rfp # 19-044 aquatic center design, construction ... · rfp # 19-044 aquatic center design,...

22
Page 1 of 22 Racine Unified School DISTRICT 3109 Mount Pleasant Street Racine, Wisconsin 53404 262-631-7030 RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN *********************************************************************************************************** Issue Date: December 20, 2018 Preliminary Questions Due: By 10:00 a.m., January 11, 2019 Addendum Issued: By 4:30 p.m., January 14, 2019 Pre-Proposal Conference/Site Visit: 10:00 a.m., January 16, 2019 Final Questions Due NO EXCEPTIONS: By 10:00 a.m., January 18, 2019 Addendum Issued: By 4:30 p.m., January 22, 2019 PROPOSAL DUE DATE & TIME: 10:00 a.m., January 31, 2019 Notice of Interviews: By 4:30 p.m., February 14, 2109 Interviews, if required: February 20, 2019 Board of Education Approval: March 18, 2019 CONTACT INFORMATION: Diane Knoll, CPPB, Purchasing Supervisor Racine Unified School DISTRICT 3109 Mt. Pleasant Street Racine, WI 53404 Phone: (262) 631-7032 Fax: (262) 631-7029 Email: [email protected] The Racine Unified School DISTRICT, Racine, Wisconsin, is seeking proposals from qualified individuals and/or organizations to develop the preliminary design of a new indoor aquatic facility. For purposes of this Request for Proposal (RFP), the term DISTRICTrefers to the Racine Unified School District, RESPONDENT” refers to the firm responding to this RFP and CONTRACTORrefers to the successful firm awarded the contract as a result of this RFP. The DISTRICT invites any qualified individual or organization to respond to this RFP. The RESPONDENT must be responsible, regularly and practically engaged in providing the goods or services requested, and possess ample resources for providing the services identified. A distribution list for this RFP will be created and maintained by the DISTRICT. Addendums and other communications that may be significant in the response and selection process will only be sent to individuals and/or organizations on the distribution list.

Upload: others

Post on 06-Mar-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 1 of 22

Racine Unified School DISTRICT 3109 Mount Pleasant Street Racine, Wisconsin 53404 262-631-7030

RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN

***********************************************************************************************************

Issue Date: December 20, 2018

Preliminary Questions Due: By 10:00 a.m., January 11, 2019

Addendum Issued: By 4:30 p.m., January 14, 2019

Pre-Proposal Conference/Site Visit:

10:00 a.m., January 16, 2019

Final Questions Due NO EXCEPTIONS:

By 10:00 a.m., January 18, 2019

Addendum Issued: By 4:30 p.m., January 22, 2019

PROPOSAL DUE DATE & TIME:

10:00 a.m., January 31, 2019

Notice of Interviews: By 4:30 p.m., February 14, 2109

Interviews, if required: February 20, 2019

Board of Education Approval: March 18, 2019

CONTACT INFORMATION: Diane Knoll, CPPB, Purchasing Supervisor Racine Unified School DISTRICT 3109 Mt. Pleasant Street Racine, WI 53404 Phone: (262) 631-7032 Fax: (262) 631-7029 Email: [email protected] The Racine Unified School DISTRICT, Racine, Wisconsin, is seeking proposals from qualified individuals and/or organizations to develop the preliminary design of a new indoor aquatic facility. For purposes of this Request for Proposal (RFP), the term “DISTRICT” refers to the Racine Unified School District, “RESPONDENT” refers to the firm responding to this RFP and “CONTRACTOR” refers to the successful firm awarded the contract as a result of this RFP. The DISTRICT invites any qualified individual or organization to respond to this RFP. The RESPONDENT must be responsible, regularly and practically engaged in providing the goods or services requested, and possess ample resources for providing the services identified. A distribution list for this RFP will be created and maintained by the DISTRICT. Addendums and other communications that may be significant in the response and selection process will only be sent to individuals and/or organizations on the distribution list.

Page 2: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 2 of 22

If you received a copy of the RFP from a source other than by direct and intentional delivery from the DISTRICT, email the contact person identified above to be added to the distribution list. For anyone interested in submitting a proposal for this RFP shall acknowledge receipt of this RFP, via email to the contact person to ensure you are added to the distribution list for updates, clarifications, and changes, if any.

End of Page

Page 3: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 3 of 22

1. QUESTIONS INTERPRETATIONS AND / OR REQUESTS FOR EXCEPTIONS/CHANGES TO RFP

Any request for clarification or interpretation, correction of any ambiguity, inconsistency or error in this RFP must be received no later than 10:00 a.m., January 18, 2019. If the RESPONDENT does not notify the DISTRICT of any such conditions, it will be assumed that the RESPONDENT has included all necessary items to fulfill the purpose of the RFP.

Questions concerning this RFP shall be made in writing via email to the contact person identified on the cover page of this RFP. The subject line of the e-mail should clearly state “Question RE: RFP #19-044 Indoor Aquatic Facility”. Responses to questions may result in an addendum. The issuance of a written addendum is the only official method where interpretations, clarifications or additional information can be given that would change the terms and conditions of this RFP. The DISTRICT reserves the right to amend the contents of this RFP. If it becomes necessary to amend any part of this RFP an addendum will be provided to all RESPONDENTS on the distribution list. Addenda will be sent to all RESPONDENTS on the distribution list. All addenda so issued shall become part of the RFP. RESPONDENT’s shall acknowledge receipt of said addenda on the signature page submitted with their proposal. All official communications in regard to this RFP will be conducted by e-mail. The DISTRICT does not assume any responsibility for integrity or operability of the RESPONDENT’s e-mail system. The DISTRICT shall be not be responsible for oral interpretations given by a DISTRICT employee, representative or other individual. No information provided verbally, or by parties other than the contact person on the cover page, will be considered binding. Any RESPONDENT that contacts any School Board member, any member of DISTRICT staff, or any member of the selection team, with the intent to influence selection decisions, will be disqualified from further consideration.

2. EXAMINATION OF SITE AND RFP DOCUMENTS RESPONDENT shall carefully examine the contents of this RFP and any subsequent addenda. Failure to do so shall not relieve RESPONDENT of the obligation to fulfill the terms of the project identified herein. In responding to this RFP the RESPONDENT signifies to be fully informed as the extent and character of the services required and the terms and conditions specified herein. The RESPONDENT represents that the services can be provided satisfactorily and in complete compliance with the RFP.

3. PRE-PROPOSAL CONFERENCE A mandatory meeting with interested potential RESPONDENTS to review the Scope of Services, and to clarify any questions, will be on 1/16/19 at 10:00 a.m. at the following location: Racine Unified School DISTRICT, J.I Case High School, 7345 Washington Ave., Racine, WI 53406. Vendors should check in at the main office. Questions submitted prior to the Pre-Proposal Conference will be answered at the Pre- Proposal Conference. Questions from the floor at the Pre-Proposal Conference must also be presented in writing. These

Page 4: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 4 of 22

questions may or may not be answered at the Pre-Proposal Conference. All questions will be addressed in writing after the meeting and sent to all individuals that signed in at the Pre-Proposal Conference as well as those on the distribution list.

4. RESPONSE TO RFP Responses to this RFP shall be submitted by mail as specified below. The DISTRICT certifies that the proposals will not be opened by anyone in the DISTRICT prior to the opening date and time indicated above. Proposals are to be received by the Purchasing Department no later than the date and time shown on the cover page to: Diane Knoll, CPPB, Purchasing Supervisor Racine Unified School DISTRICT 3109 Mount Pleasant Street, Racine, WI 53404 RESPONDENT shall submit their proposal on the forms provided and/or in the manner specified and shall respond to each question. If an addendum is issued, it must be acknowledged on the Respondent Information and Certification Page (reference Form A.01). RESPONDENT’S who do not acknowledge the addendum(s) may have their proposal rejected. The RESPONDENT may include additional information and data that is believed to be helpful to the DISTRICT in the evaluation of the product or services identified herein. Proposals should be prepared simply and economically, providing a straightforward and concise explanation of RESPONDENT'S capabilities that will satisfy the identified requirements. Fancy bindings, colored displays, and promotional material are neither necessary nor desired; however, literature describing the RESPONDENT'S background and experience and/or the characteristics and features of product or services, may be included. Proposals must not be transmitted orally, by Email or Fax Machine. Proposals will be received only by mail, hand delivery, or by courier (UPS, FedEx, etc.) OUTER PACKAGING MUST BE CLEARLY MARKED AS FOLLOWS: “RFP #19-044 – Indoor Aquatic Facility”. All proposals shall be valid for a period of ninety (90) days after the scheduled time of closing. Late proposals may not be accepted, may be returned unopened, and may not be considered. RESPONDENT shall submit the following documents / information: Two (2) hard copies of your proposal (1 original and 1 copy). (Reference Form A.02) One (1) electronic file of all required documents on a flash drive. All completed forms as specified. The following documents must be included with your proposal: A.01 – Respondent Information and Certification A.02 – Proposal Response Form A.03 – RFP Cost Proposal Acknowledgement of receipt of all addenda. All RESPONDENTS, by submission of their proposal, agree to abide by the rules, regulations, and procedures of the DISTRICT.

Page 5: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 5 of 22

5. BID ACCEPTANCE – REJECTION The DISTRICT reserves the right to accept or reject any or all proposals, in whole or in part, received in response to this request, to waive or permit cure of minor irregularities, and to conduct discussions with all qualified vendors in any manner necessary to serve the best interest of the DISTRICT. The DISTRICT also reserves the right, in its sole discretion, to award a contract based upon the proposals received without prior discussion or negotiation with respect to those proposals.

6. REFERENCES

RESPONDENT shall provide at least three (3) references of recent clients with similar requirements as specified in this proposal. Reference information shall include contact person, phone number, fax number, e-mail address of a person that may be contacted and relevant recent project information. The DISTRICT is especially interested in receiving references from government entities that most closely match the requirements as described in this Request for Proposals.

7. COST PROPOSAL Pricing must be submitted on the RFP Cost Proposal (reference Form A.03). Failure to do so may result in your proposal being rejected. One (1) original and one (1) copy of the Cost Proposal shall be delivered or mailed to arrive no later than 10:00 a.m., January 31, 2019. The Cost Proposal shall be in a sealed envelope separate from the proposal response documents and must be clearly labeled “Cost Proposal – RFP #19-044 Indoor Aquatic Facility.”

8. WITHDRAWAL OF RFP RFP’s may be withdrawn only in total and only by a written request to the DISTRICT prior to the time and date scheduled for RFP opening.

9. EVALUATION CRITERIA

An RFP Review Committee will evaluate all proposals received. Based on the evaluations, the Committee will submit its recommendation to the Board of School Directors for review and contract award. The recommendation for award shall be based upon the best combination of experience, qualifications and cost, to meet the needs of the DISTRICT.

Qualifications of the firm based on similar project experience, staff expertise, and performance record.

10 points

Program of work, methodology, and general management approach. 20 points

Experience, qualifications and availability of staff to complete work in a timely manner.

30 points

Demonstrated understanding of project objectives and required services.

15 points

Proposed Pricing 25 points

Page 6: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 6 of 22

Factors which include, but are not limited to, time of completion and financial capacity of RESPONDENT, ability to render satisfactory service and past performance will be considered in determining status as a responsible RESPONDENT. The DISTRICT reserves the right to request supplemental information from any or all RESPONDENTS and to factor any additional information into the evaluation. Any proposals that do not meet the minimum requirements will be disqualified. This RFP does not commit the DISTRICT to pay any costs incurred in the preparation of a response to this request or to procure or contract for services or supplies. The Purchasing Department reserves the right to accept or reject any or all proposals received as a result of this request, request additional information, waive minor irregularities in the procedure, negotiate with any qualified source, or to cancel this RFP in part or in its entirety.

10. INTERVIEWS AND PRESENTATIONS The District reserves the right to create a “shortlist” and invite those respondents who are on said list to deliver a presentation of its proposal to the Committee. The Committee may request further information from those finalists. Subsequent to the selection of a CONTRACTOR and approval by the Board of Education, the District may elect to negotiate final contract terms, scope of services, and price with the selected firm If a contract and fee cannot be successfully negotiated with the selected firm, The District may choose to enter negotiations with another prospective firm, or it may re-advertise for new proposals.

11. CONTRACTUAL REQUIREMENTS A contract will be awarded to the successful bidder. AIA B101 – 2017 will be executed between the DISTRICT and CONTRACTOR. The District reserves the right to not proceed with the project after any Phase(s) of the Scope of Study. The DISTRICT reserves the right to cancel any contract for failure of the CONTRACTOR to comply with the terms, conditions and specifications of the offer and/or contract.

12. LOCALLY OWNED AND DISADVANTAGED BUSINESSES The DISTRICT promotes and encourages participation of small and disadvantaged businesses, locally owned, women’s business enterprises, veteran owned and minority businesses. The DISTRICT requires all CONTRACTOR’S and sub-contractors to promote the participation from these entities.

13. CONFLICT OF INTEREST All RESPONDENTS must disclose with their proposal, the name of any officer, director or agent who is also an officer or employee of the DISTRICT. Further, all RESPONDENTs must disclose the name of any the DISTRICT officer or employee who owns, directly or indirectly, any interest in the CONTRACTOR’S firm or any of its branches. Failure to disclose this information will result in disqualification of their proposal. The DISTRICT reserves the right to seek damages for recoupment of losses in having to re-bid or re-assign.

Page 7: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 7 of 22

14. ANTI-COLLUSION CLAUSE During the preparation and submission to this RFP, RESPONDENT is prohibited from directly or indirectly entering into any combination or arrangement with any person, firm or corporation, or entering into any agreement, or participate in any collusion, or otherwise take any action in the restraint of free competitive bidding in violation of the SHERMAN ACT (15 U.S.C. Section 1). In responding to the RFP, RESPONDENT certifies that this submittal is not the result of, or affected by, any act of collusion with, or any act of, another person or persons, firm or corporation engaged in the same line of business or commerce. In responding to the RFP, RESPONDENT certifies that no person acting for, or employed by the DISTRICT has an interest in, or is concerned with this submittal and that no person or persons, firm or corporation other than the RESPONDENT, have an interest in this proposal.

15. PROPRIETARY INFORMATION RESPONDENT is advised that most records and documents in the possession of the DISTRICT are subject to the requirements of Wisconsin’s Public Records Law, Wis. Stat. §§19.31-19.39. Trade secrets, confidentiality or proprietary information submitted in response to this RFP will be protected by the DISTRICT to the extent permitted by law. RESPONDENT must provide a statement that identifies the data or other material to be protected and the reasons why protection is necessary. Such trade secrets or proprietary and confidential information should be clearly marked. If such submittal is being made, RESPONDENT must so indicate on the official submittal sent to the DISTRICT. DISTRICT reserves the right to submit such information to its legal counsel for determination of the DISTRICT’s right to deny an Open Records request. The determination of DISTRICT’s legal counsel shall be final and binding on RESPONDENT. A statement by RESPONDENT that the entire submittal is proprietary and/or a statement that pricing/costs are to be protected cannot be honored. RESPONDENT will be requested to remove any such statement(s) in order to be eligible for further consideration. References may be made within the body of the submittal to proprietary information; however all information contained within the body of the submittal, not under separate cover and labeled proprietary, shall be deemed a public record.

16. OTHER

The DISTRICT does not discriminate on the basis of religion, sex, race, national origin, age, ancestry, creed, color, political affiliation, membership in the National Guard, state defense force or any reserve component of the United States military or state military forces, pregnancy, marital or parental status, sexual orientation, or physical, mental, emotional, or learning disability or handicap or other bases prohibited under state or federal law. The DISTRICT is a smoke free environment. RESPONDENT shall assure that their representatives will refrain from smoking while on public or private school grounds. The DISTRICT is a drug free environment. RESPONDENT shall assure that their representatives will refrain from the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance while on public or private school grounds.

Page 8: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 8 of 22

17. RESPONDENT QUALIFICATIONS

RESPONDENT must be responsible, regularly and practically engaged in providing the services requested, and possess ample resources for providing the services identified. RESPONDENT must have two or more licensed engineers on staff that are responsible members of the firm (must be licensed in the State of Wisconsin). RESPONDENT shall have a record of performance with reasonable financial support, personnel, and organization to ensure that they can satisfactorily execute the services required and specified herein if awarded. RESPONDENT’s who have failed to perform in the past may not be considered for award. RESPONDENT must possess a minimum of five (5) years of verifiable experience doing business similar to that which is required in this RFP. Experience should include accounts equal or larger in size and scope. RESPONDENT must be properly licensed to do business in the State of Wisconsin. RESPONDENT must not be on the Federal list of debarred Contractors.

18. BACKGROUND Located in southeastern Wisconsin, Racine Unified School District (RUSD) is the fifth largest school district in the state, serving nearly 20,000 students. Our culturally diverse schools prepare our students to thrive in a global community. The District operates four indoor pools, which offer instructional, competitive and therapeutic swimming activities during the school year. All four pools are more than 50 years old. The J.I. Case High School pool is more than 50 years old and is original to the campus. The pool sits on a limestone base. Two sides of the pool are unexcavated and not accessible for repair or inspection. The shell of the pool is aluminum with a fiberglass coating, added in the 1980’s and top coated with paint. Each decade, starting in 1980 the district has been able to make modest to major repairs to keep the pool operational. The pool is non-compliant with Title II & Title III of the Americans with Disabilities Act signed into law on September 15, 2010. The pool was closed in May 2018 due to safety concerns. Due to the age and condition of the RUSD swimming pools, it is the District’s desire to replace the existing pool at Case High School with a modern aquatics facility to meet the district’s current and future demands for instructional, competitive, therapeutic and recreational swimming opportunities. The District also desires that any new pool have a sustainable business model to support the planned construction activities. To that end, the District desires a pool management plan that can used as a guide in the maintenance and operation of the pool, ensuring that facility costs are partially supported through additional revenue opportunities.

19. SCOPE OF SERVICES

The Racine Unified School District, is seeking proposals for a professional firm to work with the Racine Unified School District and designated staff to develop the preliminary design of a new indoor aquatic facility. Additionally, the District requests that the selected firm or firm(s) provide a pool management plan which outlines the required fee structure, revenue generating activities, and other items which will provide for future sustainable operations of the pool. The selected firm will assist in determining the appropriate size of the pool and the range of features to be included. The District intends to engage the service(s) of a firm having specific experience and qualifications in one or each of the area(s) identified in this RFP. For consideration, proposals for the project must provide evidence of the firm’s experience and abilities in the specified area(s) and other disciplines directly related to the proposed service.

Page 9: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 9 of 22

Desired Pool Facility/Features The proposed facility is to be designed for use by RUSD students and an array of appropriate community uses. The facility is intended to serve a variety of needs and uses, including but not limited to:

Learn to swim classes

Competitive swimming / diving

Instructional programs such as lifeguarding courses and kayak roll clinics

Recreational swimming

Lap swimming

Exercise and aerobic classes

Events rentals

Scuba diving

Family and group gatherings Although the pool/facility preliminary design is to be determined within the scope of activities that are to be performed by the selected firm(s), the District has identified the following list of feature features that are to be incorporated in the design:

Racing course be 25m in length by 75’ (22.86m) in width, providing for eight 9’ (2.74m)

lanes with additional width outside lanes 1 and 8. A minimum water depth of 7’ (2.13m) is

desired for optimal competition conditions. Optional markings: nine 8’ (2.44m) lanes or ten

7’ (2.13m) lanes.

The diving facility should be 60’ (18.29m) in length by 75’ (22.86m) in width. It should be

equipped with two 1-meter and two 3-meter springboards. The diving facility may be

separated from or incorporated with the swimming pool.

One aquatic therapy pool system.

ADA compliant male and female locker rooms

Concession stand to service the pool

Swimming and diving viewing stands

Although the District outlined aspects to be incorporated into the preliminary design, the District does encourage creative design features that may not be listed above.

20. PHASES Phase 1. Site Assessment and Preliminary Design. The CONTRACTOR shall develop a preliminary plan for a new aquatics facility, including an opinion of probable cost for demolition and removal of the existing pool (if necessary) and construction/rehabilitation of the facility including schematic design, preliminary project phasing and project cost estimates. The CONTRACTOR shall work with the District to get input from as many people as possible, including users and non-users of the facility. Site, storm water, parking and landscape design services are to be provided by the Architect. All aspects of the design shall comply with all applicable local, state and federal laws and codes. Include recommendations for twenty year or greater life cycle costing for mechanical & electrical equipment and fixtures. At the conclusion of this Phase, the District will determine the location and design of the aquatic facility. Provide all drawings in .PDF and AUTO-CAD format and shall use Building Information Modeling. Phase 2. Pool Management Plan and Educational Assistance. The CONTRACTOR will provide a pool management plan that will provide a guide for the sustainable operations of the pool. The plan will provide recommendations on a staffing model, fees, revenue-generating programming opportunities, concessions operations and other required information that will demonstrate the feasibility of the pool beyond district use. In addition, the CONTRACTOR will provide necessary educational tools to the District in order to educate the public about the proposed pool design.

Page 10: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 10 of 22

Phase 3. Design and Bid. The CONTRACTOR will provide all necessary services to complete the design plans and preparation of technical specifications and drawings required to secure competitive construction bids including but not limited to civil, landscape and MEP plans. This Phase shall include, but not be limited to, completion of all sketches, drawings, documents, publications, meetings, and notifications necessary for the District to secure competitive bids. This Phase shall also include the CONTRACTOR’S review and tabulation of bids received, as well as a recommendation for contract award. Project Deliverables The CONTRACTOR shall provide the following items in connection with the project:

Three (3) optional design layouts for the District’s consideration during Phase 1 of the project.

Ten (10) copies of the selected preliminary design, specifications, and an estimate of probable cost for each of the phases of work Five (5) copies of the final design, specifications, and an estimate of probable cost for the entire project.

Three (3) copies of the construction documents (plans and specifications).

Three (3) copies of “as built” construction documents.

21. CONSTRUCTION ADMINISTRATION The Architect’s responsibilities during the construction phase requirements include but not limited to the following:

1. Attend a pre-construction meeting with the Owner, representatives from utility and regulatory agencies and all CONTRACTOR’S involved in the construction phase.

2. Be available to answer any questions of the Owner, representatives from utility and regulatory

agencies or any CONTRACTOR and will be the contact person during all phases.

3. Review and approve all shop drawings in a timely manner.

4. Be responsible, with approval of the Owner, to consider change order requests. Architect will verify cost submitted to be accurate and within costparameters of the project, and once approved, will initiate the District's change order process.

5. Attend on site job meetings at least once per week. The weekly meetings will be held

between the project architect, Owner and any appropriate CONTRACTORS and sub-contractors.

6. Prepare project punch lists.

7. Provide weekly construction observation at appropriate intervals to ascertain that the work

is being performed in accordance with the contract documents.

8. Review and recommend payment requests.

9. Conduct necessary site inspections with State and local officials.

10. Should the project exceed the scheduled completion date, due to unforeseen circumstances, the CONTRACTOR and District will work together to minimize cost and to complete the work in a timely fashion.

11. Architect to provide owner with “as-built” records of all drawings and specifications inclusive

of all changes. All drawings and specifications will be the property of the Racine Unified School District at the end of the project including an electronic copy of .pdf and AUTO-CAD format. The disc(s) shall include all “as built” changes. The District will require four (4) hard copies in addition to the electronic copy.

Page 11: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 11 of 22

22. BACKGROUND CHECKS

CONTRACTOR shall ensure that employee background checks, consisting of criminal record searches and employment verification, are accomplished and that current records are provided to the DISTRICT.

23. INSURANCE CONTRACTOR shall understand and agree that financial responsibility for claims or damages to any person or to CONTRACTOR’S officers, agents, employees and any other person providing services under this contract shall rest with the CONTRACTOR. CONTRACTOR and its sub-contractors shall effect and maintain any insurance coverage including but not limited to Workers’ Compensation, Employers’ Liability, General Liability, Contractual Liability, Professional Liability, Automobile Liability, and Umbrella Liability to support such financial obligations. The indemnification obligation, however, shall not be reduced in anyway by existence or non-existence, limitation, amount or type of damages, compensation, or benefits payable under Workers Compensation laws or other insurance provisions. The minimum limits of insurance of the CONTRACTOR by the DISTRICT shall be: Workers Compensation Statutory Limits Employer Liability $1,000,000 per occurrence General Liability $1,000,000 per occurrence and $2,000,000 general aggregate Professional Liability (including errors and omissions) $1,000,000 per occurrence Auto Liability $1,000,000 per occurrence The certificate(s) shall reference the Contract and name the DISTRICT, its boards, officers, employees and representatives as additional insured. Evidence of all required pursuant to this include a statement that the DISTRICT shall be afforded a thirty (30) day written notice of cancellation, non-renewal or material change by any of the CONTRACTOR’S insurers providing the coverage required by the DISTRICT for the duration of this contract. CONTRACTOR shall provide and maintain any additional lines of coverage required by the DISTRICT. CONTRACTOR shall require sub-contractor; if applicable, to furnish identical Certificates of Insurance to the DISTRICT prior to contract taking effect.

24. SUB-CONTRACTORS

RESPONDENT shall identify all sub-contractors in your proposal response. If used, the DISTRICT will consider the proposing vendor to be the Prime CONTRACTOR and to be solely responsible in all contractual matters, including payment of all charges resulting from such sub-contractor arrangements. The Prime CONTRACTOR will be fully responsible for the acts, errors, and omissions of the sub-contractor. The CONTRACTOR shall insert appropriate provision of its proposal in all sub-contracts ensuing to ensure fulfillment of all contractual provisions by sub-contractor.

25. CERTIFICATION REGARDING DEBARMENT OR SUSPENSION The CONTRACTOR certifies that neither the CONTRACTOR or its principals, the sub-recipients or their principals, or the Sub-contractors or their principals are suspended, debarred, proposed for debarment, voluntarily excluded from covered transactions, or otherwise disqualified by any federal department or agency from doing business with the

Page 12: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 12 of 22

federal government pursuant to Executive Orders 12549 and 12689. The CONTRACTOR

specifically covenants that neither the CONTRACTOR nor its principals, the sub-contractors or their principals, nor the sub-recipients or their principals are included on the GSA's System for Award Management (SAM) list of Debarred Contractors.

26. CONTRACT TERM The contract shall begin upon contract execution (approximately April 1, 2018) through completion of services.

27. PRICING

RESPONDENTs shall provide proposed pricing as requested on A.03 Cost Proposal Form. All services shall be furnished at quoted pricing and shall be without any additional charges, regardless of the amount or quantity of services. The cost proposal should include all professional fees (including design costs), all reimbursable costs, construction costs, support services (utilities, fixed equipment, furniture, telephone/data, landscaping etc.), all site work, sub soil testing, environmental testing and removal, if applicable, and all other costs not specifically listed but required to complete the project. The DISTRICT is exempt from federal and state excise and sales taxes. All prices quoted shall reflect the tax-exempt status. Tax exemption certificates, if required, will be provided upon request.

28. PAYMENT

Payment terms shall be net 60 days. Payment of invoices will be processed promptly by the DISTRICT for items received in accordance with the RFP. Payment shall not preclude the DISTRICT from making a claim for adjustment on any item or service later found not to have been in accordance with the conditions of this RFP. Payment will be made on an adjusted price basis for any service or items used or accepted from a delivery later found to be inferior. RESPONDENTs who wish to quote a discount for early payment against a purchase order may do so (reference the payment terms of the Pricing Document). For example: 1%/10 days. Discounts will be taken into consideration when evaluating costs. Original invoices must be addressed to the DISTRICT’s Finance Department-Accounts Payable, 3109 Mt. Pleasant Street, Racine, WI 53404.

Page 13: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 13 of 22

A.01 BIDDER INFORMATION & CERTIFICATION

IFB #19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL

MANAGEMENT PLAN FOR THE RACINE UNIFIED SCHOOL DISTRICT

COMPANY Representative E-mail address Address Zip +4 Local Phone Toll Free Phone Payment Address Check all that apply: □ Women owned business □ Minority owned business □ Veteran owned business □ Disabled owned business □ Locally owned business I have read the RFP and I understand the content and my firm's obligations with regard to providing the specified services. I hereby submit the attached proposal. The prices being submitted shall be binding on our firm until 90 days from the date proposals are due, or until I am notified that I am not a successful RESPONDENT, whichever comes first. If my firm is awarded a contract as a result of the proposal provided, or subsequently negotiated prices, I guarantee that the prices shall be the maximum amount that my firm may charge for the services identified. I certify that I have the authority to sign this form and bind my firm to the prices specified and the obligations associated with the award of all or any part of the project so specified. I acknowledge receipt of addendum. We will accept payment in the form of a purchasing card with no additional fees. Yes_____ No______ Date: ____ Signed: Title:

Page 14: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 14 of 22

This page intentionally left blank

Page 15: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 15 of 22

A.02 Proposal Response Form

RFP #19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL

MANAGEMENT PLAN FOR THE RACINE UNIFIED SCHOOL DISTRICT

Name of Respondent: ___________________________________________________ To aid in the evaluation, it is desired that all proposals follow the same general format. The vendor response areas below are expandable as your response is typed in. Do not include any cost information within this response document.

Transmittal Letter: Briefly state your understanding of the services to be provided and offer a positive commitment to perform the services as defined in the request for proposal. Indicate who will be the Respondent’s authorized representative; give name, title, address, e-mail address, phone and fax. The person identified shall be empowered to make binding commitments for the Respondent.

VENDOR RESPONSE:

Eligibility Requirements: Listed below are the eligibility requirements. Confirm your eligibility by line

item providing a brief description on how you meet the requirement.

1. RESPONDENT must be responsible, regularly and practically engaged in providing the services requested, and possess ample resources for providing the services identified.

VENDOR RESPONSE:

2. Provide the name and registration number for two or more licensed engineers that are responsible members of the firm (must be licensed in the State of Wisconsin). Include name and license number of State of Wisconsin Registered Landscape Architects, if available.

VENDOR RESPONSE:

3. RESPONDENT shall have a record of performance with reasonable financial support, personnel, and organization to ensure that they can satisfactorily execute the services required and specified herein if awarded. RESPONDENT’s who have failed to perform in the past may not be considered for award.

VENDOR RESPONSE:

4. RESPONDENT must possess a minimum of five (5) years of verifiable experience doing business similar to that which is required in this RFP. Experience should include accounts equal or larger in size and scope.

VENDOR RESPONSE:

5. RESPONDENT must be properly licensed to do business in the State of Wisconsin.

VENDOR RESPONSE:

Page 16: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 16 of 22

6. RESPONDENT must not be on the Federal list of debarred contractors.

VENDOR RESPONSE:

Experience and Qualifications of your Firm and Staff

7. Provide a description of the organization submitting the proposal, including its location, size, services offered, number of employees, number of years in business (minimum of 5 required) and legal status (corporation or partnership, etc.). Include your major project types and areas of expertise. If you have multiple offices, provide specific information on the office that will be providing services to Racine Unified School DISTRICT.

VENDOR RESPONSE:

8. Sub-contractor Information: Identify below any firms you intend to use in the provision of services.

Copy/Paste Vendor Response headings if using more than one sub-contractor:

VENDOR RESPONSE: Name of Firm: Address: City, State, Zip: Email: Telephone: Contact Person: Number of years in operation: Services being provided: Number of years in the business specific to providing the services you are contracting with them for:

9. Through narrative means, show reason why your firm believes it is qualified to undertake the project.

VENDOR RESPONSE:

10. Provide a comprehensive description of reference who will attest to your firm’s ability to undertake and complete projects like this on time and within budget. NOTE: Discovered references not listed may be contacted.

VENDOR RESPONSE: Reference #1

a. Agency Name: b. Contact Name: c. Contact Title: d. Address: e. Telephone Number: f. Email Address: g. Provide an overview of the type of service(s) and projects that were performed (be as specific as

possible): h. Dates and duration of the service(s): i. Number of Change Orders for the project. j. Was the project within budget and completed on time?

Page 17: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 17 of 22

Reference #2

a. Agency Name: b. Contact Name: c. Contact Title: d. Address: e. Telephone Number: f. Email Address: g. Provide an overview of the type of service(s) and projects that were performed (be as specific as

possible): h. Dates and duration of the service(s): i. Number of Change Orders for the project. j. Was the project within budget and completed on time?

Reference #3

a. Agency Name: b. Contact Name: c. Contact Title: d. Address: e. Telephone Number: f. Email Address: g. Provide an overview of the type of service(s) and projects that were performed (be as specific as

possible): h. Dates and duration of the service(s): i. Number of Change Orders for the project. j. Was the project within budget and completed on time?

11. Provide detailed information on the references noted above. Include only completed projects and dates of performance. Provide copies of work performed. Identify the individual(s) in your firm who were responsible for managing the project. Note the areas of participation, if any, of the personnel who will be assigned to the District’s project.

VENDOR RESPONSE:

12. Provide the name of any officer, director or agent who is also an officer or employee of the DISTRICT. Also provide the name of any the DISTRICT officer or employee who owns, directly or indirectly, any interest in the CONTRACTOR’S firm or any of its branches.

VENDOR RESPONSE:

13. Is/has your firm been barred from doing business with either the State of Wisconsin or the Federal Government, or is any such action pending? If yes, please indicate the reason(s) for the debarment and the date(s) your firm was debarred.

VENDOR RESPONSE:

Page 18: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 18 of 22

Staff Experience & Qualifications

14. Using the format below, provide information on the principal-in-charge and key technical/professional personnel to be assigned to the project. Discuss experience and how experience will be applied to this project. The format of the individual resumes for key personnel should be as follows:

Name and position title:

Total years with your firm:

Total years’ experience in A&E services:

Education (degree, major, institution, year):

Membership in various relevant national, state and local associations

Summary of pertinent experience and qualifications with respects to A&E services:

Role and responsibilities in the project:

A description of the specific areas of expertise that the person will bring to the District:

Provide any other information that would assist the District in determining the qualifications of the individuals and their ability to complete the services required:

VENDOR RESPONSE:

15. What steps does your firm take to make sure that your personnel are well qualified, including staying current with new technology and regulations?

VENDOR RESPONSE:

Approach to Project Scope, Plan and Schedule

16. Explain in detail your understanding of the scope of the project.

VENDOR RESPONSE:

17. Phase 1 – Site Assessment and Preliminary Design: Describe in detail the approach

recommended by your firm to assure the timely completion?

VENDOR RESPONSE:

18. Prepare a project plan that highlights all milestones and deliverables for this phase of the project. Include for each task, the individual assigned and the number of hours that will be attributed to the task. Include a column noting what tasks will be required of the District, an estimate of the number of hours and the title/skill set of the individual required.

VENDOR RESPONSE:

19. Phase 2 - Pool Management Plan and Educational Assistance: Describe in detail the approach

recommended by your firm to assure the timely completion of these documents.

VENDOR RESPONSE:

20. Prepare a project plan that highlights all milestones and deliverables for this phase of the project. Include for each task, the individual assigned and the number of hours that will be attributed to the task. Include a column noting what tasks will be required of the district, an estimate of the number of hours and the title/skill set of the individual required.

VENDOR RESPONSE:

Page 19: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 19 of 22

21. Phase 3 - Design and Bid: Describe in detail the approach recommended by your firm to assure the timely completion of these documents.

VENDOR RESPONSE:

22. Prepare a project plan that highlights all milestones and deliverables for this phase of the project. Include for each task, the individual assigned and the number of hours that will be attributed to the task. Include a column noting what tasks will be required of the district, an estimate of the number of hours and the title/skill set of the individual required.

VENDOR RESPONSE:

Availability/Ability to Meet Project Deadlines

23. .Explain in detail your firm’s current workload; specifically as it relates to the availability of the staff proposed.

VENDOR RESPONSE:

24. Explain in detail how you will assure your firm/staff’s ability to meet the deadlines noted in the RFQ

VENDOR RESPONSE:

Page 20: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 20 of 22

This page intentionally left blank

Page 21: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 21 of 22

A.03 RFP Cost Proposal

RFP #19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL

MANAGEMENT PLAN FOR THE RACINE UNIFIED SCHOOL DISTRICT

Name of Respondent: ___________________________________________________

Item Description Total Not to Exceed Cost

1 Phase 1 – Firm Fixed Fee for all services delineated in the scope of services for Site Assessment and Preliminary Design

2 Phase 2 - Firm Fixed Fee for all Services delineated in the scope of services for Pool Management Plan and Educational Assistance

3 Phase 3 - Firm Fixed Fee for all Services delineated in the scope of services for Design and Bid

4 Construction – Firm Fixed Fee to provide services for Construction Administration

5 Total Fee – Phase 1, 2 and 3 (Not to Exceed Cost)

6 List below the hourly rates to be charged to the district in the event additional work is required beyond the scope of the services stated.

Classification Hourly Rate

Page 22: RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION ... · RFP # 19-044 AQUATIC CENTER DESIGN, CONSTRUCTION MANAGEMENT SERVICES AND POOL MANAGEMENT PLAN ***** Issue Date: December 20,

Page 22 of 22