RFQ Regional Law Enforcement Training Center

From: O Fallon(City)
22-053

Basic Details

started - 31 Mar, 2022 (about 2 years ago)

Start Date

31 Mar, 2022 (about 2 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
22-053

Identifier

22-053
City of O'Fallon

Customer / Agency

City of O'Fallon
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.

4 O’FALLON REGIONAL LAW ENFORCEMENT TRAINING CENTER ARCHITECTURAL DESIGN SERVICES The intent of this document is to solicit Statements of Qualifications from qualified architectural and engineering firms interested in providing services for the complete design of a new Training Facility for the City of O’Fallon RFQ # 22-053 Attachment 1: Certification of Non- segregation Sample Copy of Rating Sheet. 1 CITY OF O’FALLON April 14, 2022 REQUEST FOR QUALIFICATIONS #22-053 FOR A DESIGN, AND DESIGN RELATED CONSTRUCTION PERIOD SERVICES FOR A NEW O’FALLON REGIONAL LAW ENFORCEMENT TRAINING CENTER INTENT The purpose of this document is to solicit Statements of Qualifications (SOQ’s) from qualified architectural and engineering firms interested in providing the architectural design services for a new Regional Law Enforcement Training Center (RLETC) consisting of the O’Fallon Police Department and neighboring municipalities. The work shall also include, but not be limited to, professional design
related construction period services that will be carried through construction of the designed facility. Statement of Qualifications submitted by architectural teams will be given consideration for subsequent selection interviews. Due to the complexity and sensitivity of a law enforcement training needs, extensive experience in the design and construction of this type of facility is an essential criterion for selection. The firm shall show substantial experience in working with governmental entities on facilities of this nature. Completed Statement of Qualifications must be received by the City of O’Fallon’s Purchasing Agent, Julie Moellering at 100 North Main, O’Fallon, Mo. 63366 no later than 12:00 p.m. prevailing central time on May 6, 2022. Sealed proposal packets should be clearly marked O’Fallon Regional Law Enforcement Training Center. The City will select a qualified consulting firm, or team, to prepare all required plans, specifications and bid and construction documents for the proposed facility as generally described in this document. The City’s intent is to utilize the selected firm through the construction of the proposed facility and provide the necessary design related construction period services to aid the City, contractor, construction manager, and any other representatives associated with the project. The City reserves the right to select a single firm or a team of firms to accomplish the stated goals. Once a selection is completed, an agreement and fee will be negotiated, with the consultant, based on a mutually agreed upon scope of services. BACKGROUND The City of O’Fallon determined in late 2021 that the old existing gun range would be decommissioned, and the property would be transferred to the City Waste Water Treatment Plant for future expansion needs. The decommissioning of the existing range spurred the need for a new range to be constructed on a City owned property north of Firma Rd. The project was to initially anticipated to construct a new range facility. The interest of other neighboring Municipal Police Departments was realized and it was 2 determined that the project would expand to become a fully operational regional law enforcement training center that would include, but not limited to, the following: • Classroom building with the capability of small classrooms or large training accommodations • A 20 lane 200 yd range with trap system • Sim-munition building • K9 Training areas and temporary kennel facilities • Emergency Vehicle Operator Course (EVOC) with skid pad • Maintenance Building to support EVOC and house Command Vehicle • Obstacle Course • Observation Tower Buildings/Structures are anticipated to be steel framed, roofed, and sided structures as much as practical, but further evaluation of these needs will be completed with the awarded firm. SERVICES SOUGHT The services requested below shall not be construed as an all-encompassing list of tasks that will be negotiated, and/or necessary to complete this project, but used as a guideline as to what services the City currently anticipates may be required. Ph1-Architectural Team Design: The consultant shall provide all services necessary to complete a full design. The requested services shall include, but not be limited to, the following: 1. Architectural, mechanical, electrical, plumbing, fire protection, data, security, and FF&E layouts for the project. This shall include, but not be limited to, all specifications, drawings, details, material schedules, and all other items that are required to provide a full turnkey design. 2. Act as the main coordinating entity, and support City staff for continued coordination, for the City consultants currently working on the following City needs as part of this project. Coordination of plans will be required as part of this effort. The City has already procured services for the firms listed below and these will remain separate from the Architectural team: a. Survey-Metron Land Surveying b. Geotechnical needs-SCI Engineering c. Environmental and Permitting needs-SCI Engineering d. Civil site design-Crawford Murphy Tilly Engineers (CMT) 3. Attend all meetings deemed necessary for the planning and approval process of the design. This shall directly relate to the development, submittal, and approval of the facility site plan through the Planning and Zoning, Building & Code Enforcement, & Engineering Divisions. Presentations to the City Council shall be included in the work to complete this task. 4. Attend all project meetings deemed necessary with the City Divisions, City Council, and all other representatives to plan and discuss details of the project throughout planning, design and construction of the facility. The Consultant shall be required to prepare and present information, renderings, site layouts, 3 designs, and any other information requested by the City or its representatives for these meetings. Presentations to the City Council shall be included in the work to complete this process. 5. Attend and participate in all public open houses deemed necessary by the City during design and construction. 6. Preparation and submittal of all conceptual, schematic, design development and construction documents of the facility, site, and all other aspects of the project. Preparation and submittal of final design of the facility and site. Presentations to the City Council shall be included in the work to complete this process. 7. Preparation and submittal of construction cost estimates with each submittal of the design drawings: Conceptual, Schematic, Design Development, and Construction Documents and other estimates as deemed necessary through the process for updates and to keep up with industry or economic trends. 8. Work with the City and its representatives in obtaining all necessary permits, environmental clearances, and coordination with all governing City, State, and Federal agencies. 9. Ability to propose value engineering options (alternative products/methods of construction). 10. Responsible for the ownership or access to the appropriate technology to allow for easy and seamless record keeping, submissions, project documentation, plan set submittals, general correspondence, and all other documents and files that need to be tracked, submitted, stored, saved, etc. for the project. 11. It is anticipated this will be a design/bid/build through a General Contractor for delivery methodology, but if that were to change the firm shall aid the City in selection of a possible Construction Management firm, if deemed necessary, dependent upon the delivery method selected by the City. 12. If determined to be necessary, work with a selected Construction Management firm throughout the project. Phase Two-Pre Construction Services: The consultant shall provide, at a minimum, these services and act as an aid to guide the City for this project. This shall include, but not be limited to, the following: 1. Attend various development meetings prior to the advertisement for construction of the facility. 2. Prepare and submit all construction documents necessary to formally bid the project. 3. Aid the City in promoting the project during the bidding phase 4. Assist the City representatives in the pre-bid meeting and answer all questions related to the design and constructability aspects of the facility. Also, review the bids, evaluate the bidders, and make a formal recommendation of the potential contractor(s) to be used. 5. Discuss value engineering options (alternative products/methods of construction) and approve them as submitted from the contractors, City representatives, subcontractors, or any other entity or agency. 4 Phase Three-Construction Services: The consultant shall provide, at a minimum, these services and act as an aid and guide to the City for this project. This shall include, but not limited to, the following: 1. Attend all meetings deemed necessary by the City throughout construction and project closeout, including the warranty period. 2. Closely work with the City staff and/or the City representatives on all aspects of the construction process through project closeout and warranty periods. 3. Attend meetings as needed to resolve issues related to the design or constructability in both the design and construction phases of the project. 4. Review, comment, and approve RFI’s, submittals, shop drawings, and all other items related to the construction phase documentation. 5. Aid in the evaluation of any and all value engineering that is proposed through the bidding and construction phases. Provide recommendations and approvals for any and all changes presented by the contractors during construction and/or related change orders. 6. The firm shall also be expected to justify/explain any RFI’s or change orders if it results from errors or omissions from the design. CONTENT OF PROPOSAL 1. Submit one (1) bound copy of the submittal, of no more than 5 pages in length (front & back counted), on 8 1⁄2” x 11” sheets of paper with the following information: a. Letter of Interest including, but not limited to: Firm/team information including: name, address, telephone number and e-mail address of your firm; type of business organization, brief history, years in business, and primary contact. Including a list of all sub-consultants and all information for each as shown above, and reason and interest in project. Counted towards page count b. A brief description of the firm/team including, but not limited to, relevant qualifications, certifications, and special expertise that can be applied to this project. The same information shall be submitted for all additional sub- consultants utilized for the project. c. Project experience in working with governmental entities over the last 5 years with respect to similar facilities completed by the firm and budgets between $5 and $30 million dollars. Project list should identify and detail the following: a. Project name, owner, location b. Estimated design fee percentage vs total construction cost c. Initial design schedule and initial construction schedules- Schedules can be shown in total number of months d. Actual design time needed and actual construction time needed- Schedules can be shown in total number of months 5 e. Justifications for underruns and overruns of the schedules and construction f. Scope of services performed on the project by the firm g. References corresponding to the projects: client’s name, address, contact person, and contact’s phone number d. Names and roles of the key personnel to be involved on the project, including the principal-in-charge, and project manager. For each, provide abbreviated resumes indicating special expertise, certifications, and relevant experience related to projects of this nature. This shall also include all members of other firms that shall be utilized on the project as a sub-consultant, if utilized. e. The consultant shall submit a detailed preliminary schedule for the project providing durations of design and construction tasks based upon the milestones shown within this request for qualifications. f. Principle firm and sub-consultants capacity shown in number of staff including job titles, and capability to dedicate personnel to the City’s project. Show the current 2022 workloads and personnel dedicated to each, along with projected workload for 2023. g. Project approach describing in detail the procedures and methods your firm will utilize to provide the necessary services as described within the request for qualifications. This information should clearly identify your understanding of the scope of work. This shall include a discussion of any methods, technology, or programs anticipated to be utilized by the consultant that could be shared with the City and its representatives to ensure seamless submittal processes from design through the construction and closeout phases. h. Preliminary Project Schedule detailing the consultants projected design milestones shown in the RFQ, bidding, city approvals, preconstruction, construction, potential move in, and project closeout periods based upon an anticipated Notice to Proceed of June 20, 2022 and a construction completion date of November 2023. This shall be based upon the consultant’s historical data for facilities of this nature. The City understands that there are many variables to schedules that may differ between each project. That said, the consultant has the responsibility to provide their best and most accurate detailed projected schedule that is realistic and attainable. This will be based upon the firm/teams personnel, capacity, and availability of staff and resources at this time. i. Provide the completed E-Verify Affidavit and Documentation in accordance with all Federal mandates and regulations. (Not counted towards the 5 page maximum) j. Submit the Certification of Non-segregation affidavit attached (Not counted towards the 5 page maximum) k. Any other information that you feel is appropriate to assist in consultant selection. 6 2. It is a requirement that the submitting consultant firms furnish the Owner one (1) electronic copy of the submittal in Adobe PDF format, on thumb drive only, and included in the submittal packet (no CD’s will be accepted). EVALUATION CRITERIA The criteria which will be considered in the evaluation of the Statements of Qualifications shall include, but not necessarily be limited to: a. Experience and technical competence and capabilities related to the designing and construction of a facility of this nature. b. Project Approach detailed information. The City expects to be complete in explaining how the firm will provide the expected services for this project. c. Preliminary Schedule and Capacity: The provided preliminary schedule will be reviewed and evaluated for practicality, completeness, duration, and detail. The consultant shall anticipate that the schedule may potentially be utilized to provide information to the City Council related to a preliminary timeline of events. It is anticipated that the schedule shall be detailed enough to show the duration of the design, construction, and closeout milestones based upon the firm historical records for a project of this nature. The consultant is allowed to present information that can justify how a project can be expedited to meet short deadlines. Capacity of the firm during the proposed project timeline and the capability of the firm to dedicate the appropriate number of experienced personnel to the project. d. Past record of performance on similar projects based upon previous work with the City, if any, and/or the projected schedules and actual completion, including quality of service and proof the consultant met schedules and budget. e. Quality of information based on completeness, relevance, conciseness, and organization of materials. An example of an evaluation form with the above criteria and weighting is provided at the end of this document. 7 SELECTION PROCESS Written Letters of Interest and Statements of Qualifications submitted will be distributed to members of a selection committee. The committee will review the submittals and rank them based on a set criteria. Based upon this ranking, the selection committee can select the most qualified consultant, or, up to three firms may be selected for further interviews if the City deems that interviews will be necessary. The Owner is under no obligation to grant interviews to any respondent receiving a copy of this RFQ and/or submitting a written proposal in response to this RFQ. Based upon results from this process, the Owner will pursue entering into contract negotiations with the most qualified firm. If an agreement cannot be reached with the top ranked firm, the Owner will enter negotiations with the firm of next highest rank, and so on until an agreement is reached, or the City decides not to enter into an agreement with any of the respondents. The timeline for the selection process is: a. Request for Qualifications sent out on April 15, 2022. b. Deadline for questions from respondents is 12:00 p.m. prevailing central time on April 29, 2022. c. Responses to questions will be issued no later than May 3, 2022. Responses will be posted on the City of O’Fallon Website under Bidding Opportunities d. Respondent submittals due no later than 12:00 p.m. prevailing central time on May 6, 2022. e. Selection committee determines if interviews will be necessary and notifications sent to consultants only if needed. f. Council presentation and approval tentatively scheduled for June 9, 2022 but subject to change based upon potential interviews and the negotiation process for the selected firm. PROJECT MILESTONES The consultant shall be responsible for providing within their proposal a detailed project schedule based upon an anticipated Design Notice to Proceed on June 20, 2022. The schedule shall also be based upon the design milestones listed below: 1. Kick off meeting & commence design. 2. Submit 30% plans, specifications, and estimates. 3. Submit 60% plans, specifications, and estimates. 4. Submit 90% plans, specifications, and estimates. 5. Submit 100% completed plans, specifications, and estimates. 8 6. Pre-Construction period-Including project advertisement, receipt, selection, award, City Council approvals 7. Notice to Proceed-Construction. 8. Construction period 9. Project closeout. City Purchasing Agent Attn: Julie Moellering 100 North Main O’Fallon, Mo. 63366 jmoellering@ofallon.mo.us Any questions and the corresponding responses will be provided to all respondents in writing. Contact with other City of O’Fallon personnel regarding this project is prohibited throughout the RFQ and selection process and may be grounds for disqualification. 9 CERTIFICATION OF NON-SEGREGATION #22-053 O’Fallon Regional Law Enforcement Training Center By submission of this bid I certify that I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that I do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. I certify further that I will not maintain or provide for my employees any segregated facilities at any of my establishments, and that I will not permit my employees to perform their services at any locations, under my control, where segregated facilities are maintained. I agree that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom or otherwise. I further agree that I will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that I will retain such certifications in my files, and that I will forward this notice to such proposed CONSULTANTS. SIGNED: Consultant: By: Date: [Attach documentation of enrollment/participation in a federal work authorization program] FIN 03-2014 WORKER ELIGIBILITY VERIFICATION AFFIDAVIT STATE OF __________________ ) ) ss COUNTY OF ________________ ) On the _____ day of _______________, 20____, before me appeared ________________________________, Affiant name personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is subscribed to this affidavit, who being by me duly sworn, stated as follows: • I, the Affiant, am of sound mind, capable of making this affidavit, and personally certify the facts herein stated, as required by Section 285.530, RSMo, to enter into any contract agreement with the City to perform any job, task, employment, labor, personal services, or any other activity for which compensation is provided, expected, or due, including but not limited to all activities conducted by business entities. • I, the Affiant, am the _______________ of ______________________________, and I am duly title business name authorized, directed, and/or empowered to act officially and properly on behalf of this business entity. • I, the Affiant, hereby affirm and warrant that the aforementioned business entity is enrolled in a federal work authorization program operated by the United States Department of Homeland Security, and the aforementioned business entity shall participate in said program to verify the employment eligibility of newly hired employees working in connection with any services contracted by the City of O’Fallon. I have attached documentation to this affidavit to evidence enrollment/participation by the aforementioned business entity in a federal work authorization program, as required by Section 285.530, RSMo. • I, the Affiant, also hereby affirm and warrant that the aforementioned business entity does not and shall not knowingly employ, in connection with any services contracted by the City, any alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. § 1324a(h)(3). • I, the Affiant, am aware and recognize that, unless certain contract and affidavit conditions are satisfied pursuant to Section 285.530, RSMo, the aforementioned business entity may be held liable under Sections 285.525 though 285.550, RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized alien to work within the state of Missouri. • I, the Affiant, acknowledge that I am signing this affidavit as a free act and deed of the aforementioned business entity and not under duress. ________________________________ Affiant Signature Subscribed and sworn to before me in ______________________, _____, the day and year first above-written. city (or county) state ______________________________________ Notary Public My commission expires: Attachment 1: Sample Copy of Rating Sheet City of O'Fallon, MO O’Fallon Regional Law Enforcement Training Center Architectural Design Selection Criteria Date: Reviewers Name: Firms Firm 1 Firm 2 Firm 3 Firm 4 Firm 5 Criteria Max pts Points Points Points Points Points Experience and Technical Competence & Capabilities 25 Project Approach 25 Preliminary Schedule and Capacity 25 Past record of performance 20 Quality of information based on completeness, relevance, conciseness, and organization of materials 5 Total Pts 100

100 N Main St O Fallon, MOLocation

Address: 100 N Main St O Fallon, MO

Country : United StatesState : Missouri

You may also like

TRAINING SUPPORT FOR TRAINING CENTER

Due: 22 Sep, 2027 (in about 3 years)Agency: PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION

UPFITTING LAW ENFORCEMENT VEHICLE

Due: 31 Dec, 2024 (in 8 months)Agency: BUREAU OF LAND MANAGEMENT

Please Sign In to see more like these.

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