Bid #PNC2119546P1 - Managing General Contractor for OMETS and BSO Crime Laboratory Combined Facility

expired opportunity(Expired)
From: Broward County Board of County Commissioners(County)
PNC2119546P1

Basic Details

started - 12 Nov, 2019 (about 4 years ago)

Start Date

12 Nov, 2019 (about 4 years ago)
due - 10 Jan, 2020 (about 4 years ago)

Due Date

10 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
PNC2119546P1

Identifier

PNC2119546P1
Broward County Board of County Commissioners

Customer / Agency

Broward County Board of County Commissioners
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.

Bid
#PNC2119546P1 - Managing General Contractor for OMETS and BSO Crime Laboratory Combined Facility




RFP







Bid
contact:
Please log in to view Bid contact information
Issuing agency:
Broward County Board of County Commissioners, FL
See other Bids by this agency
Bid Comments:

RFP No. PNC2119546P1
Project Title: Managing General Contractor for Broward County Office of Medical Examiner and Trauma Services and Broward Sheriff’s Office Crime Laboratory Combined Facility 
 
Broward County’s Construction Management Division seeks a qualified Managing General Contractor (MGC) to provide preconstruction and construction services for a new state-of-the-art Broward County Office of Medical Examiner and Trauma Services (OMETS) and Broward Sheriff’s Office (BSO) Crime Laboratory Combined Facility. 

The following paragraphs are a general description of services required for the
Project. The information below is a summary only; it is not all inclusive and does not represent that it is a complete inventory of all MGC services necessary to achieve the goals for the Project.

The building site location is currently a vacant parcel comprising approximately 7.29 acres.  The program is currently estimated at 175,000 gross square feet. The new combined facility will be a multi-story building or series of buildings.  The program currently consists of, but is not limited to the following:  toxicology laboratories, crime laboratories, autopsy suites, administration offices, sally-port, training rooms, central plant, building systems, specialized (laboratory) mechanical ventilation, electrical, plumbing systems and redundant power; other construction services will include roadway improvements, utility work, underground cistern, photovoltaic (PV) panel arrays, and stand-alone parking garage for approximately 250 vehicles with electric vehicle (EV) charging stations.

The scope of services, in addition to construction phase services, consist of a full array of MGC services including pre-construction design, peer and constructability reviews, cost estimating, scheduling, CBE identification and recruitment, subcontractor bidding, relocation assistance, building systems commissioning, LEED certification, life-cycle cost assistance, warranty services and post-occupancy evaluations for this complex combined facility.

 

Construction documents will be developed using Building Information Modeling (BIM) by the Consultant (Design Team) GSA Level of Development (LOD) 300 and made available to the MGC for use and further development during the course of the Project. The MGC is expected to develop this model to GSA Level of development (LOD) 500, with Facilities Management Division information made available to Construction Operations Building Information Exchange (COBie) Standards.



Goals:
This solicitation includes participation goals for certified 
County Business Enterprises (CBE).
Refer to
Special Instructions
and the
Office of Economic and Small Business Development Requirements
section for additional information.
 


County/State License Requirements:
In order to be considered a responsive and responsible Vendor for the scope of work set forth in this solicitation, the Vendor must possess a specified license (refer to Special Instructions for requirements).



Proposal Bond
: Vendor must submit an original Proposal Bond at time of solicitation due date in order to be responsive to solicitation requirements. Refer to Special Instructions, Proposal Bond, Payment-Performance Guaranties and Qualifications of Surety Requirements, and Submittal Instructions (contained in Standard Instructions).



Questions and Answers:
The County provides a specified time for Vendors to ask questions and seek clarification regarding the requirements of the solicitation. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda).  The County will respond to all questions via Bid Sync.



Submittals: 
Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the
Purchasing Division website
or contact BidSync for submittal instructions. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation. The County will not consider solicitation responses received by other means.
Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.
Added on Nov 25, 2019:
Addendum No. 1
In accordance with the RFP's Standard Instructions to Vendors, Submittal Instructions, Section W.6. (page 14), 
Evaluation Criteria Response Form
is hereby added.  Complete form per instructions and submit accordingly.
Added on Dec 2, 2019:
Addendum No. 2

1. The following document is modified as follows: (
bold, underline
is added text)
 

    Refer to RFP-RLI-RFQ Vendor Questionnaire and Std. Certifications   


Cone of Silence Requirement Certification: (second certification check box)

The vendor understands that they may communicate with a representative of the Office of Economic and Small Business Development ("OESBD") at any time regarding a solicitation or regarding participation of Small Business Enterprises or County Business Enterprises in a solicitation.  OESBD may be contacted at (954) 357-6400.  The Cone of Silence also permits communication with certain other County employees (refer to the Cone of Silence Ordinance).
 
2. The following document is hereby added:
Statement of Rights to all Vendors
Added on Dec 4, 2019:
Addendum No. 3
Project site visit has been added.  Site visit attendance is Optional. 
Refer to second Pre-Bid notice of site visit and instructions to Vendors.
Description:

Pricing will not be a scoring factor in the evaluation process. Refer to MGC Agreement for fixed fee percentage.
Delivery location:
Please log in to see the delivery location
Classification codes:
View classification codes
Contract duration:
One Time Purchase
Contract renewal:
Not Applicable
Prices good for:
Not Applicable
Regions:
View regions


Please log in to see Bid details or to add this to My Bids. If you are not registered,
please register
for free.
Login

201 N.W. 84 Ave., Plantation, FL 33324Location

Address: 201 N.W. 84 Ave., Plantation, FL 33324

Country : United StatesState : Florida