Você está na página 1de 21

REQUEST FOR PROPOSALS

CITY OF OCALA

DESIGN-BUILD
DOWNTOWN PARKING GARAGE

RFP # ENG/15-002

Deadline for Submission:


2 p.m., June 19, 2015

1
City of Ocala
Design-Build Parking Garage

Ocala, Florida
May 15, 2015

I. OVERVIEW AND PURPOSE OF THE PROJECT

The City of Ocala is seeking proposals from professional design-build teams to provide all
labor, materials and provisions necessary to produce conceptual designs, final design,
construction documents and construction of a concrete 400 space parking garage at 201 East Fort
King Street, Ocala, Florida 34471, Parcel # 2823-075-000, within the city limits of Ocala,
Florida. The facility will provide a suitable parking environment for citizens and visitors to the
downtown area.

Experienced parking garage design build teams are being sought to develop the design and
construction for the parking garage. The design process is expected to include a visual
representation of the proposed garage, and at least three public meetings; one informational
meeting with the general public; and one work session before City Council to present the design.
Additional meetings, as deemed necessary, will be held with the City Engineer and other city
representatives.

Preliminary plans for the proposed parking garage call for the facility to be a state-of-the-art
concrete facility with street/plaza elements on the fronting streets. The parking garage is
proposed to have design features such as aesthetic finishes, and a roof skyline reflective of the
buildings in the Historic Downtown Square and surrounding areas. The street/plaza design of the
parking garage complex should attempt to mimic the real street environment, blend with the
urban streetscape to create an authentic feel, planters, clearly visible well lighted stairs, concrete
areas and other features that can be used, should all be considered as the plan is developed.
Consideration should be given to area lighting, including mid-level ambient lighting on the top
open air level which will preclude the need for cobra-head pole lights protruding above the
faade of the parking garage complex. Exterior electrical outlets should also be provided at key
locations to provide holiday lighting and displays. Landscaping and other amenities as
determined by the City Engineer, or other city representatives. The design should allow for the
parking garage to accommodate all users and include modern parking technologies, such as
parking sensors, which enhance user experience.

The City recognizes the need to allow the selected Proposer (hereinafter referred to as the
Design Build Team, or "D-B Team) maximum flexibility for the final design of the Project. The
statement of design criteria and desirable features set forth herein is intended to provide the
Proposers with an overview of the Citys minimum requirements. All stated criteria listed is
open for discussion. The two overriding criteria will be the need for a 400 space garage and the
Projects Budget.
2
II. CONSULTANT / D-B TEAM RESPONSIBILITIES

The selected Consultant firm, or D-B team, will perform the tasks listed below for this
project. The selected D-B Team shall be expected to work closely with designated City Engineer
/ personnel to accomplish these goals:

The D-B Team shall provide a comprehensive, turnkey scope of services from the design
process through construction closeout. It is recommended the D-B team have advanced skills in
community outreach and parking garages, and significant experience in the design and
construction of high quality concrete parking facilities. The D-B Firm shall have completed
construction of at least five (5) public/private parking garage projects in the last five (5) years.

1. Conceptual Design Services:

The D-B Team shall work with the City Engineer to formulate a conceptual design process
he/she believes is the best for effectively providing the conceptual design services desired and
defined herein. At a minimum, the conceptual design process shall include participation in two
public meetings. The first meeting will be held to inform the public and will be held with the
City Engineer, other selected staff, and interested persons for the purpose of providing
information on the design of the proposed parking garage complex, and garner any feedback
from the community. The second public meeting will be a City Council Work Session, and will
be held to present the preliminary design to City Council.

At a minimum, the D-B Team shall do the following:

a. Provide public involvement services and project coordination.


b. Provide proposed schedule from project initiation to facility opening
c. Provide design recommendations for achieving an engaging, equitably balanced design of
the parking garage and areas
d. Work with the City Engineer to establish an outreach plan to inform the public.
e. Work with community leaders, the City Engineer, and staff to integrate citizens feedback
into the project to develop a preliminary design concept.
f. Work with the City Engineer, and the public, to incorporate into the design any other
amenities including landscaping, and other related user experience improvements.
g. Submit process for receiving design approvals
h. Present the preliminary parking garage design concept at a public meeting.
i. Revise preliminary design concept based on input from the City Engineer, Ocala
Community Improvements Administrator, and community stakeholders.
j. Develop preliminary cost estimates for full project development.
k. Provide proposed phasing or implementation plan based on preliminary costs and total
construction budget.
l. Review final conceptual design with the City Engineer, and staff, for approval.
m. Present recommended design at City Council Work Session.
n. Attend a minimum of two (2) meetings through the completion of the conceptual design
phase.

3
2. Design Development & Construction Documents:
Following receipt of the approval of the conceptual design from City Engineer, the D-B
Team shall proceed with the completion of the design development and construction
documents.

It is the goal of this project to create a high quality parking garage for users and the City.

The Design Development and Construction Documents shall consider total build out of the
parking garage complex. Consultant will follow at a minimum, and, as appropriate per the design
criteria, (See Design-Build Criteria Section) these standard specifications: City Code, City of
Ocala, Volume I, City of Ocala "General Conditions for Construction;" Volume III, City of
Ocala "Standard Specifications for Water and Sewer Construction;" the Florida Department of
Transportation Standard Specifications (FDOT) for Road and Bridge Construction, latest edition,
FHWA MUTCD, the Florida Building Code, AISC Steel Construction Manual, NFPA 70,
National Electric Code (NEC) and ACI Reinforced Concrete Design Manual, ACI 318.

Volume I can be obtained here:


http://www.ocalafl.org/uploadedFiles/Public_Services/Public_Works/Revised-Volume-I-
Genl-Cond-for-Construction.pdf

Volume III can be obtained here:


http://www.ocalafl.org/uploadedFiles/Utility_Services_Redesign/Forms_and_Documents/W
aterSewerConstructionManual.pdf

FDOT Standard Specifications for Road and Bridge Construction can be obtained here:
http://www.dot.state.fl.us/specificationsoffice/Implemented/SpecBooks/default.shtm

All text documents will be provided in MS Word format. The Consultant shall be responsible
for revising and/or supplementing specifications required to do all work associated with the
parking garage complex construction including, but not limited to, concrete placement and
finishing and electrical system improvements.

Final drawings will be completed in an AutoCAD format acceptable to the Owner. A


Professional Engineer or Architect licensed in the State of Florida shall sign all required
engineering and architectural drawings.

At a minimum, the D-B Team shall do the following:

a. Attend a minimum of three (3) meetings through the completion of the design
development and construction document phase.
b. Obtain soil reports or testing as needed for design criteria using the Citys approved
geotechnical vendors for basic soils information, including soil type and classification.
c. Obtain all existing utility locates as needed for design.
d. Provide architectural and engineering services to develop final design plans,
specifications and cost estimates for the entire parking garage complex.
e. An estimate of probable costs for amenities recommended for inclusion in the proposed
4
improvement area shall be provided by the Consultant.
f. Design and engineer all stormwater improvements
g. Prepare high quality professional drawings for document review and approvals.
h. Calculate final estimates of quantities to be used in the parking garage complex.

3. Development Permits

The D-B Team shall secure and provide all state and local development permits.

At a minimum, the D-B Team shall do the following:

a. Provide architectural and engineering calculations and drawings necessary to obtain


development permits.
b. Incorporate all changes required by development permit plan review check.
c. Develop drawings, specifications and materials as required until approved by the review
agency for all required development permits.

4. Construction Services

The D-B Team shall provide comprehensive construction services including all equipment,
materials and labor required to construct the parking garage as per the approved plans.
Modifications to the final design, made by the contractor during construction, shall be reviewed
and approved by the City Engineer before implementation of changes to plans. Modifications to
the final design recommended and performed by the contractor during construction, shall bear no
additional cost or inconvenience to the City of Ocala.

At a minimum, the D-B Team shall do the following:

a. Provide architectural, electrical and infrastructure construction services including


construction staking, erosion control fencing, security, tree protection, site preparation,
on site storm water infiltration or disposal and the construction of a surface allowing for a
parking garage that will be a multi-story parking garage complex with a minimum of 400
parking spaces.
b. Codes, Permits, Inspections and Material Testing:
1. Building Code: Prevailing State of Florida Building and NFPA Fire Codes.
2. The D-B Team shall prepare all applications, data, and drawings required by
permit agencies to include but not limited to SJRWMD, FDEP, NPDES, etc. and
shall be responsible for obtaining all necessary permits, including required fees
from such agencies.
3. All permit fees and inspection costs are the responsibility of the D-B Team.
4. City of Ocala Building Department and the Public Works Department are the
responsible building permit and inspection agency.
5. It is the Citys expectation that the parking garage will be a threshold building in
accordance with Chapters 455 and 481, Florida Statutes. The D-B Team shall be
responsible for threshold inspection activities.
6. The D-B Team will be responsible for all material testing required for acceptable
accomplishment of the work. Test results that do not meet design specifications
5
will immediately be brought to the attention of the City Engineer. The Citys
expectation is that all work shall be accomplished in accordance with the
approved design and applicable industry standards such as ACI, ASTM, etc., and
c. Coordinate site development reviews and inspections as necessary.

5. Construction Close-Out & Dedication Event

The Consultant shall conduct a project closeout with the City Engineer and provide a written
warranty at completion of the contract.

At a minimum, the Consultant shall do the following:

a. Prepare project closeout manuals upon completion of the project. See Deliverables.
b. Provide educational training session regarding maintenance programs and schedules with
Ocala Community Improvements Administrator staff and community stakeholders.
c. The D-B Team shall provide a two (2) year full warranty on all materials and
workmanship.
d. Provide as-built plans in hard copy, certified by a Florida registered professional surveyor
along with an AutoCAD electronic file showing elevations, utilities (above and below
ground), and all elements of the constructed parking garage complex.

III. DESIGN-BUILD CRITERIA

1. General Design Requirements


a. All Design Requirements shall be included in the total cost of the work as negotiated by
or between the City and the D-B Team. The City will not be responsible for any Design
Requirements items that may incur additional costs after establishment of the Guaranteed
Maximum Price (GMP).
b. Provide architectural, electrical and infrastructure design and build services for a parking
garage that will be a multi-story parking garage complex with a minimum of 400 parking
spaces.
c. The parking Garage complex shall have both a staircase and elevator access to the upper
floors.
d. The D-B Team shall evaluate all options for the structural framing system of the parking
garage including, but not limited to, precast concrete, cast-in-place concrete, post-
tensioned concrete, or steel framing and shall determine the most suitable and cost
effective system for this Project.
e. The D-B Team shall evaluate all options for foundation work to include strip foundations
and cast or driven piles. Driven piles during work hours may not be possible due to the
proximity of occupied City buildings, however, it may be considered as an option
depending on the duration and scheduling of the work.
f. All of exterior facing concrete shall be finished to create a faux finish, or blend with the,
and be complementary to the architectural design of the Historic Downtown Square and
surrounding areas.
g. The parking garage shall meet all local, State and Federal codes and guidelines for a
6
facility of this type including total ADA compliance and including but not limited to the
following codes and standards.
a. City of Ocala Code of Ordinances
b. City of Ocala, Volume I, City of Ocala "General Conditions for Construction
c. Volume III, City of Ocala "Standard Specifications for Water and Sewer
Construction
d. Florida Department of Transportation Standard Specifications (FDOT) for
Road and Bridge Construction
e. FHWA MUTCD
f. Florida Building Code
g. AISC Steel Construction Manual,
h. NFPA 70, National Electric Code (NEC)
i. ACI Reinforced Concrete Design Manual, ACI 318

h. Traffic Circulation Pattern(s): Vehicular entrance and egress access shall be available to
include same from South East Fort King Street, and South East Broadway Street, and be
optimized for existing topography and traffic patterns.
i. Stall Angle shall be optimize spaces be in accordance with existing city of Ocala Code
of Ordinances.
j. Aisle Width - shall be optimize spaces be in accordance with existing city of Ocala Code
of Ordinances.
k. Headroom Clearances All interior floor heights shall have a minimum of 7 1/2 feet
vertical clearance.
l. HC van Access Clearance: Per code.
m. Number of Levels: First floor, Slab On-Grade. All elevated Levels, number to be
determined to meet 400 vehicle minimum. Top Level, open air parking.
n. Ramp Slopes Parking allowed in all options.
o. Codes, Permits, Inspections and Material Testing: (as stated above and explained herein)

1. Building Code: Prevailing State of Florida Building and NFPA Fire Codes.
2. The D-B Team shall prepare all applications, data, and drawings required by
permit agencies to include but not limited to SJRWMD, FDEP, NPDES, etc. and
shall be responsible for obtaining all necessary permits, including required fees
from such agencies.
3. All permit fees and inspection costs are the responsibility of the D-B Team.
4. City of Ocala Building Department and the Public Works Department are the
responsible building permit and inspection agency.
5. It is the Citys expectation that the parking garage will be a threshold building in
accordance with Chapters 455 and 481, Florida Statutes. The D-B Team shall be
responsible for threshold inspection activities.
6. The D-B Team will be responsible for all material testing required for acceptable
accomplishment of the work. Test results that do not meet design specifications
will immediately be brought to the attention of the City Engineer. The Citys
expectation is that all work shall be accomplished in accordance with the
approved design and applicable industry standards such as ACI, ASTM, etc.

p. Coordinate site development reviews and inspections as necessary.


7
2. Specific Design Criteria

a. Existing Conditions
1. The D-B Team shall be responsible for all additional subsurface investigations
required to perform the design function.
2. Prior to commencement of any site work, the D-B Team shall provide all required
erosion and sediment control measures to implement the Best Management Practices
(BMPs) for control of erosion and sediment as detailed in The Florida Stormwater
Erosion and Sedimentation Control Manual.
3. The City will provide location maps of all known underground utilities. These maps
may not be 100% reliable. It is the D-B Teams responsibility to confirm the location
of all underground utilities prior to the start of design.
4. The D-B Team is responsible for all underground construction to include new and
relocated utility lines. All known underground utilities shall be relocated prior to
excavation, if in conflict as determined by City.
5. The D-B Team shall provide documentation to the City that inspections by all
pertinent parties owning underground lines were performed prior to the start of
excavation and may use the services of Sunshine 811 locate to insure this requirement
is met.

b. Earthwork
1. The parking garage site shall be demolished, cleared, filled and graded to sub-grade
elevation as specified. This includes demolition and removal of all required slabs,
footers, asphalt paving, curbs, trees and shrubs and disposal of all debris at a
regulated landfill. It also includes relocation of existing utility and communication
lines as required.
2. The enclosed, fenced site foot print must not be violated by the D-B team without
permission from the City.
3. Upon reaching final grade and just prior to the first concrete pour, foundations and
under slab areas will be treated for termites.

c. Exterior Improvements
1. Provide sidewalks and cross walks in accordance with the D-B Teams approved site
plans.
2. Provide landscaping in accordance with the D-B Teams approved site plans and City
of Ocala landscaping ordinances. All plantings shall also be in accordance with the
University of Floridas IFAS guide for Florida Friendly landscaping. Irrigation will
not be required.

d. Masonry
1. Utility and Elevator Rooms shall be of concrete block masonry. Joints on the exterior
sides of these rooms shall be tooled both vertically and horizontally as concave joints.
2. Masonry walls shall be grout filled to a height of 36 above the parking deck for
impact resistance.

8
e. Metals
1. Provide and install any and all miscellaneous metal items including, but not limited
to, all loose metals, lintels, bollards, pipe guards, miscellaneous angles and plates and
other miscellaneous fasteners, anchors and inserts.
2. ADA compliant galvanized steel tube railings and handrails shall be utilized.

f. Thermal and Moisture Protection


1. Caulk and seal joints with the appropriate backer material and caulk to provide a
positive barrier against passage of moisture. Caulk color shall match the concrete
color, both inside and outside if different, as closely as possible.

g. Openings
1. Provide 18 gauge hollow metal doors and hollow metal frames, fire rated as required
by code, complete with panic hardware and vision glazing at all stairwell and
machine room doors. Frames shall be grout filled and secured to the surrounding
structure for maximum durability.
2. At the top deck, provide a rain protected lobby incorporated into the structure. A
storefront enclosed lobby would not be a desirable feature.
3. All hardware shall be US32D Dull Stainless, commercial heavy duty and lock sets
shall be Schlage with interchangeable cores.
4. Design the exterior panels on both the north and south sides of the garage so that
future roll up gates and a north-south drive through could be accommodated.

h. Interior Finishes
1. Flooring in all areas shall be concrete, broom finished as appropriate to a garage.
2. All non-galvanized miscellaneous metal shall be primed with an appropriate primer
and painted with a standard color finish coat to match the color scheme of the
garage.
3. All fire lines will be painted red or the color required by local code.
4. All field applied paint will be single coat epoxy or urethane with a minimum of 3
mils dry film thickness. Provide (2) coats of primer / sealer to all concrete and
exposed masonry.
5. Layout and stripe all parking stalls, provide handicap signs, stripe all islands and
install concrete wheel stops for all stalls.

i. Signage
1. Include Wayfinding signage both inside and outside the facility to direct traffic to
facility entrance and exit in accordance with, and complementary to, the citys
current Wayfinding signage utilized throughout the downtown area.

j. Parking Control Equipment


1. Provision shall be made for the installation of parking control equipment sometime
in the future. All conduits, equipment chases, electrical connections and ducting
necessary for this purpose shall be included in the GMP.
2. Provision shall be made for the future installation of Payment kiosks on each floor of
the garage in the area of the elevators and stairwells. All conduits, equipment
9
chases, electrical connections and ducting necessary for this purpose shall be
included in the GMP.

k. Elevators
1. The elevator system shall be designed and installed per code. Elevator shall be
located so as not to be subject to flooding.
2. Elevator cabs shall be constructed of vandal resistant material.
3. Elevators shall be 3,500 lb. capacity.
4. All elevator design, permitting and inspection fees shall be included in the GMP.
5. Elevator cost in the GMP shall include a one year maintenance and service
agreement during the warranty period.

l. Fire Suppression
1. The parking garage shall incorporate a complete fire suppression system meeting
code requirements for this type of facility. The Citys preference would be a non-
sprinkled system consisting of a dry standpipe system with an FDC on each floor.
2. Provide Fire Department Connections (FDCs) outside the garage as required by
code.
3. Provide wall mounted fire extinguishers in secure cabinets.
4. All design, permitting and inspection fees for the fire suppression system shall be
included in the GMP.

m. HVAC
1. The facility shall be designed to meet natural ventilation requirements in accordance
with the applicable code.
2. If necessary, utility and elevator rooms may be cooled by independent split systems
with exterior compressors.

n. Electrical
1. The D-B Team shall determine if permanent power may be provided by a separately
metered subpanel fed from the transformer servicing the City Hall, or other adjacent
buildings. If the existing transformer is not of sufficient capacity to add the parking
garage load, the D-B Team shall arrange and pay for a separate transformer for the
garage.
2. Provide complete electrical system to include all conductors, conduits, wiring
devices, surge suppression and power per code.
3. The parking garage shall incorporate lightning protection and grounding systems.
4. All fixtures in the parking garage shall be LEDs controlled by day light sensors.
5. Sufficient weatherproofed and secured holiday outlets shall be provided on the top
floor to allow for appropriate holiday decoration installation at the parking garage
complex.
6. Appropriate stub-out should be in place to include cobra-head style pole lighting
on the top floor if desired at a future date.

o. Communications
1. Provide Ring Down Emergency Telephones.

10
p. Electronic Management Cameras
1. All necessary stub-outs shall be made available to allow management, security and
surveillance systems. The D-B Team will provide properly sized conduit only,
equipment and wiring will be provided by the City.
2. The parking garage shall incorporate complete stand-alone fire detection and alarm
systems meeting code requirements for this type of facility.

3. Additional Considerations/Alternatives for the Design-Build Team

a. Finishes
1. Color impregnated concrete will be considered as an alternative.
2. Thermoplastic striping will be considered as an alternative.
3. Appropriate metal screens for the ventilation openings or to provide security will be
considered as an alternative.

b. Parking Control Equipment


1. Parking control equipment shall be recommended by the D-B Team for selection by
the City. All conduits, wiring, and other equipment needed to make a complete and
operable system shall be included in the GMP.
2. Entrance controllers shall be capable of issuing timed parking entrance passes or
operating by proximity card reader.
3. Payment kiosks shall be on each floor of the garage in the area of the elevators and
stairwells. Payment kiosks shall be capable of accepting cash, credit/debit cards or
tokens. Payment kiosks will issue timed exit tokens after insertion of the parking pass
and payment of the fee or of a validated parking pass. Payment kiosks shall be
networked to allow for real time accounting.
4. Some City offices may be authorized to validate parking entrance passes and should
have appropriate equipment to do so.
5. Exit controllers shall be capable of operating by payment of timed exit token or by
proximity card reader.
6. Payment systems may be of the type that can be controlled through a connection to
the Citys cloud payment server PassportParking Systems. The D-B Team would only
be responsible for the required conduit to make this connection. Cabling and network
connections will be by the City.

c. Other Equipment
1. Electric vehicle charging stations may be included on the ground floor. If the
charging station alternative is not selected, provide conduit for stations back to the
Electric Room. Ensure design has sufficient power provisions for future installation.
2. Elevators may be of the type not requiring a machine room.
3. Elevators may have variable speed control.
4. Stub up connections where possible to the existing water, wastewater and HVAC
lines to allow future connections.

11
d. Exterior Improvements
1. As an alternative, include brick paver sidewalks with planters to match the existing
crosswalks and City Hall/Citizens Circle areas, as well as being complementary to
the Historic Downtown Square, in accordance with the approved D-B Team site
plans.

4. Construction Administration Requirements

a. All Construction Administration Requirements shall be included in the total cost of


the work as negotiated by or between the City and the D-B Team. The City will not
be responsible for any General Requirements items that may incur additional costs
after establishment of the Guaranteed Maximum Price (GMP).
b. Parking for the D-B Teams sub-contractor personnel will not be allowed on the City
owned surface area. The City owns a vacant grass lot adjacent to the selected site on
South East Fort King Street that may accommodate sufficient parking and lay down
yard for the contractor, and sub-contractors vehicles and materials. It will be the D-B
Teams responsibility to achieve approval from the City for any additional parking or
lay down yard requirements, to adequately prepare the selected site for temporary
parking and to provide access to and from the designated lot to the proposed garage
site.
c. Parking and the construction trailers for the D-B Teams on-site management will be
restricted to the inside limits of construction and adjacent site, and shall not impact
any other area without specific approval of the City Engineer.
d. All use of the parking and lay down yard shall have and comply with security
requirements capable of providing safety and security to the site, prevent
unauthorized access; additionally provide all protection necessary for existing trees
and silt control in accordance with all applicable codes and laws as previously noted
within this RFP.
e. Provide all construction administration services including disciplines coordination,
document checking and City Engineer, and selected staff.
f. Protect and secure all surfacing and improvements during the entire construction
process. This protection includes, but is not limited to, installation of security fencing,
cabling or other preventative measures to reduce un-permitted use of the parking
garage complex area prior to the formal opening and City Engineers acceptance of
the facility.
g. Attend monthly progress meetings.

5. Parking Garage Complex - Project Budget and information

The budgeted cost for this Project is $5.4 million, including design, construction and FFE. This
is an all in cost that may not be exceeded without permission from the City Council. The Project
budget should not be construed as the GMP.

The City shall designate a City Representative who shall be fully acquainted with the Project.
The City Representative shall render decisions promptly, if within the representatives authority,
and furnish requested information expeditiously.
12
Additionally, the following information shall be made available to the D-B Team:
Exhibit #A City of Ocala Parking Study
Exhibit #B City of Ocala Parking Garage Feasibility Study
Exhibit #C City of Ocala Gibbs Retail Study

Geophysical Information
Geophysical Characterization of Downtown Parking Garage

Geotechnical Information
Preliminary Geotechnical Exploration
Phase Two Geotechnical Exploration
Geotechnical Exploration of Proposed Downtown Parking Garage

Survey and Location Information


The project site is located within: SECTION 17 TOWNSHIP 15 RANGE 22 PLAT BOOK E
PAGE 001 OLD SURVE CITY OF OCALA PARKING LOT COM AT A PT 5 1/2 FT N OF
THE SW COR OF BLK 75 TH N 30 TH TH E 76 1/3 FT MOL TH S 30 FT TH W 76 1/3 FT
MOL TO THE POB & BEGIN AT THE INTERSECTION OF THE W ROW LINE OF SE
WATULA AVE AND THE N ROW LINE OF FORT KING ST TH S 89-58-14 W 195 FT TO
THE POB TH CONT N 77.93 FT TH N 00-23-04 E 140.17 FT TH N 89-55-29 E 77.24 FT TH S
00-06-10 W 140.22 FT TO THE POB & COM AT THE SW COR OF BLK 75 TH E 64 1/3 FT
TO THE POB TH N 85 1/2 FT TH E 12 FT TH S 85 1/2 FT TH W 12 FT TO THE POB & 42
FT E & W BY 112 FT N & S IN THE SE COR OF BLK 75 & COM AT THE SW COR OF
BLK 75 TH E 64 1/3 FT TH N 85 1/2 FT TH W 64 1/3 FT OF S 85 1/2 FT TO THE POB & N
1/2 OF BLK 75 & COM 76 1/3 FT E OF THE SW COR OF BLK 75 TH E 93 FT TH N 115 FT
TH W 93 FT TH S 115 FT TO THE POB & N 0.5 FT OF THE FOLLOWING DESC: COM 76
1/3 FT E OF THE SW COR OF BLK 75 TH E 93 FT TH N 115.5 FT TH W 93 FT TH S 115.5
FT TO THE POB & N 3.5 FT OF THE FOLLOWING DESC: 42 FT E & W BY 115.5 FT N &
S IN THE SE COR OF BLK 75. The Parcel is # 2823-075-000

IV. DELIVERABLES

Deliverables shall be considered those tangible resulting work products which are to be
delivered to the City Engineer such as reports, draft documents, data, interim findings, drawings,
schematics, training, meetings, presentations, final drawings, reports and construction product.
At a minimum, deliverables and schedule for this project shall include:

Conceptual Design Services:


1. Proposed schedule from project initiation to facility opening
2. Design concept in a high quality, professional plan view drawing showing the entire
parking garage complex including two sections or elevations and a three
dimensional drawing, scale model or artists rendering. The plan view and section
drawings shall label all coping locations, feature names, heights and depths.
3. Prepare and deliver a rigid, 24x36 presentation graphic and digital image scan of
the parking garage complex to be used for Public Display.
4. Deliver preliminary cost estimate and quantity of materials estimates in a digital
file.
13
5. Provide proposed phasing or implementation plan

Design Development & Construction Drawings:


1. Provide high quality, professional construction drawings, details, specifications and
cost estimates for the entire parking Garage complex.
2. Provide three (3) 11x17 review sets at 50 percent, 90 percent stages of
construction document preparation. All prints on the review sets must be of a size
so that the detailed notes can be read.
3. Provide three (3) 11x17 sets and one (1) 24x36 set at 100 percent stage of
construction documents.
4. One copy of 8-1/2x11, written specifications shall be required at 90 percent and 100
percent stages. Additionally, an AutoCAD electronic file must be provided at the
100% stage.
5. Provide final estimates of quantities of materials.

Development Permits:
1. Produce and provide architectural and engineering calculations and drawings in
appropriate quantities and sizes, signed and sealed required to obtain all state and
local development permits.
2. Obtain and pay for all permits required for the project.

Construction:
1. Prepare and submit monthly written progress reports identifying project status,
percent complete and scheduled time of completion to Ocala Engineer and Public
Works Director.

Contract Close-Out:
1. Deliver three, 3-ring binder construction closeout manuals upon completion of the
project. Each close-out manual shall be index tabbed and include:
a. Contractors information
b. Product List including product name, product number, contact information and
method of application for all materials used on the project
c. Two (2) year warranty letter
d. Submittal Documents including manufacturers instructions, field reports and
testing certificates.
e. Maintenance schedule and recommendations
f. Full size, signed and sealed, final As-Built Drawings
g. Digital file of AutoCAD As-Built drawings

2. Conduct educational training session regarding maintenance with Ocala Recreation


and Parks staff and Ocala City Engineer and Public Works Director.

-This part intentional left blank-

14
Preliminary Schedule (subject to review with selected Consultant):

The following dates are >proposed< as a general timeline for this project:

Pre-submittal conference (Not mandatory) June 05, 2015


Written proposals due June 19, 2015
Announcement of shortlist proposers June 26, 2015
Interviews July 6 July 10, 2015
Selection committee recommendation July 10, 2015
Contract development with selected consultant July 13 July 24, 2015
Send to City Council for Approval August 04, 2015
Execution of Contract August 04, 2015
Notice to Proceed August 05, 2015
Kick-Off Meeting August 2015
First Public Meeting September 2015
Second Public Meeting October 2015
Final Design Submittal December 2015
Design Development Drawings February 2016
Permits August September 2016
Construction January 2017
Dedication June 2017

The final design and construction schedule will be developed in coordination with the
selected D-B Team.
All deliverables and resulting work products from this contract will become the property of
the city of Ocala.

Public Safety
The D-B Team shall protect and maintain all surfacing and improvements during the entire
construction process. Protection of surfacing and improvements may include, but is not limited
to, installation of fencing, cabling or other preventative measures to reduce non-permitted use of
the parking garage complex prior to the formal opening of the facility. The D-B Team shall be
responsible for any and all damage resulting from improper use, damage, or vandalism prior to
Owners Acceptance of the project.

Work Performed By The City


The City Engineer and staff shall make available sufficient hours of staff personnel as is
required to meet with D-B Team and provide such information as required. The City Engineer
have assigned a project manager who will oversee the work and provide support as needed.

Other specific duties the City Engineer will perform, and pay for, include:
a. Provide survey for control and existing site features prior to design.
b. Land Use Review and Conditional Use Permitting, if necessary.
c. Provide an estimate to Consultant of all necessary permit fees and impact fees
associated with the project.

15
The City Engineer, or staff will provide selected consultant with:
a. Base map information including existing conditions and features in an AutoCAD
format.
b. Estimated location of existing known site utilities owned by the City.

V. PROPOSAL SELECTION CRITERIA

1. Pre-Proposal Meeting (Non-Mandatory)


There will be a pre-proposal meeting and site visit scheduled for this project on June 05,
2015 at 10:00 AM at City of Ocala, City Hall.
This is a non-mandatory meeting therefore; proposal submission will not be contingent upon
attendance at this meeting.
Questions and requests for clarification regarding this Request for Proposal must be
submitted electronically via www.bidocala.com . Responses will be made electronically and
posted online. It is the responsibility of the proposers to check for updates.

2. Proposal Submission
Proposals must be received electronically at www.bidocala.com no later than 2:00 PM. on
June 19, 2015. Responses received at any other location will not be considered. Respondents
must be registered as a vendor on the Citys e-procurement site at www.bidocala.com in order to
participate. The Citys e-procurement system is ProRFx, hosted by World Procurement, Inc.

Proposals must be clear, succinct and not exceed twenty (20) pages, excluding attachment
materials or conceptual drawings, and not including proposal cover letter. Proposers who submit
more than the pages indicated may not have the additional pages of the proposal read or
considered.

All submittals will be evaluated on the completeness and quality of the content. Only those
firms providing complete information as required will be considered for evaluation. The ability
to follow these instructions demonstrates attention to detail.

3. Organization of Proposal
The respondents must provide all information as requested in this Request for Proposal
(RFP). Responses must follow the format outlined in this RFP. Additional materials in other
formats, or pages beyond the stated page limit(s) may not be considered. The City may reject as
non-responsive at its sole discretion any proposal or any part thereof, which is incomplete,
inadequate in its response, or departs in any substantive way from the required format. Proposal
responses shall be organized in the following manner:

a. Cover Letter (1 page not included in page total)


By submitting a response, the respondent is accepting the General Instructions and
Conditions of this Request for Proposal.
The Cover Letter will state the name of the person(s) authorized to represent the D-B
Team in any negotiations, the name(s) of the person(s) authorized to sign any contract that
may result, the contact persons name, mailing or street addresses, phone and fax numbers
and email addresses. A legal representative of the successful firm, authorized to bind the
firm in contractual matters must sign the Cover Letter and the Proposal.
16
The Cover Letter will also include a short narrative describing the respondents
understanding of the scope of work and their overall vision for the successful development of
a high quality parking Garage addressing the desired use.

b. Project Team. Identify key personnel and their specific project roles. The key personnel
description shall include:
o Primary contact for design related issues

o Primary contact for construction related issues

o Extent of companys principal members involvement

o Names of key members who will be performing the work on this project, and:
their responsibilities on this project
experience on similar or related projects of this size and scope
unique qualifications
percentage of their time that will be devoted to the entire project.

o Names of project manager who will be supervising the construction work on this
project, and:
their responsibilities on this project
experience on similar or related projects of this size and scope
unique qualifications
percentage of their time that will be devoted to the entire project.

o Identify the Respondents experience in similar parking garage projects (size and
scope). List all projects completed within the last five years.

o Team qualifications and experience on similar or related projects:


qualifications and relevant experience of prime consultant
qualifications and relevant experience of sub-consultants, if any
project manager's experience with similar projects
resources available to perform the work for the duration of the project and
other on-going projects.

c. Respondents Capabilities. The Respondent and/or team must have extensive


experience in the design and construction of concrete reinforced parking garage complexes.
Identify the Respondents and/or teams experience with publicly bid parking garage
projects:

o Describe five (5) public/private parking garage projects, whereby one consultant
or firm completed the design and construction of the parking garage, within the
last five (5) years.
o Describe those projects which best characterize capabilities, work quality and cost
control measures.

Three designs must have included the completion of construction drawings, technical
17
specifications, and construction estimates that led to a publicly constructed project.

d. Respondents Project Understanding and Approach

e. Proposed Cost
Each firm is expected to identify their estimated fees and charges for the scope of work
described within the RFP. Respondent must indicate the design fees requested for the project
as a separate line item to the total estimated cost. The total estimated GMP (Guarantee
Maximum Price) should include the estimated cost for the proposed design and construction
services for a 400 space parking garage complex as described within this Request for
Proposals. The estimates should identify those items that will be included in the design and
construction fee. Final GMP will be established per contract.

f. Supportive Information
For the design-build firm or team, supporting material must include references for five
(5) public/private design-build parking garage projects relevant in scope to this proposal.
Other information pertinent to this proposal may be included at the discretion of the
firm/team.

4. Proposal Evaluation
a. Evaluation Criteria
Each proposal shall be evaluated on the following evaluation criteria, weighting,
and maximum points, as follows:

Criteria Maximum Score


a. Project Team 10
b. Respondents Capabilities 20
c. Project Understanding/Approach & Conceptual Design 35
d. Proposed Cost 20
e. Supporting Information 15
Total 100 points

b. Proposal Review
The consultant shall be selected by the following process:
An evaluation committee will be appointed to evaluate submitted proposals.
The committee will rank the proposals according to the criteria, and based on the
information submitted.
A short list of proposers may be selected for oral interviews if deemed necessary.
If oral interviews are determined to be necessary, the initial scoring will be considered
preliminary. Final scores, based on the same evaluation criteria, will be determined
following the interviews.
Negotiations will follow with the selected D-B Team, and if successful, the D-B Team and
City will enter into a design build contract for the work.

c. Clarifying Proposal during Evaluation


During the evaluation process and/or during contract development with the selected DB
team, the Selection Committee and/or City Engineer has the right to require any clarification or
18
change the City needs in order to understand the respondent's view and approach to the project
and scope of the work. Any changes to the Proposal will be made before executing the contract
and will become part of the final contract.

VI. Contractual Arrangements/Method of Payment

The City of Ocala will make payments to the D-B Team based on completion of tasks and
the receipt of regular progress reports to include, as a minimum:

a. Design fees will be paid as a percentage of design completed monthly


b. Construction will be paid monthly as a percentage of GMP per month completed
c. Summary of activities during the one month period.
d. Review of schedule and budget.
e. Problems encountered during the period and anticipated in the upcoming period.
f. Projected activities for the upcoming period.

Any contract developed for work will be in accordance with the laws of the State of
Florida.

VII. General Terms and Conditions

A. Response to RFP
Please ensure your company registers as a vendor on www.bidocala.com to
participate in this RFP. Only registered vendors will be considered.

B. Issuing Office:
City of Ocala
Tiffany Kimball, Director of Contracts
City Hall- Procurement Division
110 SE Watula Ave., 3rd Fl
Ocala, FL 34471

C. Inquiries:
Questions concerning proposal procedures, or the scope of work in this RFP should
be addressed through electronic submission via the specific bid on
www.bidocala.com. Minor, non-binding clarifications may be requested by calling
Tiffany Kimball, Director of Contracts & Procurement, at 352-629-8366 or via email
at: tkimball@ocalafl.org. Binding written responses will be emailed to the proposer
asking the question through the ProRFx system, and will also be posted electronically
under the corresponding RFP.

D. Issuing Date:
May 15, 2015

F. Closing Date/Time:
June 19, 2015

19
All submitted proposals will be available for public inspection once a selection has
been made; therefore confidential information should not be submitted.

G. Proposer Understanding of Requirements:


It is the responsibility of each organization submitting a proposal to inquire about and
to clarify any requirement of the RFP which is not understood. Proposers must
submit inquiries concerning submittal procedures or specifications concerning this
RFP using the Citys e-procurement site at www.bidocala.com, powered by ProRFx
and World Procurement Inc. The City will issue written responses and post these
responses on this site; it is the responsibility of proposers to check the website for any
updates related to this RFP. Only electronic responses made by the City to inquiries
concerning procedures or specifications will be considered valid by the City. Non-
written questions from proposers and verbal responses by the City should be limited
to simple clarifications and will not be considered valid as part of the process.

H. Incurring Cost:
The City is not liable for any cost incurred by any proposer interested in submitting a
RFP, or any selected proposer, prior to the execution of a contract.

I. Negotiation/ Contract Development with Selected Proposer:


In case the selected proposers proposed cost of services exceeds the available funds
of the City, the City reserves the right to negotiate the scope with the selected
proposer to bring the price to within available funds.

J. Modification and Withdrawal of Proposals:


Proposals may be modified or withdrawn by an appropriate document duly executed
(in the manner that a Proposal must be executed) and delivered to the place where
Proposals are to be submitted at any time prior to the opening of the Proposals.
Proposers may only withdraw proposals that were substantially lower than other
proposals because of an obvious clerical error. Any Proposer withdrawing a proposal
shall give notice in writing of the right to withdraw proposal within two (2) business
days after the conclusion of the proposal opening procedure.

K. Indemnification:
The successful Proposer shall indemnify and hold harmless the City of Ocala, its
officers, boards, commissions, agents and employees against any and all claims,
demands, causes of action, suits, proceedings, damages, costs or liabilities (including
costs or liabilities of the City with respect to its employees), of every kind and nature
whatsoever, including, but not limited to, damages for injury or death or damages to
person or property, regardless of the merit of any of the same, including any attorney
fees, accountant fees, expert witness or consultant fees, court costs, per diem, expense
traveling and transportation expense, or other costs or expense arising out of or
pertaining to the performance of this Agreement by the successful Proposer and for
which the Proposer would otherwise be responsible unless resulting from the
negligence of City or its officers, boards, commissions, agents, or employees.

20
L. Termination of Contract:
Should the Proposer fail to perform the work according to accepted methods, the City
has the right to terminate the contract immediately. In the event of termination
pursuant to this paragraph, the Proposer shall be paid for all services provided
through the date of termination less any fines, remedial costs or other fees that may be
withheld.

M. City of Ocalas Rights:


The City reserves the right to reject any and all proposals, or to contact any
submitting Proposer or reference prior to award for explanations or clarification. The
City reserves the right to waive any formalities and to award to the most responsive
and responsible Proposer

N. Proposal Binding:
The contents, in their entirety, of the proposal submitted by the accepted firm shall
become an attachment to and part of the agreement between the firm and the Issuing
Office.

O. Applicable Law:
This RFP and any subsequent contract and the work performed thereunder shall be
governed in all respects by the laws of the State of Florida and the venue for any
litigation with respect thereto shall be in the Circuit Court for Marion County, Florida
or as otherwise required by law. The Offeror shall comply with applicable federal,
state, and local laws and regulations.

P. Assignment:
The Offeror shall not assign, transfer, convey, sublet, or otherwise dispose of any
award, or any or all of its rights, obligations, or interests under this contract, without
the prior written consent of the City.

Q. Public Construction Bond. The Contractor is required to furnish a certified,


recorded Public Construction Bond as per Florida Statute 255.05 (as security for the
faithful performance of the payment of all bills, and obligations arising from the
performance of the Contract).

R. Maintenance And Guarantee Bond. The Contract is required to furnish a


Maintenance and Guarantee Bond for a period of two (2) years from the date of
substantial completion.

S. Insurance. Consultant will be required to provide proof of General Liability,


Business Automobile Liability, Workers Compensation, Errors and Omission, and
Professional Liability insurances with the minimum amounts of $1,000,000 per line.

21

Você também pode gostar