Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1



Similar documents
Request for Proposal Hewlett Packard Network Switches and Peripherals

Stephenson County, Illinois

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

REQUEST FOR PROPOSALS

Sidewalk Rehabilitation Program

REQUEST FOR PROPOSAL ON-SITE MEDICAL SERVICES CLINIC FOR THE CITY OF MISSOULA MISSOULA, MT

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposals for Upgraded or Replacement Phone System

REQUEST FOR PROPOSALS

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

Information Concerning Specifications: Contact: Torri Martin (770)

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

SOLICITATION QUOTATION PROFESSIONAL SERVICES

PURCHASE ORDER TERMS AND CONDITIONS

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02

TOWN OF OVID, SENECA COUNTY, NEW YORK REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

Village of Nakusp RFQ Source Protection Plan

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals

Request for Proposal Permitting Software

LIVINGSTON COUNTY MICHIGAN

PROPOSAL COVER SHEET

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Request for Proposals

TOWN OF GLOCESTER IFB Police Station Phone System Replacement

LUZERNE COUNTY COMMUNITY COLLEGE

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

INVITATION TO BID EOE

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

THE TOWN OF NORTH SMITHFIELD

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

SEALED BID SOLICITATION QUOTATION

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

COUNTY OF UNION, NEW JERSEY

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

The procedure which the City of Hays will follow for the selection of an Architectural firm is as follows:

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

How To Build A Data Backup System In Town Of Trumbull

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

SOLICITATION QUOTATION

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

2012 Wireless Clock System/Installation Bid Wyoming Junior High School Wrenwood Wyoming, MI 49519

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

SOLICITATION QUOTATION BLANKET ORDER

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

Request for Proposal #

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

Request for Qualifications/Proposals For Electrical Engineering Services

Request for Qualifications

SAMPLE SERVICES CONTRACT

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

REQUEST FOR PROPOSAL Procurement of Landscaping Services

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

Proposal Writing - A Cover Letter of Compliance

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Cleveland County Emergency Medical Services. PO Box Shelby, NC Request for Proposal. For. Debt Collection Agency Services

Request for Proposal Enterprise Information Technology Security Assessment

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

City Website Design & Replacement RFP #

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES

Transcription:

P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC

RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is seeking proposals from qualified architectural/engineering firms to provide professional services relating to the planning, development, design and construction of new medical clinic space. This will include new clinical and administrative space for SRCHC, as well as general meeting space. The exact size of the facility is to be determined. The project is funded by both Federal and State monies and therefore, subject to predetermined disbursement criteria. The estimated budget for the project is to be determined. The clinic site is located at 671 SW Main Street Winston, OR 97496 and is owned by. The successful firm will be expected to assist with facility and capacity planning and prepare construction documents, specifications, and follow through the bidding and construction observation process to project completion, including through the warranty period. A separate RFP will be issued for project management. Scope of Services Architectural/engineering services shall include, but not be limited to: A. Schematic Design 1. Meeting(s) with the SRCHC Project Team (appointed by the CEO) to gain an understanding of the project and project constraints. Subsequent meetings will be scheduled as determined by SRCHC Project Team. 2. Preparation of schematic design and approved site plan, including: i. Approximate footprint, floor plan and general design features ii. External site features iii. Total project cost estimate, including site preparation B. Design Development 1. Based on the approved project schematic design (including site preparation) prepare design development, construction drawings, and contract documents 2. Prepare an interior design plan for the facility, including: i. Location and specifications of all interior furniture, free standing or built-in ii. All interior Signage specifying the sign system to be used, and identifying the number, location, and working function of all signs iii. Design and specification of all flooring, lighting, cabinetry, trim work, etc. iv. Meet with and coordinate the design with all regulatory agencies.

3. Meet weekly and as needed with the Project Manager P a g e 3 C. Contract Documents 1. Prepare project manual and bid specifications including: 2. Plans in AutoCAD format and specifications in Word format. Note: other industry recognized software applications for architectural/engineering design are acceptable. 3. Provide as-built documents in AutoCAD and Word format as applicable and pdf files of all documents to Adapt/SRCHC at the end of the project. D. Bidding 1. Assist CEO and SRCHC Project Team to review, assess, and using a specific criteria, choose one or more Contractors to complete the Project. E. Construction Observation 1. Coordinate with Contractor(s) and Project Manager for observation and inspection of the construction. 2. Review change orders. 3. Prepare necessary punch list and project close- out documents F. Warranty Period 1. Ensure compliance and enforcement of project warranty G. Regulatory Compliance 1. The architect/engineer will be responsible for ensuring that all applicable Federal, State, and local codes and regulations related to the facility design are met H. Project Communication 1. Throughout the project, the architect/engineer will make presentations and provide periodic updates to the SRCHC Project Team as requested, and will participate in presentations to the Board of Directors as requested by the CEO. I. Project Coordination 1. Conduct periodic cost estimates, and work closely with the SRCHC Project Manager, who will assist in coordination and provide oversight of construction activities

Instructions to Proposers P a g e 4 1. This request for proposals is being released on December 23, 2015. 2. Three copies of the qualifications / proposal must be received by 4:00PM Pacific Time on January 30, 2016 in the Administrative Offices of. 3. The outside of the envelope shall be clearly marked: Attention: Gregory Brigham, Ph.D., CEO PROPOSAL FOR ARCHITECTURAL/ENGINEERING SERVICES FOR 4. Due to the requirements of this request, faxed or emailed qualifications / proposals will not be accepted. Late qualifications / proposals will not be considered. 5. Questions regarding this Request for Proposal, or regarding submitted proposals, should be directed to Gregory Brigham, Ph.D. CEO, PO Box 1121 Phone: (541)672-2691, email: gbrigham@adapt-or.org 6. The CEO and SRCHC Review Committee will select the firms to be interviewed. Those firms selected to be interviewed will be informed of the exact time and place of the interview at a later date. The CEO and SRCHC Review Committee will make the final selection of the successful bidder. 7. Content of Proposals- The following content will be evaluated by the CEO and SRCHC Review Committee and be used as the basis for selecting firms to be interviewed and the final selection of a firm. Proposals shall be arranged in the following order and be organized for ease of understanding: Cover sheet with organization name, contact information Introductory Letter Executive Summary stating your understanding of the project and why your firm should be chosen General Information Section provides any additional information the proposer wishes the CEO and SRCHC Project Team to consider about the proposal.

Additional Instructions to Proposers P a g e 5 1. Architectural/Engineering Staff i. The proposal should clearly outline the background and experience of the firm and staff involved in the project. No change in personnel assigned to the project will be permitted without prior approval of the CEO and SRCHC Project Team. ii. Provide the following information for each proposed team member: Firm for which they work Job title for this project Specific duties assigned on this project Recent experience with community health center and/or medical office building construction/design 2. When describing recent experience, begin with the individual s most recent projects and include: project, location, size (cost and sq. ft., year completed, the individual s job title or responsibilities, and firm (if different from current) 3. List the projects that the team members have collaborated on in the past. Include: project, location, year, type of project. Also describe the steps you will take to insure that all aspects of the project will be well coordinated 4. Identify who will perform the architectural/engineering, mechanical, electrical and structural design components and how these will be integrated 5. Identify the team member s current projects and the project s stage of development 6. Assurance of Quality a. Describe methods you will use to ensure that the design and construction of the project will be completed on time and within budget b. Describe in detail the proposed on-site commitment during design and construction c. Describe what guarantees will be made for project construction and operation in compliance with all state, local, and Federal laws 7. References and Samples of Work a. Provide client references (name, address, email and phone number) for a minimum of two projects of a similar size and nature. References from local clients are preferred. b. Include the following items in your proposal: i. One set of photographs and/or drawings (no larger than 8 1 2 x 11 ) that illustrate two (2) previous design projects, as closely related as possible to the project. The photographs and drawings will be returned upon request at proposer s expense ii. One copy of a project manual for a similar project. This will also be returned upon

request at proposer s expense P a g e 6 8. Anticipated Timetable a. Provide an expected schedule with timetable for all elements listed in the Scope of Services. 9. Deviations a. List any deviations from this RFP and provide rationale 10. Project Cost Estimates a. Final architectural/engineering Service fees will be negotiated upon selection. However, in an effort to assure the full anticipated costs are understood, and to assure an accurate comparison with all submissions, all proposing firms must complete Attachment 1: Estimated Project Cost and provide it with their proposal. b. The total fee shall be all-inclusive and contain all personnel and site visits as required. It is assumed the fee will also include all other related reimbursements including but not limited to: travel, meals, consultants, phone, fax and printing up to bid documents. c. Proposers shall provide a statement summarizing the basis for any subsequent fees not estimated in Attachment 1 or variations form the estimated project cost. 11. Terms a. Legal Compliance: Work performed and plans produced shall comply with all state, federal and local laws, including but not limited to those related to building, environmental, statutory, legal process, OSHA and the Fair Labor Standards Act. b. Acceptance of Proposal: Adapt/SRCHC reserves the right to reject any and all proposals and to waive informalities, if, at its discretion, the interests of Adapt/SRCHC will be best served thereby. c. Adapt/SRCHC reserves the right to accept other than the lowest cost proposal, and to negotiate the specified dollar amount, or any portion of that amount. Adapt/SRCHC reserves the right to negotiate contract changes following the award. d. If there is any conflict between these documents and the proposal, these documents shall control. e. Adapt/SRCHC reserves the right to cancel this RFP in writing or postpone the date and time for submitting proposals at any time prior to the proposal due date. Adapt/SRCHC reserves the right to stop the project after step A (Schematic Design) as described in the Scope of Services in this document, or at subsequent points if it is in the best interest of Adapt/SRCHC to do so.

f. No proposer shall have a right to make a claim against Adapt/SRCHC in the event Adapt/SRCHC accepts a proposal or does not accept any proposals. g. Validity of Proposals: Proposals must be valid for at least 90 days. 12. Insurance P a g e 7 The Contract shall be effective only upon approval by Adapt/SRCHC of acceptable evidence of the insurance required below, issued by insurers admitted within the State of Oregon. Such insurance shall be in force on the date of execution of the Contract and shall remain continuously in force for the duration of the Contract. Architect/engineer shall provide evidence of workers compensation insurance covering its employees, and evidence of general liability insurance naming the Board, its officers and employees as additional insureds under the policy, as follows: a. Workers Compensation insurance that meets statutory obligations b. Commercial General Liability insurance with limits of at least $1,000,000 general aggregate, $1,000,000 products completed operations, $1,000,000 personal and advertising injury, $1,000,000 each occurrence, $50,000 fire damage and $5,000 medical expense any one person. The policy shall be on an occurrence basis, shall include contractual liability coverage and Adapt/SRCHC shall be named an additional insured. This coverage shall be maintained for two years after final completion and acceptance of the Project by Adapt/SRCHC. a. Indemnification: Architect/engineer will take all precautions to protect the public against injury, and shall agree to indemnify, release and hold Adapt/SRCHC harmless from any and all claims or lawsuits that may arise from negligent acts, errors and omissions of the architect and/or its employees/contractors. b. Independent Contractor: Nothing in the contract award shall create an employee/employer relationship between Adapt/SRCHC and the architect/engineer. It is understood that the architect/engineer will be an independent contractor and not an Adapt/SRCHC employee. c. Assignability: Vendor shall not assign any interest in the contract and shall not transfer any interest in the same, whether by assignment or invitation, without the prior written approval of Adapt/SRCHC, provided, however, that claims for money due or to become due to the Vendor may be assigned to a bank, trust company or other financial institution, or to a Trustee in Bankruptcy without such approval. Notice of such assignment or transfer shall be furnished to Adapt/SRCHC. d. Nondiscrimination: Vendor will not discriminate against any employee or applicant for employment because of race, color, creed, religion, ancestry, sex, national origin, sexual preference, disability, age, marital status, or status with regard to public assistance or as veteran. e. Payment: Payments shall only be made in accordance with the agreed upon

P a g e 8 Contract. No reimbursements will be made for any expenses incurred by the architect/engineer except for expenses specifically described in the contract. No payment will be made for any incomplete, inaccurate or defective work until same has been satisfactorily remedied at no additional cost to Adapt/SRCHC. All work andall related documentation records, etc., shall become property of Adapt/SRCHC. f. Billing: Billing for completed services shall be based upon the terms outlined in the final contract. g. Proposer Responsibilities: The architect/engineer is responsible for conducting necessary research, visiting the site and becoming familiar with conditions under which the work is to be performed. i. Adapt/SRCHC will not be responsible for any costs incurred by applicants in preparing proposals ii. Applicants are held legally responsible for their proposals iii. Applicants are not to collaborate, for the purpose of restricting competition, with other applicants or competitors in developing proposals 13. Addenda to RFP: Any changes, additions or clarification to the RFP will be made by written Proposal Addenda. a. Such addenda will be posted to www.south-river.org and will become part of the Proposal package, having the same binding effect as provisions of the original proposal. Proposers are responsible for checking the website periodically for information and updates. b. All addenda, amendments and interpretations of this solicitation shall be in writing. Adapt/SRCHC shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by Adapt/SRCHC in writing or in this RFP should be used in preparing Proposal responses. All contact that a proposer may have had before or after receipt of this RFP with any individuals, employees or representative Adapt/SRCHC, and any information that may have been read in any news media or seen or heard in any communication regarding this proposal should be disregarded in preparing proposal responses. c. Adapt/SRCHC does not assume responsibility for receipt of any addendum sent to proposers. d. A copy of all addenda issued must be signed and return with your proposal. Contract and Conditions: The selected firm will be required to enter into a contract with Adapt/SRCHC. The proposal should indicate if your firm has any problems with the draft contract language. Additional contract conditions may be required, depending upon the nature and extent of the services to be provided. Adapt/SRCHC reserves the right to negotiate a change or modification to any of the proposed contractual conditions.

P a g e 9 Attachment I: Estimated Project Costs Itemize your fees according to the following categories: Estimated Project Costs Cost Schematic Design $ Design Development Contract Documentation Bidding Construction Observation Warranty Period Total Estimated Project Costs (all- inclusive) $ Proposers may use the following space to provide additional estimated project costs and a brief explanation. Completed by: Mailing Address: Phone: Email Address: Signature: Printed Name: Fax: Title: Date: