ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately thereafter for: DESIGN/BUILD CONTRACT Athletic Field Synthetic Turf Conversion Niles McKinley High School Niles, Ohio 44446 No Bids shall be considered if they arrive after the time noted above. Bids must be in accordance with the Request for Proposals on forms available from the Niles City School District, 100 West Avenue, Niles, Ohio 44446. The Request for Proposal is available free of charge to prospective bidders. Said forms are available on the Niles City Schools web site (www.nilescityschools.org) Only written questions during the bidding process shall be considered and shall be addressed to Mr. Frank Danso, Interim Superintendent. Niles City School District, 100 West Avenue, Niles, Ohio, 44446 Phone: 330-652-2509 or Fax: 330-652-3522 Each bid shall be accompanied by a Bid Guaranty in the form of: A Bond in accordance with Section 153.54, Ohio Revised Code for the full amount of the bid including all additive and deductive alternates, or a certified check, cashier s check, or letter of credit pursuant to Chapter 1305, Ohio Revised Code, in accordance with Section 153.54, Ohio Revised Code equal to ten percent (10%) of the bid. An informational Pre-Bid Conference will be held on Monday, March 18, 2013 at 3:00 PM, 100 West Avenue, Niles Ohio, 44446 with a site walk-thru immediately thereafter at the Site. This Project consists of the Design/Build delivery to replace the existing grass playing field area of the football field with synthetic turf. Field inspection of the existing facility will be required. All fees, permits, insurances and bond are to be included. The Niles City School District reserves the right to reject any or all bids, to waive any informalities or irregularities in the bids received and to accept any bid which is deemed most favorable to the District at the time and under the conditions stipulated. The Design/Build Team shall prepare a schedule for completion for the project design phase and a schedule for the construction phase of the work, however; the entire project shall not exceed one hundred ten (110) calendar days. BY ORDER OF Frank Danso, Interim Superintendent Niles City School District Publish: Youngstown Vindicator Dates: Warren Tribune Dates:
REQUEST FOR PROPOSAL DESIGN-BUILD SERVICES ATHLETIC FIELD SYNTHETIC TURF CONVERSION AT NILES MCKINLEY HIGH SCHOOL 1) INTENT Niles City School District, Niles, Ohio, 44446 is soliciting proposals from qualified firms to provide design-build services for replacement of the existing natural turf with synthetic turf at the football field at Niles McKinley High School. 2) PROPOSAL DUE DATE Proposals will be accepted up until 12:00 P.M., noon, March 22, 2013 in the Treasurer s Office located at 100 West Avenue, Niles, Ohio, 44446. Please address proposals to Niles McKinley High School Turf Conversion Project, Attn: Linda C. Molinaro, Treasurer. 3) OVERVIEW It is the intention of Niles City School District to replace the existing grass playing field area of the football field with synthetic turf. The work will be limited to only the main football field area within the existing track limits. The turf limits shall be from edge of track to edge of track across the field and will extend a minimum of 7.5 beyond the end line of the end zones on each end resulting in turf limits of approximately 205 x 375. This information is presented for bidding purposes only and should be augmented by field inspection and/or additional surveying as required to determine actual areas and site conditions to be encountered. Pricing to include: alternating colors of different color green turf for each 5 yd. panel; full football inlays including numerals, arrows, and short yard line markers; full soccer field lines dark blue in color and; Red end zone letters with white border approximately 26 in height ( or a variation as selected by the Owner) in each end zone NILES TO BE IN NORTH ENDZONE AND DRAGONS in south end zone; and a capital N mid-field logo, approximately 35 x 36 in size. A 6 white football sideline boarder. Install new goal posts in new foundations. The District will not be held accountable for any inaccuracies in existing site information provided herein. 4) AWARD CRITERIA A. Niles City School District reserves the right to award a contract generated from this RFP to the respondent who presents a proposal that best meets the specifications as listed herein and represents the most beneficial procurement as determined by the District. B. The award will be made by the District s RFP Evaluation Committee and shall be based on the respondent s qualifications including, but not limited to the following: references, knowledge, interpretation of the District s needs, and experience with similar projects. Proposals will be evaluated on the basis of the following criteria; 1. Experience and Qualifications of the Proposal (50 points) Consideration will be given to firms (including the individuals assigned to the project) demonstrating strong capabilities, experience and reputation in undertakings similar to those described in this RFP. 1
2. Proposal Completion (25 points) Proposal responses will be evaluated on completeness, clarity/accuracy of the information requested, technical approach, and proposal presentation. 3. Cost and Financial Terms (25 points) Consideration will be given to proposals that present the most cost efficient terms to the District. C. The District reserves the right to waive any minor deviation in proposal responses received when such waiver is in the best interests of the District, and reserves the right to modify any requirements, terms or conditions as outlined in this request for proposal (RFP) when such modifications(s) is in the best interests of the District. D. Proposals will only be accepted from thoroughly competent, experienced and financially qualified individuals or entities as determined solely by the school. Respondents are responsible for submission of accurate, adequate and clear descriptions of the information requested. Omissions, vagueness or inaccurate descriptions or responses shall not be interpreted in favor of the bidder and shall be grounds for bid rejection. E. This document is not an offer to contract, but is an RFP as defined herein, to satisfy specific user requirements of the District. Neither the issuance of the RFP, the preparation and submission of a response, nor the subsequent receipt and evaluation of any response by the District, will commit the District to award a contract to any vendor even if all of the user requirements in the RFP are met. The District may modify these requirements in whole or in part and/or seek additional vendors to submit quotations. Only the execution of a written contract will obligate the District in accordance with the terms and conditions contained in such contract. 5) SCOPE OF WORK Niles City School District is seeking a firm to perform an evaluation of and prepare detailed design and full construction documents and perform construction services for the replacement of existing natural turf with artificial turf on the football field to include the following components: A. Niles City School District will have the all engineering, demolition and excavation and drainage requirements for the field performed under this contract. This design-build contract shall coordinate with the District on final areas and subgrade elevations required for their design. This contractor shall anticipate receiving the field area at the existing elevation and perform all work from thereon to complete the synthetic turf field construction. B. Review all available site plans and existing utilities plans, if available. Contact Mr. Frank Danso at 100 West Avenue, Niles, Ohio, 44446 330-652-2509 for available site information. C. Conduct geotechnical investigation as may be deemed necessary by the design-builder. D. Define the District s requirements and propose a suitable synthetic turf surface based on these parameters. E. Prepare project construction schedule. 2
F. Prepare drawings for all proposed improvements. Designs shall include but not be limited to: site grading, field drainage system, perimeter attachment system for turf, and synthetic turf plans and details including field markings and graphics. G. Provide synthetic turf specifications that set forth contractor performance guarantees and warranties. H. Provide construction coordination services. I. Coordinate with District representative(s) during the design phase and hold weekly project meetings during the construction phase. J. All electronically generated drawings shall be submitted in AutoCAD format. K. The project will require design capabilities and site survey work. The design-builder will be expected to posses the ability to provide these services. L. Design-builder shall provide an eight (8) year, third party insured, warranty for all work including base, drainage, and synthetic turf surfacing. 6) PROPOSAL CONTENT / FORMAT The proposal should include all of the following elements to coincide with the RFP: A. A history and description of the firm indicating principal business of firm and complete description of in-house services. Include detailed information on how the firm meets the qualification and scope of work requirements as listed herein. Include the resumes of the individuals that will be assigned to the project. B. List any consultant(s) and any other specialists that will be utilized on this project as a subcontractor to the firm. Submit complete description of the consultant firms resumes of their key individuals who will be assigned to this project and their specific roles in the project. C. Provide a list and description of similar project experience on synthetic turf that demonstrate the firm s qualifications for this project. D. Provide a list of current clients including the name of the principal-in-charge, their mailing and e-mail addresses and telephone number. E. Provide a detailed schedule for accommodating the project work with the schedule outlined in the RFP. Describe the organization and responsibilities of the primary firm and the consultants. F. Provide a fee proposal. If it is felt that there are variables that cannot be factored in due to the limited information available at the time of the bid, firms may opt to build in components of unit pricing or other variables in their submittal to allow for unknown conditions. Include a detailed Cost Summary Section in the submittal including: 1. Combined lump sum bid for design services and both site work and synthetic turf installation. 3
2. Indicate clearly any additional fees or services that the District will be responsible for including but not limited to reimbursable fees, additional consulting fees, permits, etc. 3. The enclosed plan indicates the approximate synthetic turf limits of the field but it will be up to the design-builder to determine exact area of synthetic turf required to provide these limits. 4. Niles City School District is seeking out full Design-Build Service bids and is expecting an all inclusive bid proposal with any and all deviations clearly noted. G. Provide one (1) original and two (2) copies of your proposal response. H. Provide a copy of the proposed Warranty for review and evaluation I. Provide a sample of the proposed turf, the proposed layout and anticipated maintenance requirements. J. Include an executed Exhibit A attached to this RFP. 7) INSURANCE REQUIREMENTS A. Builder s Risk insurance shall be carried by the owner. The owner s policy will have a deductible of $1,000.00. The owner s policy shall not cover loss or theft of the contractor s property. B. the successful bidder shall supply the maintain insurance which defends, indemnifies and holds harmless Niles City School District, its officers, employees and agents from and against any and all liability, damage claims, demands, costs, judgments, fees, attorney s fees or loss arising directly out of acts or omissions hereunder by the contractor or third party under the direction or control of the contractor. The successful bidder must furnish the District with a Certificate of Insurance prior to start of work. The required overage shall not be less than the following: General Liability Minimum $1,000,000 Each Occurrence / $2,000,000 Aggregate Products / Completed Operations Minimum $2,000,000 Personal / Advertising Injury Minimum $1,000,000 Auto Liability Minimum $1,000,000 Combined Single Limit. Worker s Compensation Statutory limits per State of Ohio requirements. Excess or Umbrella Minimum $5,000,000 Each Occurrence / $5,000,000 Aggregate. INSURANCE CERTIFICATES SHALL NAME NILES CITY SCHOOL DISTRICT AS ADDITIONAL INSURED PARTY AND SHALL STATE THAT ALL COVERAGE SHALL BE PRIMARY TO ANY OTHER INSURANCE COVERAGE HELD BY THE DISTRICT. 4
It is intended by the parties hereto that the general and excess liability insurance provided by the contractor shall be primary to any other coverage carried by Niles City School District in respect to liability coverage arising out of any act or omissions by the contractor. Niles City School District will be named as an additional insured. Nothing contained herein shall be construed as making said general and excess liability insurance primary insurance for acts or omissions of Niles City School District. 8) CANCELLATION Any violation of the terms, conditions, requirements and/or non-performance of the agreement resulting from this RFP shall result in immediate cancellation. The agreement may be canceled by Niles City School District for any other reasons(s) upon 30 days written notice. 9) ADDITIONAL TERMS AND CONDITIONS A. The successful bidder must comply with all Federal, State and local statues and codes as may be applicable to the scope of work detailed herein, including all labor laws. B. All bidders must quote their fees in the proposal response clearly labeled Cost Summary Section. C. Proposals and prices must remain valid for one-hundred twenty (120) days. D. Form of contract shall be latest edition of AIA A-107, Standard Form of Agreement between Owner and Contractor for the Project of Limited Scope. General Conditions of the contract shall be latest edition of the AIA Document A201 General Conditions of the Contract for Construction subject to any modification contained within this RFP or by any subsequent Supplementary Conditions issued by Niles City School District. 5
EXHIBIT A: REQUEST FOR PROPOSAL ACCEPTANCE All terms, conditions and requirements as set forth in this Request for Proposal are acceptable as specified therein. Yes No If NO, please provide a detailed description and/or explanation of any deviation in your proposal from the specification detailed in the Request for Proposal with your proposal response. By submission of this proposal, each bidder, and each person signing on behalf of any bidder, and in the case of a joint bid, each party thereto as to its own organization, under penalty of perjury, certifies to the best of this knowledge and belief: 1. The prices in this proposal have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder of any competitor. 2. Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to other any competitor. 3. No attempt has been made or will be made by the bidder induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. 4. The bidder certifies that this proposal is made without any connection with any other person making a proposal for the same purpose, and is in all respects fair and without collusion or fraud. As an authorized representative of the identified company, I accept all the terms and conditions indentified in this Request for Proposal. Company Name Date Address Phone Number By (Signature + Printed Name) Title Email Address Fax Number 6