request for proposals invitation to bid

21
Request for Proposals Invitation to Bid Dade County Bar Association Headquarters Project Owner: The Dade County Bar Association, Inc. 123 NW 1 st Avenue Miami, Florida 33128

Upload: others

Post on 26-Feb-2022

5 views

Category:

Documents


0 download

TRANSCRIPT

Request for Proposals Invitation to Bid

Dade County Bar Association Headquarters

Project Owner: The Dade County Bar Association, Inc.

123 NW 1st Avenue

Miami, Florida 33128

2

PROJECT

Renovation of the current free-standing structure located at 123 NW 1st Avenue, Miami, FL 33128. (Additional pictures attached as (the “Renovation Project” or “Project”) Appendix A.)

GOALS

• Ground Floor: o To be leased in part for retail use, triple net; o To accommodate separate entrances for Dade Legal Aid and Dade

County Bar Offices; o Lobby for elevator.

• Second Floor: o Office space to accommodate 39 employees of Dade Legal Aid; o Kitchen, bathroom, and conference room facilities appropriate to Dade

Legal Aid’s needs. • Third and Fourth Floor:

o Flexible office space for shared work environment; o Administrative offices; o Conference rooms.

• Fifth Floor: o Lounge/ Coffee Bar; o Outdoor terrace.

SCOPE/DESIGN CRITERIA

Request for a budget proposal for the full design and construction for the Renovation Project which is composed of 21,800 SF of commercial retail and office property. as follows:

• Fully coordinated and completed set of construction drawings and specifications (“Design-Build Documents”) ready for submission to the Building Department, permitting and then construction and construction administration in accordance with the Design-Build Documents for the following Project items:

3

o Replace the elevators and raise the elevator shaft to reach floor 5; o Replace all plumbing, electrical, and HVAC systems;

• Interior demolition; • Replace fire alarm and sprinkler systems; • Install systems for communications and security; • Repair or replacement of other non-functioning building systems; • Remove and replace façade;

o Interior to a modern and improved design and improvement for 2, 3, and 4th floor office accommodations;

o Removal of old windows and doors and Installation of new impact windows and doors.

DOCUMENTS PROVIDED

• Building plans

DUE DATE

February 29, 2020

INVITATION TO BID

Your company (“Bidder”) is invited to submit a bid for the design and construction of the Renovation Project which is the headquarters of The Dade County Bar Association (“Owner”). Proposals will be received from invited Bidders to Owner at [email protected] up to 3:00 p.m. EST on or before February 29, 2020 (Bid Day). Project commencement date is projected for 06/01/2020, pending all permit approvals, and turnkey budget to design and build the Project is not to exceed $2 million. Owner invites Bidder to include suggestions in excess of budget pursuant to Paragraph 2.2.

Each Bidder shall present on the attached Bid Form, the design fee to complete the Design-Build Documents as a lump sum and shall provide lump sum line items for permitting, contingency, construction administration and a breakdown of the construction budget in excel in the MasterFormat as follows:

• Division 01 - General Requirements • Division 02 - Existing Conditions • Division 03 - Concrete • Division 04 - Masonry • Division 05 - Metals • Division 06 - Wood, Plastics, Composites • Division 07 - Thermal and Moisture Protection • Division 08 - Openings • Division 09 - Finishes • Division 10 - Specialties • Division 11 - Equipment • Division 12 - Furnishings

4

• Division 13 - Special Construction • Division 14 - Conveying Equipment • Division 21 - Fire Suppression • Division 22 - Plumbing • Division 23 - Heating, Ventilating, and Air Conditioning (HVAC) • Division 26 - Electrical • Division 27 - Communications • Division 28 - Electronic Safety and Security • Division 31 - Earthwork • Division 32 - Exterior Improvements • Division 33 – Utilities

Bids will be reviewed privately, and the successful Bidder will be notified within 2 weeks of bid issuance. The Owner reserves the right to reject any or all bids and waives all formalities. Prospective bidders should read these entire Instructions to Bidders including referenced sections to prevent bid forfeiture and to successfully bid this project.

1. BIDDER'S REPRESENTATIONS

1.1. The Bidder by making a Bid represents that:

1.1.1. The Bidders and all of Bidder’s subcontractors hold active and valid insurance and licensure, including, without limitation, design professional liability insurance and licensure and general contractor and specialty contractor licensure in the state of Florida, applicable to the project location and type of work being bid. The Bidder must have a principal who is a Florida Licensed Certified General Contractor.

1.1.2. The Bidder has read and understands the scope/design criteria for the work.

1.1.3. The Bidder has visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the Bidder's personal observations with the requirements of the proposed scope/design criteria. Failure to make such investigation shall not relieve the successful Bidder from fulfilling all terms of the contract.

1.1.4. The Bid is based upon the full design and construction of the Renovation Project, including the materials, equipment and systems required by the scope/design criteria without exception.

1.1.5. The Bidder has the bonding capacity to provide a Payment and Performance Bond as may be required by Owner’s lender.

2. BIDDING DOCUMENTS

2.1. Bidders shall submit a full set of proposed preliminary design drawings with their bid package.

2.1.1. Bidders shall submit a budget, in excel as identified above, an estimated construction milestone schedule from start to finish, along with the estimated

5

design fee draw requests, permitting fee draw requests, construction administration draw requests and the estimated construction draw requests.

2.2.2. Interpretations, corrections and changes of the Bidding Documents will be made by Addendum. Interpretations, corrections and changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon them.

2.2.3. Bidders are welcome to visit the site and discuss questions with Owner’s representative on January 31, 2020 at 2 PM or February 7, 2020 at 10 AM in person at the site or via telephone conference Dial in number: 213-493-0375 PIN: 48440. Any and all questions must be submitted in advance in writing to [email protected]. No verbal/oral interpretation will be binding to the construction contract.

2.2. SUBSTITUTIONS

2.2.1. We encourage the Bidder to make lower cost suggestions or value engineering in the form of alternates to the bid. All alternative suggestions must be in complete compliance with all local codes. All alternates must be fully disclosed by the Bidder with written request for approval provided to Jane Muir at [email protected] at least 5 days prior to receipt of Bids. Furthermore, the Bidder assumes the liability for all required research and documentation to bring the alternate suggestion to the attention of all concerned parties, unless otherwise agreed to by all parties. Alternates will become part of the contract only when accepted by the owner in writing prior to the contract execution. The Owner’s decision of approval or disapproval of a proposed substitution shall be final. There will be no deviation from the scope/design criteria allowed in the base bid.

3. BIDDING PROCEDURES

3.1. PREPARATION OF BIDS

3.1.1. Each copy of the Bid shall state the legal name of the Bidder and the nature of the legal form of the Bidder.

3.1.2 Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract.

3.2. SUBMISSION OF BIDS

3.2.1. Bids received after the time and date for receipt of Bids will not be accepted.

3.2.2. The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids.

3.2.3. All bid proposals shall be submitted on the attached Bid Form. A complete copy of the bid package must be emailed to Jane Muir via email at [email protected] by the time and date listed above.

6

3.2.4. The following documents must be received from all the bidders by the bid submittal date:

1. Bid shall be on the Bid Form attached below covering the full scope of work and all related work to fully complete the Renovation Project.

2. Bidder's Qualification & Clarification Statement on Bidder’s Letterhead.

3. Instructions to Bidder (this form) signed and dated.

4. Project schedule demonstrating maximum of 180 day construction duration.

3.2.5. A responsive bid includes but is not limited to all design services, labor, materials, tools, equipment, other services, management and supervision required to complete permitted Design-Build Documents and all Work described therein, in the specified timeframe (duration).

3.3. MODIFICATION OR WITHDRAWAL OF BID

3.3.1. A Bid may not be modified, withdrawn or canceled by the Bidder for a period of thirty (30) days following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid.

3.3.2. Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder.

3.3.3. Withdrawn Bids may not be resubmitted.

4. CONSIDERATION OF BIDS

4.1. OPENING OF BIDS

The opening of Bids will be at the discretion of the Owner. Opening of Bids will be done privately at the Owner’s convenience.

4.2. REJECTION OF BIDS

The Owner shall have the right to reject any or all Bids. A Bid not accompanied by the required documents or a bid which is in any way incomplete or irregular is subject to rejection.

4.3. ACCEPTANCE OF BID (AWARD)

4.3.1. It is the intent of the Owner to award a Contract to the most qualified Bidder provided the Bid has been submitted in accordance with the requirements of the Scopescope/design criteria and does not exceed the funds available. The Owner shall have the right to waive informalities and irregularities in a Bid

7

received and to accept the Bid which, in the Owner’s judgment, is in the Owner's own best interests.

4.3.2. The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents.

5. FORM OF AGREEMENT BETWEEN OWNER AND BIDDER

The Bidder agrees by submitting a proposal for the project that they will enter into an agreement with Owner, using Owner’s AIA A141-2014 standard form 151 – 2007 of Agreement Between Owner and Design-Builder Where the Basis of Payment Is a Stipulated Sum (“Construction Agreement”)., with negotiated modifications.

The Bidder agrees to provide a sworn statement with a list of all subcontracts including contact names, addresses, telephone numbers, and subcontract totals.

6. ACCESS TO SITE

Bidders are welcome to visit the site and discuss questions with Owner’s representative on January 31, 2020 at 2 PM or February 7, 2020 at 10 AM in person at the site or via telephone conference Dial in number: 213-493-0375 PIN: 48440. Any and all questions must be submitted in advance in writing to [email protected]. No verbal/oral interpretation will be binding to the construction contract.

The site can be accessed and available for a job-walk by Bidders at other convenient times, by request to Shay Garcia at [email protected].

7. GENERAL

7.1. The awarded Bidder is responsible for delivering a completed Project; all items not specifically identified to the contrary are the sole responsibility of and will be provided by the Bidder.

7.2. The awarded Bidder agrees to provide a close out package per the contract agreement within 45 days of project completion.

7.3. Each Bidder shall indicate on the Bid Form:

7.3.1.1. A total weekly rate at which general conditions and supervision shall accrue (should the project extend beyond the duration at no fault of the Bidder)

7.3.1.2. The total markup, reflected as a percentage of cost, for profit, overhead, insurance or any other fee the Bidder requires as necessary for managing all change order directives. This markup will apply to all change order directives as described in the contract.

8

BID FORM

DESIGN FEE: $______________

PERMITTING: $______________

CONSTRUCTION ADMINISTRATION: $______________

CCONTINGENCY: $______________

TOTAL CONSTRUCTION COST: $______________

BREAKDOWN:

Division 01 - General Requirements $_______ Division 02 - Existing Conditions $_______ Division 03 - Concrete $_______ Division 04 - Masonry $_______ Division 05 - Metals $_______ Division 06 - Wood, Plastics, Composites $_______ Division 07 - Thermal and Moisture Protection $_______ Division 08 - Openings $_______ Division 09 - Finishes $_______ Division 10 - Specialties $_______ Division 11 - Equipment $_______ Division 12 - Furnishings $_______ Division 13 - Special Construction $_______ Division 14 - Conveying Equipment $_______ Division 21 - Fire Suppression $_______ Division 22 - Plumbing $_______ Division 23 Heating, Ventilating, and Air Conditioning (HVAC) $_______ Division 26 - Electrical $_______ Division 27 - Communications $_______ Division 28 - Electronic Safety and Security $_______ Division 31 - Earthwork $_______ Division 32 - Exterior Improvements $_______ Division 33 – Utilities $_______ TOTAL BID AMOUNT $______________

9

8. ACCEPTANCE OF BID CONDITIONS

By signing below the contactor accepts the above conditions and guidelines and acknowledges that this document will be incorporated as part of the final Construction Agreement.

Signature: ______________________________ Date: ____________________

Name: _________________________________

Title: __________________________________

Company: ______________________________

10

Appendix A – Pictures

11

12

13

14

15

16

Appendix B – Floor Plans

17

18

19

20

21