Construction Inspection & Management Services for Landing Park

expired opportunity(Expired)
From: Sandusky(City)

Basic Details

started - 04 Apr, 2024 (25 days ago)

Start Date

04 Apr, 2024 (25 days ago)
due - 25 Apr, 2024 (4 days ago)

Due Date

25 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Sandusky

Customer / Agency

City of Sandusky
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of 9 City of Sandusky, Ohio THE LANDING CONSTRUCTION INSPECTION AND MANAGEMENT SERVICES Request for Qualifications Response Due Date: April 25, 2024, at 1:30 PM The City of Sandusky is requesting construction inspection and construction management services for THE LANDING project. The City invites qualified professional consultants and/or professional consultant teams to submit complete qualification packages for these services no later than 1:30 PM on Thursday, April 25, 2024. Estimated Construction Budget: $26,000,000 The City is hoping to bid the project in the spring of 2024 if all permits are received and award it no later than July. Final Completion of construction activities will be 14-16 months after the Notice to Proceed. Construction and inspection contracts will have multiple funding sources, including grants, ARPA, and tax increment financing. A set of construction plans and bid documents are available for review in the Public Works office located at 240 Columbus
Avenue, Sandusky, Ohio, or they can be sent via OneDrive. Background In 2016, Cedar Fair constructed a large multi-sport outdoor sports complex at the east end of the city limits and then opened an indoor multi-sport facility in 2019 in corroboration with Firelands Regional Medical Center. Coupling the knowledge of the current tourism industry in Sandusky with the additional attraction of athletes and their families from all over the country, the City reignited the desire expressed by its residents to implement the portion of the Sandusky Bay Pathway that connects the coastline of this property with Cedar Point Drive, while also creating a community waterfront park with access to East Sandusky Bay. In 2017, the City teamed with Cedar Fair and the Erie County Metroparks to engage Environmental Design Group (EDG) to develop a conceptual design document for this vision. This process involved public engagement and conversations with various stakeholders. The conceptual design phase was completed by City Commissions approval of the Landing Park & Sandusky Bay Pathway Master Plan at the end of 2017. With Sandusky City Commission approval of the conceptual design plan in 2018, the City immediately entered into an agreement for final design with EDG, whose team included Osborn Engineering, KS Associates, OR Colan, MAD Scientist Associates, and Contractors Design. a. a MII Y) H y y Rett Ey AS Page 2 of 9 The sections of the plan included in this project are The Hemminger Boardwalk, Canopy Walk, Phrag Tunnel Boardwalk, The Point, Focus Node, The Landing Loop, Park Entrance and Entry Sign, and Elevated Boardwalk. The project consists of significant structural design, including one bridge, the multi-story lighthouse, the fishing pier, the canopy boardwalk, the phrag tunnel, and other lower-lying boardwalks. Coastal and shoreline protection are crucial aspects to ensure durability and protection of amenities that may result from wave action, shifting ice, and wind loads. SS HENNE 2 BOARDWAI ee 2 ua? way Ds AST Pe es be Ee mr fi VERO ee ie EAST , i CONNECTOR es ae Cae we = a a re 8 2, Mi PARK ENTRANCE AND ENTF a 4 co PHA: PLEX " - te) | Hi i eh i OR i i ie Pa EASTERN TRAILHEAD , "AND PARKING LC sifcicoy: ee enema er Pa teenth ve: i. ce ee aS a Fa iB rt oe ose st 3 ite are so seats I 5. ee ne eae es ree i as vis oa cise aire gone ee aa es anne aa oe me ae a = = ain wi 2 aie i Ts fy a a i o a eS oe ete Slag Se Bs zs SK) Ss my ca Z ae caer AY Be eS ~ 3 5 Es os = a pikes 7 BZ ae A Sige ARLE 3 a 2 = Rea B ne Fe is es o if tina ZZ ZZ Ze = Zz Zo H Bie SA. oh i pe rime Pe Ne is Be it & ZO wz es i Ms a a 4 Zz % is s 2 Ses see Z ye eh g a oe oP ab a @ % Wii, Rs i ae is *s ed, A 5 as 4 os Se pe iy 3 i 5 so ae uf) ae Tee My at a si i = a Dig: * Page 3 of 9 The project includes restrooms inside the lighthouse meaning that sanitary lift stations, force mains water mains, electric, fiber conduits, and gas utilities have been designed into the project as all utilities must remain underground. Special roadway lighting is also included. All parcels, temporary easements, and permanent that were needed were donated by Cedar Fair and the Erie County Metroparks. Geotechnical reports are also available for review. Due to the environmentally sensitive location of boardwalks, piers, bridges and trails, the design required extensive environmental analyses to secure permits from federal, state, and local agencies, including US Army Corps of Engineers, Ohio EPA, ODNR Office of Coastal Management, and the City of Sandusky. Additional engagement with the US Coast Guard, US Fish & Wildlife, and the State Historic Preservation Office has also been completed. Associated environmental evaluations and studies have included wetlands delineations and mussel surveys Regulatory items that the City is hopeful to have completed and to have in place this spring include: Wetland Delineation and Jurisdictional Determination Section 404/10 Individual Permit Section 401 Water Quality Certification Section 408 Due Diligence Shore Structure Permit Submerged Land Lease Federal Consistency Review Permit to Install for sewer infrastructure Permit to install for water infrastructure Site amenities have been selected, located, and designed such as docking systems for non-motorized sports, benches and seating areas, shade structures, water filling stations, bike repair stations, trash collection, a pavilion, a playground, etc. Some of these items have been positioned at the various vistas and nodes connecting the Sandusky Bay Pathway with the other trail features within The Landing. The western terminus of this project will connect at a pathway node on the west side of Hemminger Ditch. This is where a sister LPA project that is being funded by ODOT through a RAISE grant will also be constructed in 2024 and 2025. ODOT will eventually connect a roadside bike path along Cleveland Road from the Park Entrance to the City of Huron. A construction schedule will be established upon awarding the contract to a successful bidder. Much of the field work is time sensitive and must be done during specific seasons. Therefore, it is imperative to get the contract completed in a timely manner. Scope of Services Qualified firms will demonstrate experience in providing construction administration and inspection services for projects similar in nature to THE LANDING project. The selected consultant shall provide, at a minimum, provide services for the following items: Provide a construction project engineer (CPE) who is a Professional Engineer licensed by the State of Ohio. The services of the CPE shall consist of coordinating all aspects of the construction of the project in accordance with the plans and specifications. The consultant shall provide a full-time experienced Resident Project representative (RPR) for the day-to-day coordination of the Page 4 of 9 construction work and contract administration. Pre-construction meeting-The CPE shall administer the pre-construction meeting. Construction Progress Meetings-The CPE shall schedule and conduct regular project progress meetings with the contractor, city engineer and all other parties involved. A minimum of one progress meeting per month is required. The CPE shall be responsible for preparing minutes of the meetings and distributing copies to all attendees and other people as requested by the City Engineer. Scheduling-Perform schedule tracking and review project schedules. Shop Drawing Process-The CPE shall process all Contractor submittals and shop drawings related to the project for compliance requirements specified by the contract documents. The CPE will be responsible for review and approval of submittals. The CPE shall also maintain and monitor the Contractors shop drawing submittal logs and all other contract-required submittals for expediting the progress of the work. The CPE shall distribute the appropriate copies to the contractor. Progress Payments-Payments to the contractor shall be based on the contractors items of work completed and the contractors compliance with the contract documents. The CPE shall advise the City Engineer when to process a pay estimate. The CPE shall review the pay estimate with the contractor and make any necessary adjustments. The City Engineer will then process the pay request. This project will be a prevailing wage job. The CPE will monitor all payroll and pay estimates to make sure they conform to the contract and work completed to date. The CPE will perform all necessary work to ensure compliance with the EEO & DBE contract requirements. The CPE will process prevailing wage documentation including on-site prevailing wage interviews, payroll reviews and resolve underpaid wages. During the scoping process, the City and the CPE shall determine an acceptable progress monitoring schedule based on the construction scope, timing, sequencing and City needs. Monitoring of progress shall be to assure conformance with approved plans, specifications and contract documents. The CPE shall consult with the City Engineer and the Contractor about problems and questions which may arise during construction. The City Engineer shall be kept informed by the CPE of problems and questions which may arise during construction. The City engineer shall be kept informed by the CPE of problems by direct communication. The CPE shall monitor, and coordinate required corrective actions. The CPE shall inspect the work of the Contractor to determine that the work is being performed in accordance with the requirements of the project specifications and contract documents. The CPE shall require the contractor to stop work on any portion thereof and require special inspection or testing of any work considered not in accordance with the provisions of the contract documents. The CPE will ensure that all materials delivered to the site are approved and in conformance with the Contract Documents. The CPOE will reject work that does not conform to the requirements of the Contract Documents. The CPE may authorize minor variations in the work from the requirements of the contract documents that do not involve an adjustment in the contract price or the contract time and which are consistent with the overall intent of the contract documents. Page 5 of 9 Except for minor variation as stated herein, the CPE is not authorized to change, revoke, alter, enlarge, relax, or release any requirements of the contract documents or to approve or accept any portion of the work not performed in accordance with the contract documents. Communication between the CPE and the contractors regarding quality review shall not in any way be construed as binding the CPE or the City Engineer in releasing the contractor from the fulfillment of any of the terms of the contract. The CPE is not responsible for, nor does the CPE control, the means and methods of construction of the project. The CPE will verify that the contractor has obtained all applicable permits and complied with the notifications required by local, state, or federal agencies prior to start of construction. The CPE shall, as needed, perform onsite, offsite, plant and laboratory testing and inspection of materials incorporated into the project. The CPE shall ascertain that all tests of material or equipment to be tested under the terms of the contract documents are performed in accordance with the ODOT LPA Project Materials Control Process. The CPE shall review and maintain records of test reports, coordinate approval of further testing or remedial action with the City Engineer, and conduct spot checks of testing procedures for verification. Review of Request for Changes to the Contract Time and Price- The CPE shall maintain sequential record transactions to track the status of change orders and contract amount from initiation through final payment. The CPE shall assess the appropriateness of proposed change orders and forward recommendations to the City Engineer. If a change order is required, the CPE shall prepare the necessary form in conjunction with any drawings, sketches, or other information necessary to fully explain the reason for the proposed change. The CPE shall identify the tie impact of each change order, review the contractors estimate of probable construction costs, negotiate the associated change with the contractor, and make a recommendation to the City Engineer. The CPE shall evaluate the time and cost element related to all change orders, including direct costs, indirect costs, and any impact costs which may be incorporated into the change order at the time of execution. The CPE shall require sufficient documentation for review and evaluation from the contractor to support the reason for the change. The CPE shall coordinate the execution of the change order document with the City engineer and the contractor. Document Interpretation- The CPE shall consult with the City Engineer, as appropriate, if the contractor requests interpretations of meaning and intent of the drawings and specifications. The CPE shall assist in the resolution of questions or problems that may arise. The CPE shall keep on site for review and RFI and Request for Proposal (RFP) log to track the status of clarifications and solutions as required. Reports and Records- The CPE shall maintain, on a current basis, to be available for review by the City Engineer at any time, daily and weekly reports using standard reporting forms from the City of Sandusky, or ODOTs Construction Inspection Forms current edition, or approved equal: keep orderly files for correspondence: reports of job conferences: reproductions of original contract documents including all addenda: change orders and supplemental drawings: shop drawings: record drawings: samples: purchases: records of materials and equipment: applicable handbooks: federal: commercial and technical standards and specifications: maintenance and operating manuals and instructions: and any other related documents and revisions which arise out of the contract or the work. The CPE shall keep a daily log available for the City Engineer describing in detail all work accomplished on the preceding working day and the number of people employed Page 6 of 9 by trade classification at the site. This log shall include the number of hours worked, weather conditions, list of visiting officials and their jurisdictions, daily activities, decisions, observations, field measurements, (quantity and volume), tracking of ticketed materials, installation of approved materials such as pipe underdrains, conduit, etc. in general and specific observations as required. The CPE shall be responsible for keeping the record drawings current and submitting as-built drawings to the City Engineer on completion of the project. The CPE shall prepare as required all replies to correspondence from the contractor with appropriate copies to interested parties. The CPE shall review the Contractors payroll for compliance with the prevailing wage requirements of the contract and shall conduct monthly prevailing wage interviews with the contractors employees. Safety Programs- The CPE shall review the safety programs as developed by the contractor. The CPE shall not be responsible for the contractors implementation or compliance with the safety program, nor shall the CPE be responsible for the adequacy or completeness of the contractors safety program. Regulatory Permits- The CPE shall review all environmental, building, regulatory, and other permits required by local, state, and federal agencies. The CPE shall be responsible for ensuring the contractor complies with these documents, including field activities, reporting, inspection, documentation, and any other permit requirement. The CPE shall ensure adequacy and completeness of the contractors programs for all protected species. The CPE will be responsible for documentation of all activities in daily reports or within separate binders for documentation. The CPE may be required to have a certified herpetologist with experience in Sandusky Bay to clear the work areas, educate the contractor and all subcontractors, provide oversight of construction activities, and to understand when the contractor is out of compliance with any of these regulations. A habitat survey was performed and a draft Avoidance and Minimization Plan for the blandings turtle was completed by herpetologists Jeff Davis and Ramsey Langford. Mussel surveys were conducted, and mussel relocation activities were completed by MAD Scientist on July 14, 2023, and is valid through July 13, 2028. Project Closeout- The CPE shall monitor and coordinate with the contractor all warranties, operations and maintenance manuals, Maintenance Agreements, spare parts, record drawings, annual report data sheet, contractor evaluation, and other data required by the contract documents to the City Engineer. The CPE shall monitor all outstanding work items through completion on punch lists to the satisfaction of the City Engineer. Prepare sub-Final estimates and Final Acceptance Documents- The CPE shall advise the City Engineer when the project is complete. The CPE and the City Engineer shall jointly conduct an inspection with ODOT to determine Substantial Completion. The CPE shall attempt to resolve promptly all outstanding claims or disputes involving the contractor and the City Engineer prior to final acceptance by the City Engineer. Deliverables-post construction- Within three weeks of the construction contract completion date, the consultant shall provide one hard copy and one digital copy of the following: Daily inspection reports, materials quality control documentation, construction photos and all other project documentation, notes, meeting minutes, etc. Page 7 of 9 Final deliverables will be discussed during the Scope of Services negotiations with the selected firm. Construction plans and contract documents will be provided once a consultant has been selected. The selected firm must adhere to the construction schedule. Please include with the qualification packet: Experience of firm and personnel assigned to this project that will uniquely qualify your firm to complete this work, including rsums and locations of key project team members (max. 8 pages) Description of the firms overall understanding of the project and recommended scope of services to accomplish the stated goals. (max. 2 pages) A project management schedule showing all milestones and completion dates based on Schedule of Activities (max. 2 pages) Project staffing plan (max. 1 page) References (max. 1 page) The City of Sandusky will form a Selection Committee comprised of city staff to review Qualifications. The Selection Committee will evaluate and select the most qualified consultant. Competitive price selection will not be utilized under the selection process. The following criteria will be used in the consultant selection process: Strength of project manager and strength/experience of key team members and proposed subcontracted firms key personnel. Past performance and experience with projects of similar scope and size, including experience with facilitating dynamic community engagement and outreach processes. Demonstrated understanding of issues facing the City and region Innovative project approach, which includes all listed items in the Scope of Work Ability to adhere to contractors schedule. Location of key staff Based on the qualifications submitted, the City of Sandusky may conduct interviews with firms that best demonstrate an understanding of the Citys objectives and that adequately addressed all elements of the RFQ. Whether interviews are conducted or not, the City shall enter contract negotiations with the preferred firm to determine the final scope of services and project budget. If negotiations fail, the City shall enter negotiations with the second highest ranked firm. This process shall continue until a contract is successfully negotiated or the City decides to issue a second RFQ. The contract must be approved by Sandusky City Commission. All qualifications shall be considered without regard to race, color, religion, sex, national origin, citizenship, age, mental or physical disabilities, veteran/reserve/national guard or any other similarly protected status. One original qualification packet and one electronic copy on CD or via email in PDF or MS-Word format shall be submitted by April 25, 2024, at 1:30 PM to: Aaron M. Klein, P.E. Director of Public Works 240 Columbus Avenue Sandusky, Ohio 44870 Page 8 of 9 If under 10MB, the requested electronic copy can be emailed to Missy Morales (mmorales@cityofsandusky.com ). Call (419) 627-5932 with questions. Sandusky Register: April 4 & 11, 2024 mailto:mmorales@cityofsandusky.com Page 9 of 9 Evaluation Form City of Sandusky THE LANDING CONSTRUCTION INSPECTION AND MANAGEMENT SERVICES Name of Firm: __________________________________________________________________ Name of Evaluator: __________________________________________________________________ Criteria Points Score 1 Strength of project manager and strength/experience of key team members and proposed subcontracted firms key personnel 25 2 Past performance and experience with projects of similar scope and size 25 3 Demonstrated understanding of the project 20 4 Innovative project approach, which includes all listed items in the Scope of Work 15 5 Adherence to contractors schedule 5 6 Location of key staff 10 a. a MII Y) H y y Rett Ey AS

240 Columbus Avenue Sandusky, OH 44870Location

Address: 240 Columbus Avenue Sandusky, OH 44870

Country : United StatesState : Ohio

You may also like

BLANKET PURCHASE AGREEMENT - CONSTRUCTION MANAGEMENT SERVICES.

Due: 10 Mar, 2029 (in about 4 years)Agency: NATIONAL PARK SERVICE

On-Call Construction Inspection Services

Due: 30 Apr, 2024 (Tomorrow)Agency: City of Bend

AAO CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES IDIQ

Due: 19 Sep, 2028 (in about 4 years)Agency: BUREAU OF RECLAMATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.