENTERPROPOSED PLAN
EXHIBIT A
10
BA
R IS
ON
E IN
CH
ON
OR
IGIN
AL D
RA
WIN
G. IF
NO
T O
NE
INC
H O
N T
HIS
DR
AW
ING
AD
JU
ST
SC
ALE
S A
CC
OR
DIN
GLY
.
DATE: 10-16-19
HARTLEY NATURE CENTERExterior Perspective
EXHIBIT A