Project Description and Scope The City and County of Broomfield, Colorado (Broomfield) hereby solicits this Request for Qualifications (RFQ) to prequalify and shortlist up to five (5) foundation repair contractors to participate in bidding on the upcoming Broomfield Depot Foundation Rehabilitation Project located at 2201 West 10th Avenue, Broomfield, Colorado 80020. Only short-listed contractors will be invited to bid. Staff will be pre-qualifying contractors who: Are predominantly foundation repair firms; Have at least five (5) years previous experience in this type of project; Have experience with historic structures; Have at least five (5) years previous experience managing subcontractors (if proposed for this project); Have at least five (5) years previous experience in municipal construction projects; Would assign to the Broomfield Depot Foundation Rehabilitation Project a project manager, superintendent, and foreman who each have at least five (5) years of management experience working for this contractor in foundation repair; and Have a history of completing projects successfully, to the client s satisfaction, in a timely fashion, and within budget. Broomfield Depot History and Background This historic railroad depot building was constructed in 1909. The Depot served the standard-gauge Colorado & Southern Railroad and the Denver & Interurban Railroad, an electric commuter railway, and provided housing for the station agent and his family. It was relocated to its present site in 1976, opened as a museum in 1982, and landmarked as a valuable historic artifact in 2006. Restoration of the Depot building is necessary to provide adequate protection for its collections and to make the museum safe for staff, volunteers and visitors. A vicinity map of the proposed project location and photographs of the Broomfield Depot Museum are shown below. RFQ -1
The Depot is a two-story wood framed building with a full-depth basement. The basement is accessed from an exterior entrance along the south elevation of the Depot. There is no interior access from the first floor directly into the basement, as the stair descending into the historic Cellar has been removed and the floor opening has been infilled. The basement floor is surfaced with carpet, hardwood or linoleum over 1x horizontal sheathing. The exterior wood stud walls and the first floor framing of the Depot are supported on reinforced cast-inplace concrete basement walls and a central steel beam, constructed in 1976 when the Depot was moved to its current location. It is assumed the foundation walls and footings contain reinforcing steel. Given the relatively modern vintage of the foundation system it is assumed the foundation was designed to comply with building codes of that time; however, construction documents describing the Depot relocation and the new foundation are not available. South elevation showing the basement entrance constructed in 1976. RFQ -2
Southwest elevation showing the basement foundation constructed in 1976. The concrete foundation walls extend an unknown distance below grade and are assumed to be supported directly on continuous concrete footings around the building perimeter, but those footings are not visible. The top of the concrete basement wall elevation is approximately 13 inches below the first floor elevation. A first floor central beam line runs along the east-west axis of the building. The beam line is supported on the foundation walls at the east and west ends of the building and by two interior steel pipe columns. The beam is concealed by finishes but is assumed to be a steel wide flange beam with a 2x nailer plate. The beam is supported by the exterior concrete walls and by two steel columns, also concealed by finishes. Each interior column is assumed to be supported by an isolated spread footing. These pad footings are not visible beneath the basement floor finishes and slab on grade. The first floor framing consists of 2x10 joists spaced at 16 inches on center. The joists span north-south and bear on the exterior concrete foundation walls and lap over the central beam line. The joists bear on a 2-2x plates atop the concrete foundation walls and 2x10 rim joists wrap around the perimeter. Two crushed floor joists were observed over the wall between the doors to the West and East Bathrooms. The building s foundation is in fair condition; however, it is clear that the foundation has moved since its original construction, and the building's repair history indicates the movement is ongoing. There is extensive cracking in the plaster finishes of the interior walls and vertical and diagonal cracks in the north foundation wall at the northwest corner of the building. The original (1976) basement slab has been replaced, at which time a gravel base was installed beneath the slab. It appears an interior under-slab drainage system was also installed at that time. The two interior basement columns are out of plumb due to differential foundation movement. The pad footings are moving independently of the exterior foundation walls, which are translating the central first floor beam as they move. The basement, first and second floors are all significantly out of level. The basement floor is out of level at least 3 ½ inches across the length and width of the building, and the first floor of the structure is out of level up to 5 inches. Based on the magnitude of displacement measured on the first floor, it is clear foundation movement is the culprit. For shallow RFQ -3
foundation systems bearing on expansive soils, proper grading, downspout discharges, and perimeter drains are critical in keeping soils around the foundation systems dry. Grading around the Depot typically diverts surface water away from the building, except along the south elevation where concrete paving is sloped towards the building. ***Refer to the attached Historic Structure Assessment (Slaterpaull Architects) for additional information regarding the Depot building.*** Proposed Broomfield Depot Foundation Rehabilitation Project The project is scheduled to be bid in late January 2014 and awarded in March 2014. Contractor shall provide all professional labor, equipment, and materials adequate to perform the foundation rehabilitation work shown in the attached Bidding and Construction Documents and Specifications by Slaterpaull Architects (December 13, 2013). The Initial Geotechnical Evaluation by GROUND Engineering Consultants (January 3, 2014) and the Historic Structure Assessment by Slaterpaull Architects (November 2012) are attached for reference. Project expectations include: The project team will consist of the designer (Slaterpaull Architects), geotechnical engineer (GROUND Engineering), Broomfield staff (Museum Administrator, Chief Building Official, CIP Project Manager, CIP Field Manager/Inspector, Director of Library Services and Cultural Affairs, and the Cultural Affairs Manager), and the foundation repair contractor (project manager, superintendent and/or foreman). The listed contractor s crew, foreman and project manager will be assigned to the project for the duration. No member of the contractor s team will change, unless requested by Broomfield. Construction meetings will be held weekly during active construction by foundation repair team members (project manager, superintendent and Broomfield team members). Foundation Repair Contractor shall be familiar with and follow all applicable Broomfield Standards and Specifications. Foundation Repair Contractor shall maintain daily communication with Broomfield members of the foundation repair team. Mandatory Pre-Bid Meeting: The pre-bid conference and onsite walk-through is scheduled for 10:30 a.m. on January 28, 2014, and attendance by Pre-qualified Contractors bidding on the project will be mandatory. Subcontracting or Assignment: In the event a respondent proposes to subcontract for some or all of the services to be performed under the terms of the contract award, it shall state so in its Qualifications and attach for approval a list of said subcontractors and an itemization of the products and/or services to be supplied by them. Nothing contained in the specifications shall be construed as creating any contractual relationship between any such subcontractor and Broomfield. Except as expressly proposed by a respondent in its Qualifications, the agreement to be RFQ -4
entered into between the respondent selected under this RFQ, if any, and Broomfield, may not be subcontracted or assigned by the respondent, in whole or in part, without the prior written consent of Broomfield. Such consent, if granted, shall not relieve the respondent its responsibilities under the contract, except as otherwise expressly provided therein. Qualifications Submission: Refer to Submission Requirements below. Submit (3) copies of your written Qualifications in a sealed envelope by mail/delivery before 2:00 p.m. on Wednesday, January 22, 2014 at: Community Development Department (CIP) Attn: Kathryn Bergh, CIP Project Manager City and County of Broomfield One DesCombes Drive Broomfield, Colorado 80020 Email or facsimile Qualifications will not be accepted. The deadline for questions is 2:00 p.m. on Friday, January 17, 2014. Questions should be addressed to Kathryn Bergh, CIP Project Manager at kbergh@broomfield.org. Estimated Schedule Broomfield Issues Request for Qualifications (RFQ)... January 7, 2014 Last Day for Questions... 2 p.m., January 17, 2014 Contractor Qualifications Due Date... 2 p.m., January, 2014 Pre-qualified/Short-listed Contractors Notified... Anticipated January 24, 2014 Project Bids Due... Anticipated February 12, 2014 Submission Requirements Contractors shall provide responses to the following outline of questions and requirements. Qualifications should be in the form of 8-1/2 x 11 reports with optional foldouts and attachments when necessary. The proposal is limited to five (5) pages, excluding attachments (cover letter, resumes, etc). All Qualifications submitted by Contractors in response to this RFQ will be evaluated by a team of Broomfield staff and pre-qualified based on the following criteria: Firm Organization and Background 1. Provide a brief description of the firm (year established, type of ownership, etc.) and the firm's experience. 2. List the point of contact and the project manager to be assigned for the duration of the project, contact information (include phone number and email), experience of the project manager, and references. 3. Provide information on the crew and foreman who will be assigned to the project including experience on similar projects, experience of the crew together, and RFQ -5
references. 4. Provide subconsultant and/or subcontractor information, including points of contact and project managers to be assigned to the project, contact information, experience of the project manager, and references. 5. List all suppliers and vendors to be used. 6. Describe your firm s experience and approach to foundation repair projects. 7. Describe your firm s approach to customer service and resident relations. 8. Provide information on any, Disputed claims or change orders in the last 5 years, Litigation or arbitration proceedings in the last 5 years, Liquidated damages been assessed or threatened on any project, Debarments or agreements not to work for other owners, Adverse recommendations or evaluations, and/or Criminal charges, OSHA, or EPA violations. 9. Safety Record: Provide a statement regarding your company s safety policy and record. 10. Project Experience: Provide a list of projects similar to the Broomfield Depot Foundation Remediation Project completed in the past three (3) years and all projects for the City and County of Broomfield within the last five (5) years. Name and location and brief description of the project Name, address, and telephone number of the Owner (indicate contact person) Were their subcontractors or sub-consultants? Original and final cost Schedule Information By submission of Qualifications, it is assumed the foundation repair contractor is affirming their ability to bond and insure the projects to the limits provided and enter into the proposed agreement provided for review (see Attachment 1). Any and all costs incurred by the respondent in the preparation and delivery of the Qualifications are the responsibility of the respondent and will not be reimbursed by Broomfield. The City and County of Broomfield wants to thank all respondents in advance for their interest. GENERAL TERMS AND CONDITIONS Broomfield reserves the right to reject any or all Qualifications or portions thereof. Broomfield makes no guarantee of any minimum or maximum amount of products/services to be procured. Broomfield reserves the right to make no award related to this solicitation, and the right to cancel this request or any portion thereof. ISSUANCE OF THIS REQUEST FOR QUALIFICATIONS BY THE CITY AND COUNTY OF BROOMFIELD DOES NOT CONSTITUTE A COMMITMENT BY THE CITY AND COUNTY OF BROOMFIELD TO AWARD A CONTRACT. RFQ -6
All material submitted in response to this RFQ will become the property of Broomfield and may be returned only at the option of Broomfield and at the expense of the proposing party. In any case, the Master Copy shall be retained by Broomfield. Successful and unsuccessful proposing parties will be notified by letter. Broomfield will not be obligated to detail any of the results of the evaluation. To ensure an ethical evaluation process, all inquiries or other communications regarding this solicitation shall be exclusively directed to Kathryn Bergh, CIP Project Manager at (303) 464-5802 or kbergh@broomfield.org. Pursuant to the Colorado Public (Open) Records Act, 24-72-101 ET seq, C.R.S., any Qualifications submitted in response to this RFQ may be public records. If party submitting Qualifications believes that any information submitted in response to this RFQ is confidential trade secret, privileged information, or confidential commercial, financial, geological data, or is protected from disclosure for any other reason, the proposing party should clearly indicate in writing, which information so provided is protected from disclosure and the reason for that protection. All information contained in contractor s Qualifications shall remain fixed and valid for one year from the date of the submittal. The costs of developing and submitting Qualifications are entirely the responsibility of the proposing party and no cost shall be reimbursed by Broomfield. Broomfield reserves the right to reject any or all Qualifications or portions thereof received in response to this Request for Qualifications and to waive minor irregularities and informalities in Qualifications received or to cancel this RFQ, if it is in the best interest of Broomfield to do so. If a proposal is awarded for the goods and/or services requested hereunder, the successful proposing party should be prepared to negotiate an agreement with the City and City of Broomfield, which will at a minimum contain the contents of the successful proposing party s proposal and the terms and provisions of the sample Agreement shown in Attachment 1. RFQ -7