REDEVELOPMENT OF EVANSTON MIXED USE PROPERTIES...family, mixed-use, and commercial projects to...
Transcript of REDEVELOPMENT OF EVANSTON MIXED USE PROPERTIES...family, mixed-use, and commercial projects to...
Request for Proposals (RFP):
REDEVELOPMENT OF EVANSTON MIXED
USE PROPERTIES
Any Requests for Information (RFI)
regarding this RFP must be submitted
in writing by email to:
Michael [email protected]
Proposal Issue Date:
August 5th, 2020
Requests for Information Due:
August 21st , 2020
Final Proposal Due Date:
September 4th, 2020
The Port | Evanston Northern Business District | Request for Proposals | 1
Any Requests for Information (RFI) regarding this RFP must be submitted in writing by email to
Michael Golden at [email protected]
The Port | Evanston Northern Business District | Request for Proposals | 2
TABLE OF CONTENTS:
Section 1 – Introduction and Overview 3
Section 2 – Site Information 4
Section 3 – Proposal Requirements 5
Section 4 - Scoring Criteria 6
Section 5 – Submission Requirements, Timeline, and Disclaimer 7
Section 6 – Attachments (For Informational Use Only) 7
The Port | Evanston Northern Business District | Request for Proposals | 3
Section 1 – Introduction and Overview
The Hamilton County Land Reutilization Corporation (Landbank), in partnership with the Walnut Hills
Redevelopment Foundation (WHRF) and Evanston Business Association, is seeking experienced developers of multi-
family, mixed-use, and commercial projects to provide proposals for the redevelopment of one or more mixed-use
properties in Cincinnati’s Evanston neighborhood. Evanston’s emerging northern business district, located just south
of Xavier University, is poised for catalytic growth to complement its vibrant housing stock, schools, and amenities.
The subject properties consist of three existing, stabilized structures and one vacant lot along Montgomery Road in
the northern Neighborhood Business District.
Property Address Parcel Existing Land Use
Parcel Width
Parcel Depth
Acreage Square Ft.
1740 Brewster Avenue
058-0004-0044-00 4-story mixeduse structure
17.27' 150.99' 0.087 15,840
3570 Montgomery Road
058-0004-0102-00 3-story mixeduse structure
38.2’ 73.7’ 0.105 7,356
1809 Clarion Avenue
058-0004-0037-00 Vacant Land 50' 140' 0.158 -
3604-08 Montgomery Road
058-0004-0024-00 3-story mixeduse structure
55.76' 124.13’ 0.117 10,920
Full property details can be found in Section 2, Site Information.
Successful bidders must be able to commence work no later than 6 months after closing and complete their proposed
project no later than July 31st, 2022. Specifications, budget, and timeline for design, construction, and lease-up are
due to the Landbank no later than September 4th, 2020.
The Port | Evanston Northern Business District | Request for Proposals | 4
Section 2 – Site Information
Over the past several years, The Port, Evanston Business Association, and WHRF have partnered to secure funding
through the City’s Neighborhood Business District Improvement Program (NBDIP) that has supported acquisition and
initial stabilization in the North Business District of Evanston, along Montgomery and Dana Avenue. The four
properties, detailed below and in Exhibit A, present short-term opportunities for mixed-use redevelopment projects:
• 1740 Brewster is a four-story mixed-use structure, built in 1885, that anchors the northeast corner of
Montgomery Road and Brewster Avenue. The ground floor consists of 4,488 square feet of retail space and the
upper three floors comprise 11,352 square feet of multi-unit residential space. The building is currently owned by
the Walnut Hills Redevelopment Foundation (WHRF). Initial stabilization was completed in 2018. One of the
retail bays was fully renovated in 2014, with additional tenant improvements completed in 2020, and is currently
leased to Cream + Sugar Coffeehouse (https://www.facebook.com/creamandsugarcoffeehouse/).
• 3570 Montgomery Road is a three-story mixed-use structure, built in 1910, that anchors the northeast corner of
the 3500 block of Montgomery Road. The ground floor consists of 2,300 square feet of retail space that anchors
the center of the business district and about 500 square feet of residential space. The upper two stories contain
about 5,000 square feet of multi-unit residential space and storage space. The HCLRC acquired this structure in
2019 and initial stabilization work, which included interior/exterior cleanup, new roof, framing repairs, interior
ceiling demo, and asbestos remediation, was completed in 2020 – the scope of stabilization work completed can
be found in Appendix C – Stabilization Scopes.
• 1809 Clarion Avenue is a vacant lot directly behind 3750 Montgomery Road. The Landbank demolished a blighted
residential structure on this property in 2019 to pave the way for redevelopment.
• 3604-3608 Montgomery Road is a three-story mixed-use structure with 10,920 square feet in total. Built in 1927,
the ground floor contains 3,840 square feet of retail space and the upper two stories comprise 7,080 square feet
of multi-unit residential space. This significant building was acquired by the HCLRC in late 2015 to protect the
building from further decay after decades of disinvestment Initial stabilization work, which included cleanout,
new roof, 2nd and 3rd floor and roof framing repairs, asbestos remediation, interior ceiling demo, exterior repairs,
and 1st floor framing repairs, was completed in 2020 – the scope of stabilization work completed can be found in
Appendix C – Stabilization Scopes.
Please note: Site is offered “as-is”. The HCLRC and WHRF make no representations or warranties as to any soil or
environmental conditions.
Site Advantages: Subject properties are located in an Opportunity Zone within Cincinnati’s centrally located Evanston
neighborhood, with access to Downtown and the Greater Cincinnati region via Interstate 71. The neighborhood is
bordered on the south by East Walnut Hills, on the west by Avondale, on the East by Hyde Park, and on the north by
the City of Norwood. Evanston considers itself to be Cincinnati’s educating community, and boasts within its borders
Xavier University, Walnut Hills High School, Evanston Academy, the Academy of World Languages, and Alliance
Academy. The Port designated Evanston as a neighborhood of focus in 2013, and has since invested over $10 million
dollars into the neighborhood’s housing stock and business districts, in accordance with City of Cincinnati and
Evanston neighborhood planning efforts, spurring additional private investment.
As shown in Exhibit B, Evanston’s North Business District includes the area along Montgomery Road between I-71 and
Dana Avenue an represents an area of strategic importance to the neighborhood. The business district is adjacent to
University Station at Xavier and the improvements along Dana Avenue, including Keystone Parke, which includes new
office buildings, health care facilities, and a new hotel. The North Business District represents a significant opportunity
for positive change. This RFP seeks to build on existing momentum and recent private market development
investment to reinvigorate the 3500 and 3600 blocks of Montgomery Road.
The Port | Evanston Northern Business District | Request for Proposals | 5
Section 3 – Proposal Requirements The Offeror is invited to submit Proposals and concept plans for one or more of the subject properties. A detailed list of the requirements for submission and evaluation criteria is identified below. To achieve a uniform review process and a fair degree of comparability, the proposal should be organized in the following order and contain all of the following information:
1. Contact InformationName, address, phone number, and email of the individual or firm. If a firm, the name and title of theindividual authorized to negotiate contract terms and make binding commitments shall be included andidentified.
2. Capacity & ExperienceProvide a concise narrative describing the Offeror’s background, history, and construction experience,including comparable projects successfully completed by the Offeror. Provide the names and titles of keymembers of the development team, including as applicable: general contractor, design team, investors, andother team members or subcontractors required for the completion of the project.
It is acceptable for two or more firms to propose a joint venture for this development opportunity. In such case, both developers should provide all information requested in this RFP along with clear indication of the multiple firms participating in the venture, designated roles and responsibilities, and the primary project lead or point of contact.
3. Project Description and Concept
• Overall Project Narrative: Provide a concise narrative describing the proposed development and endproduct, including as applicable:
i. Conceptual Site Planii. Renderings, floor plans, or preliminary building elevations useful in demonstrating your
development concept.iii. Any additional site specifications or site features
• Timeline: Provide a projected schedule for completion with key milestones identified, including butnot limited to pre-construction work and meetings related to final design and plans, submission forpermit, site preparation, construction, final inspections, receipt of Certificate of Occupancy, andlease-up.
4. Community Vision and EngagementOfferors should demonstrate how the proposal encompasses the objectives of the 2019 Evanston Work Plan(https://www.xavier.edu/communitybuilding/evanston_work_plan_approved.pdf) and indicate their plannedengagement with relevant neighborhood stakeholders. Proposals should consider and incorporatestakeholder and community preferences, to the extent feasible and practical.
Specifically, proposed development plans should reflect the goals set out in this RFP as indicated below:
• Apply a design approach that compliments the scale and character of the surrounding area, payingattention to historic features and elements.
• Contribute to creating a mixed-use, mixed-income district with a variety of neighborhood servingbusinesses and an appropriate mix of affordable and market rate housing options. Offerors maysubmit proposals that include affordability restrictions and should identify the source of subsidy, ifapplicable.
• It is the desire of all parties that the current lease for the commercial bay located within 1740Brewster (tenant address: 3546 Montgomery) is honored and tenant is retained long-term.
The Port | Evanston Northern Business District | Request for Proposals | 6
5. Budget and Financing Plan
• Offer Price: Offeror’s asking price for the acquisition of the subject property. Note that to date,approximately $650,000 has been invested acquiring and stabilizing these properties, which should betaken into account in asking price.
• Preliminary Sources and Uses: Statement showing Total Project Cost and all sources of capital andexpected uses in the proposed development project.
• Pro Forma: Provide a 10 year post‐development cash flow statement
• Proof of Funds: This can be demonstrated through a statement of Offeror’s financial ability andresources at the Offeror’s disposal and/or a Soft Financial Commitment Letter.
• Subsidy: Expected sources of public subsidy, grants, or other contingent sources required for theproject, including Historic Tax Credits, New Markets Tax Credits, or Low Income Housing Tax Credits,if applicable.
6. Economic Inclusion PlanThe Port is committed to empowering MBEs, WBEs, and SBEs; and to that end the Port will be vigilant inmonitoring encouraging, and facilitating the satisfaction of its goals in relation to the participation by MBEs,WBEs, and SBEs in all Port-related work, including for suppliers, providers, developers, investors, or othermembers of a proposed development team. The goals of the Port are described in Appendix D – EconomicInclusion Policy. Offerors should submit a preliminary economic inclusion plan that includes opportunities tothe maximum extent practicable for SBEs, WBEs, and/or MBEs. Offerors should indicate any past successes inachieving economic inclusion goals. Offerors whose firms are certified through the Office of EconomicInclusion in the MBE, WBE or SBE Programs should submit proof of certification.
After written proposals have been reviewed, discussions with prospective firms may or may not be required to clarify any portions of the proposal.
Section 4 - Scoring Criteria
The Selection Committee will review and evaluate RFPs that are complete and received on or before the deadline.
The Selection Committee will consist of leadership representing the Port, Evanston Community Council, Walnut Hills
Redevelopment Foundation, and the City of Cincinnati.
Each submission will be evaluated against the Proposal Requirements outlined in Section 3.
The Port | Evanston Northern Business District | Request for Proposals | 7
Section 5 – Submission Requirements, Timeline, and Disclaimer
Any Requests for Information (RFI) regarding this RFP must be submitted in writing by email to Michael Golden at
[email protected]. RFIs shall be accepted no later than August 21st, 2020. A final Supplemental
Instructions shall be issued no later than September 4th, 2020 concerning any RFIs received.
Each bidder should contact Weston Rich at [email protected] to arrange access to the site to fully acquaintthemselves with the existing conditions and the neighborhood.
The RFP will be governed by the following schedule: Request for Information Due: August 21st, 2020 Proposals Due: September 4th, 2020 Notification of Award: September 25th, 2020 Execution of Contract: October 31st, 2020 Commencement of Work: 6 months after closing
All proposals must be received by September 4th,2020 by 4:00 pm at the address shown below. Proposals must be submitted in a sealed envelope and shall be labeled, “Proposal to Purchase/Redevelop Evanston Mixed-Use Buildings.” The proposal must be signed by a person who has the legal authority to contractually bind the Offeror. Unsigned proposals will be deemed non-responsive and will not be reviewed by Port staff.
The Port Attn: Michael Golden 3 East 4th Street Suite 300 Cincinnati, Ohio 45202
Nothing in this RFP shall be construed to create any legal obligation on the part of the Landbank or any respondents.
The Landbank reserves the right, in its sole discretion, to amend, suspend, terminate, or reissue the RFP in whole or in
part, at any stage. In no event shall the Landbank be liable to respondents for any cost or damages incurred in
connection with the RFP process, including but not limited to, any and all costs, expenses, or fees related to this RFP.
All supporting documentation submitted in response to this RFP will become the sole property of the Landbank.
Respondents may also withdraw their interest in the RFP, in writing, at any point in time as more information
becomes known.
This RFP is being emailed to prospective bidders, will be posted on both The Port’s and Landbanks website (www.CincinnatiPort.org and www.HamiltonCountyLandbank.org). The Landbank encourages all qualified firms to apply.
Section 6 – Attachments (For Informational Use Only)
Exhibit A: Site Map
Exhibit B: Context Map
Exhibit C: Stabilization Scopes
Exhibit D: Port Economic Inclusion Policy
The Port | Evanston Northern Business District | Request for Proposals | 8
Exhibit A: Site Map
(This image shows a structure at 1809 Clarion Avenue, the parcel is currently a vacant lot)
The Port | Evanston Northern Business District | Request for Proposals | 9
Exhibit B: Context Map
Hamilton County Landbank
October 15, 2019
Walter T. Weed III Structural Systems Repair Group 2824 Stanton A venue Cincinnati, OH 45206
Re: 3570 Montgomery Road, 3604 Montgomery Road, and 1740 Brewster Avenue
Dear Mr. Weed:
The Hamilton County Land Reutilization Corporation ("HCLRC") is pleased to engage the services of Structural Systems Repair Group ("Contractor") pursuant to the attached proposals. 3570 and 3640 Montgomery Road are limited to Phase I pricing and services as outlined in their respective proposals. 1740 Brewster Avenue is subject to the full scope of pricing and services as outlined in its proposal Contractor hereby agrees to provide these services according to the Hamilton County Land Reutilization Corporation General Conditions and Instructions, also attached.
BY: Br an Erickson (Print Na
Sincerely,
Christopher M. Recht Vice President and General Counsel
15th day of_O_c_ t_o_b_er _____ ,2019.
TITLE: Vice President of Operations
Port of Greater Cincinnati Development Authority As Management Company for the Hamilton County Land Reutilization Corporation 3 East Fourth Street, Suite 300, Cincinnati, OH 45202
Exhibit C: Stabilization Scopes
The Port | Evanston Northern Business District | Request for Proposals | 10
10/09/19 3570 Montgomery Rd 319354
Proposal Greater Cincinnati Redevelopment Authority Three East Fourth St., Suite 300 Cincinnati, Ohio 45202 Contact: Taylor Gruenwald Email: [email protected]
Subject: 3570 Montgomery Rd
SSRG appreciates the opportunity to provide the following pricing.
c,,h�
Phase I includes exterior cleanup, new roof, roof framing repairs and associated work in attic
01.0 GC 18,240
SSRG GCs - Permits 1.00 LS
SSRG GCs - Engineering 1.00 LS
SSRG GCs - Safety Supervisor 4.00 WKS
SSRG GCs - Project Manager 4.00 WKS
SSRG GCs - SSRG Project Superintendent 4.00 WKS
SSRG GCs - Jobsite Toilet 1.00 EA
SSRG GCs - Dumpsters 3.00 EA
SSRG GCs - Hoists and Lifts 4.00 WKS
SSRG GCs - Scaffolding 1.00 LS
SSRG GCs - Fuel 4.00 WKS
03.0 Attic 12,989
Remove Ceilings Attic, Plaster/Lath 2,400.00 SF
Interior Masonry Repairs at attic windows 10.00 EA
03.0 Attic 3,589
Misc. Carpentry 24.00 HR
Stair-ladder framing 1.00 EA
03.1 Roof 85,263
Lower/Cap Chimney 8.00 EA
Roof Rafter 10.00 EA
Misc. Carpentry box gutter repairs 48.00 HR
Roof Sheathing 6.00 EA
Gutters and Downspouts/coping repairs 0.00 LS
EPDM Roof 1.00 LS
04.0 Exterior 6,768
Exterior Demo/cleanup 48.00 HR
1 of 3 Owner Approval: X. ________ _
The Port | Evanston Northern Business District | Request for Proposals | 11
10/09/19 3570 Montgomery Rd 319354
Tree Trimming
04.3 South Elevation
Plywood Window Covers
Phase II
1.00 LS
9785.00 EA
�I Price
Phase II includes Interior cleanout, framing repairs, asbestos remediation, interior ceiling demo and 1st floor framing repairs
01.0 GC 12,229SSRG GCs - Safety Supervisor 3.00 WKSSSRG GCs - Project Manager 3.00 WKSSSRG GCs - SSRG Project Superintendent 3.00 WKSSSRG GCs - Jobsite Toilet 1.00 EASSRG GCs - Dumpsters 1.00 EASSRG GCs - Fuel 3.00 WKSInterior Cleanout 1.00 LS
02.0 Basement 18,585Asbestos Remediation Pipe Insulation 1.00 LSConcrete Material 2.00 CYConcrete Footing 10.00 EAPost-beam assembly 10.00 EA
02.11st Floor 9,144Floor Joists Replacement 30.00 EAFloor Sheathing Replacement 10.00 EA
02.3 3rd Floor 2,883Remove Damaged Ceilings, Plaster/Lath 1,100.00 SF
03.1 Roof 977Roof Rafter Anchors 30.00 EA
04.1 North Elevation 1,895Misc. Carpentry Repairs Side porch-deck 24.00 HR
04.3 South Elevation 2,491Fire Escape painting 1.00 EA
Total Price $48,204
2 of 3 Owner Approval: X ________ _
The Port | Evanston Northern Business District | Request for Proposals | 12
10/09/19
3570 Montgomery Rd 319354
This quote is good for 60 days
All work to be performed during regular work hours 7:30am until 4:00pm, Monday through Friday. SSRG will keep the job site clean and safe. Please do not hesitate to call if you have any questions.
Respectfully Submitted,
Watter T Weed I I I
Walter T. Weed Ill
Clarifications: 1. All work that is not listed above is excluded2. Sales taxes are included3. Overall economic Inclusion goal of 30% included4. Builder's risk insurance excluded5. General cleaning is included, but final cleaning is excluded6. Price excludes weather protection and temporary heat7. Assumes site storage8. Testing and Inspections are excluded9. Water source to be provided by others10. SSRG requires a 15 day notice prior to required mobilization date11. Price excludes relocating any existing equipment, mechanical and or electrical items12. Equipment access to the adjacent property will be required for this work13. Relocation of overhead utilities is by owner
3 of 3 Owner Approval: X _______ _
The Port | Evanston Northern Business District | Request for Proposals | 13
10/09/19
3604 Montgomery Rd 319355
Proposal Greater Cincinnati Redevelopment Authority Three East Fourth St., Suite 300 Cincinnati, Ohio 45202 Contact: Taylor Gruenwald Email: [email protected]
Subject: 3604 Montgomery Rd
SSRG appreciates the opportunity to provide the following pricing .
.Phasee p �As E I� Phase I includes cleanout. new roof, 2nd and 3rd floor and roof framing repairs
01.0 GC
SSRG GCs - Pennits 1.00 LS
SSRG GCs - Engineering 1.00 LS
SSRG GCs - Safety Supervisor 6.00 WKS
SSRG GCs - Project Manager 6.00 WKS
SSRG GCs - SSRG Project Superintendent 6.00 WKS
SSRG GCs - Jobsite Toilet 2.00 EA
SSRG GCs - Dumpsters 8.00 EA
SSRG GCs - Hoists and Lifts 5.00 WKS
SSRG GCs - Scaffolding 1.00 LS
Contingency Asbestos remediation 1.00 LS
SSRG GCs - Fuel 6.00 WKS
02.1 1st Floor
Interior Cleanout 48.00 HR
Remove Damaged Ceilings 2,700.00 SF
02.2 2nd Floor
Interior Demo damaged walls 2nd floor 60.00 HR
Interior Cleanout 48.00 HR
Remove Damaged Ceilings, 1,000.00 SF
Shore Existing 2nd Floor 1.00 EA
Loadbearing wall replacement 2nd floor 60.00 LF
Misc. Carpentry Rear Stair repairs 24.00 HR
2nd Floor Joists Replacement 20.00 EA
2nd Floor Sheathing Replacement 17.00 EA
LVL Beams 2.00 EA
02.3 3rd Floor
Interior Demo damaged walls 3rd floor 60.00 HR
1 of 4
33,800
($1,625)
6,497
26,918
29,086
Owner Approval: X ________ _
The Port | Evanston Northern Business District | Request for Proposals | 14
10/09/19 3604 Montgomery Rd 319355
Interior Cleanout
Remove Damaged Ceilings
Shore Existing 3rd Floor
Ceiling Joists Replacement
3rd Floor Joists Replacement
3rd Floor Sheathing Replacement
Loadbearing wall replacement 3rd floor
LVL Beams
03.1 Roof
Shore Existing Roof
Asbestos Remediation Roofing materials
Lower/Cap Chimney
Roof Rafter
Misc. Carpentry Rake/Gutter boards
Roof Sheathing
EPDM Roofing
Gutters and Downspouts/coping repairs
04.0 Exterior
Exterior cleanup/ Demo
Plywood Window Covers
Phase II
48.00 HR
1,000.00 SF
1.00 EA
18.00 EA
20.00 EA
25.00 EA
60.00 LF
2.00 EA
1.00 EA
1.00 LS
8.00 EA
38.00 EA
24.00 HR
60.00 EA
1.00 LS
2.00 LS
16.00 HR
20.00 EA
SSRO.
131,145
5,090
Phase II includes Exterior repairs, asbestos remediation, interior ceiling demo and 1st floor framing repairs
01.0 GC
SSRG GCs - Permits
SSRG GCs - Engineering
SSRG GCs - Safety Supervisor
SSRG GCs - Project Manager
SSRG GCs - SSRG Project Superintendent
SSRG GCs - Jobsite Toilet
SSRG GCs - Dumpsters
SSRG GCs - Hoists and Lifts
SSRG GCs - Scaffolding
Contingency
SSRG GCs - Fuel
2 of 4
1.00 LS
1.00 LS
7.00 WKS
7.00 WKS
7.00 WKS
2.00 EA
6.00 EA
4.00 WKS
2.00 LS
0.00 LS
7.00 WKS
25,951
Owner Approval: X ________ _
The Port | Evanston Northern Business District | Request for Proposals | 15
10/09/19
SSRG. 3604 Montgomery Rd 319355
02.0 Basement 18,981
BasemenUcrawl space cleanout 120.00 HR
Concrete Footing 12.00 EA
Post-beam assembly 12.00 EA
02.0 Basement 7,283
Asbestos Remediation Pipe Insulation 1.00 LS
02.1 1st Floor 8,064
1st Floor Joists Replacement 20.00 EA
1st Floor Sheathing Replacement 17.00 EA
02.3 3rd Floor 4,335
Ceiling Joists Replacement 17.00 EA
04.1 North Elevation 7,851
Exterior Masonry Repairs at windows 5.00 EA
Clean/Painting Lintels 5.00 EA
04.2 East Elevation 1,831
Through Wall Masonry Anchors-Stars 10.00 EA
04.3 South Elevation 9,150
Demolition / Subgrade Prep 250.00 SF
Concrete SOG 3.00 CY
Brick Tuck-pointing 250.00 SF
Fire Escape painting 1.00 EA
04.3 South Elevation 33,206
Exterior Masonry Repairs at windows 21.00 EA
Clean/Painting Lintels 23.00 EA
04.4 West Elevation 25,123
Exterior Masonry Repairs at windows 16.00 EA
Clean/Painting Lintels 16.00 EA
04.4 West Elevation 1,831
Through Wall Masonry Anchors-Stars 10.00 EA
Total Price $143,606
3 of 4 Owner Approval: X ________ _
The Port | Evanston Northern Business District | Request for Proposals | 16
10/09/19 3604 Montgomery Rd 319355
Additional Cost to remove the remainder of the interior ceilings
This quote is good for 60 days
$12,185
All work to be performed during regular work hours 7:30am until 4:00pm, Monday through Friday. SSRG will keep the job site clean and safe. Please do not hesitate to call if you have any questions.
Respectfully Submitted,
watter Tweed 111
Walter T. Weed Ill
Clarifications: 1. All work that is not listed above is excluded2. Sales taxes are included3. Overall economic Inclusion goal of 30% included4. Builder's risk insurance excluded5. General cleaning is included, but final cleaning is excluded6. Price excludes weather protection and temporary heat7. Assumes site storage8. Testing and Inspections are excluded9. Water source to be provided by others10. SSRG requires a 15 day notice prior to required mobilization date11. Price excludes relocating any existing equipment, mechanical and or electrical items12. Equipment access to the adjacent property will be required for this work13. Relocation of overhead utilities is by owner
4 of 4 Owner Approval: X ________ _
The Port | Evanston Northern Business District | Request for Proposals | 17
10/09/19
1740 Brewster 319353
Proposal Greater Cincinnati Redevelopment Authority Three East Fourth St., Suite 300 Cincinnati, Ohio 45202 Contact: Taylor Gruenwald Email: [email protected]
Subject: 1740 Brewster
SSRG appreciates the opportunity to provide the following pricing.
01 General Conditions
SSRG GCs - Safety Supervisor
SSRG GCs - Project Manager
SSRG GCs - SSRG Project Superintendent
SSRG GCs - Dumpsters
02 Demo
Tree trimming
07 Roofing-Gutters
Overflow scupper
This quote is good for 60 days
0.50 WKS
0.50 WKS
0.50 WKS
1.00 EA
1.00 LS
1.00 EA
SSRG.
1,022
2,83
1,128
Total Price -- - ---
All work to be performed during regular work hours 7:30am until 4:00pm, Monday through Friday. SSRG will keep the job site clean and safe. Please do not hesitate to call if you have any questions.
Respectfully Submitted,
Wa/,ter Tweed I I I
Walter T. Weed Ill
Clarifications: 1. All work that is not listed above is excluded2. Sales taxes are included3. Builder's risk insurance excluded4. General cleaning is included, but final cleaning is excluded5. Price excludes weather protection and temporary heat6. Assumes site storage7. Testing and Inspections are excluded 8. Water source to be provided by others
1 of 2 Owner Approval: X _______ _
The Port | Evanston Northern Business District | Request for Proposals | 18
10/09/19 17 40 Brewster 319353
9. SSRG requires a 15 day notice prior to required mobilization date10. Price excludes relocating any existing equipment, mechanical and or electrical items11. Equipment access to the adjacent property will be required for this work
12. Relocation of overhead utilities if required is by owner
SSIRO.
2 of 2 Owner Approval: X ________ _
The Port | Evanston Northern Business District | Request for Proposals | 19
GENERAL CONDITIONS AND INSTRUCTIONS
Hamilton County Land Reutilization Corporation
GENERAL CONDITIONS AND INSTRUCTIONS TO CONSULTANTS AND INDEPENDENT CONTRACTORS
The Hamilton County Land Reutilization Corporation ("HCLRC") is authorized under the Ohio Revised Code to enter into contracts with consultants and independent contractors (col lectively, "Contractors") as necessary, in its sole discretion, to carry out the functions and purposes of the HCLRC. These GENERAL CONDITIONS establish requirements for Contractors with respect to any work performed by Contractors on behalf of the HCLRC, as well as requirements under which Contractors may respond to Requests for Proposals (RFPs) or Requests for Qualifications (RF Qs) issued by the HCLRC. Generally, the HCLRC is not required to submit RFPs and RFQs, but it may choose to do so from time to time. The GENERAL CONDITIONS herein will be incorporated by reference into any Contract entered into by the HCLRC, unless the specific terms of the Contract provide otherwise. For purposes of the GENERAL CONDITIONS, RFPs and RFQs are collectively referred to as "RFP/Qs" and Proposals and Statements of Qualification are collectively referred to as "Submittals."
I. Economic Inclusion. Economic inclusion is a core value of the HCLRC. The HCLRCwelcomes all prospective Contractors without regard to the business owners' race, gender, orcompany size. This commitment aims to empower Minority Business Enterprises (MB Es),Women Business Enterprises (WBEs), and Small Business Enterprises (SBEs). Based uponthe funding source for the proposed contract, RFP/Qs may include target participation goalsfor Disadvantaged Business Enterprises (DBEs). Contractors may assist the HCLRC machieving these goals either directly, or by contracting with qualifying subcontractors.
2. Confidentiality. Any Contractor engaging in any service for the HCLRC requiring theContractor to come into contact with confidential HCLRC information will be required to holdconfidential such information made available to them.
3. Standard of Care. The standard of care for all professional services performed or furnished byContractor under this Agreement will be the care and skill used by members of Contractor'sprofession practicing under similar circumstances at the same time and in the same locality.Contractor makes no warranties, express or implied, under this Agreement or otherwise, inconnection with Contractor's services.
4. Liability and Insurance. Contractor shall maintain, at its expense, the following types ofinsurance, issued by companies acceptable to the HCLRC covering the services:
A. Worker's Compensation Insurance, including occupational diseases, providing for thepayment of benefits required by the laws of the state in which the project is located,covering the persons employed by Contractor on the services, and Employer's LiabilityInsurance with a minimum limit of $1,000,000.
B. Commercial General Liability Insurance, including contractual liability, completedoperations, products liability, personal injury liability, and broad form property damageproviding coverage with limits of at least:
Bodily Injury and Property Damage $1,000,000 per occurrence
The Port | Evanston Northern Business District | Request for Proposals | 20
GENERAL CONDITIONS AND INSTRUCTIONS
Combined
Personal Injury
$2,000,000 aggregate
$1,000,000 aggregate
C. Business Automobile Liability Insurance providing coverage with limits of at least:
Bodily Injury and Property Damage Combined
$1,000,000 per accident $1,000,000 aggregate
D. Umbrella Form Excess Liability Insurance providing coverage with limits of at least:
Bodily Injury and Property Damage Combined
$5,000,000 per occurrence $5,000,000 aggregate
E. Professional Liability Insurance coverage with limits of $2,000,000 per claim and$4,000,000 aggregate, which includes a $30,000 deductible provision per cl aim.
All of the above policies, with the exception of the Worker's Compensation, shall be endorsed to include a Waiver of Subrogation in favor of the HCLRC. The HCLRC shall also be named as additional insured, on a primary and non-contributory basis, on these policies.
If the HCLRC requests revisions in the types and limits of insurance at any time during the period of the contract Contractor will endeavor to comply and the HCLRC will reimburse Contractor for any net additional premium expense incurred.
A Certificate of Insurance will be provided to thc HCLRC or other party, as may be appropriate, before proceeding with the services. Thirty days' cancellation notice will be given in writing to the HCLRC.
5. Indemnification. Contractor shall promptly notify the HCLRC of all damage to property of the HCLRC or others, and of injuries sustained by any persons, including employees of Contractor,in any manner relating directly or indirectly to the project or the services within the scope ofthis project. Contractor agrees to indemnify and save the HCLRC harmless from and againstany loss, cost, damage, expense, and liability by reason of property damage, personal injury,
or both, such damage to the extent they are caused directly by any negligent act or neglige ntfailure to act, errors or omissions in connection with the performance of the professionalservices by Contractor working within its scope, its employees, its agents, or its subcontractors;provided that if Contractor provides and maintains in force adequate insurance in accordance with the terms of this agreement, then Contractor's obligation to indemnify and save theHCLRC harmless shall be limited to the amounts recoverable from said insurance.
6. Effect of Errors. If a Contractor fails to notify the HCLRC before the closing date on theRFP/Q of an error in the RFP/Q known to the Contractor, or of an error that reasonably shouldhave been known to the Contractor, the Contractor shall submit its Submittal at the Con tractor'sown risk, and, if a contract is entered into, the Contractor shall not be entitled to additionalcompensation or time by reason of the error or its later correction.
7. Proprietary Information. All Submittals shall become the property of the HCLRC to use or, atits option, return. All proposed and associated documents will be considered to be publicinformation and will be open for inspection to interested parties unless identified as propriety.
The Port | Evanston Northern Business District | Request for Proposals | 21
GENERAL CONDITIONS AND I NSTRUCTIONS
Trade secrets of proprietary information that are recognized as such and protected by law may be withheld if clearly identified as such in the Submittal. Each page containing such material must specify "Proprietary" in the upper right corner. The HCLRC will make the determination
as to whether the Contractor has adequately demonstrated that the information is proprietary.
8. False or Misleading Statements. Submittals which contain false or misleading statements, or which provide references that do not support an attribute or condition contended by the
Contractor, may be rejected. If, in the opinion of the HCLRC, such information was intended
to mislead the HCLRC in its evaluation of the Submittal and the attribute, condition, or capability is a requirement of the RFP/Q, the Submittal will be rejected. In the event a contract
has already been awarded, the HCLRC may pursue any and all available legal remedies.
9. Requests for Clarification or Additional Information. It is absolutely essential that Contractors
carefully review all elements in their final Submittals. Once opened, Submittals cannot be altered; however, the HCLRC reserves the right, at its sole discretion, to request informationfrom a Contractor for clarification of information provided in a Submittal. In no case shall a
HCLRC request for additional information with respect to one Submittal establish any rightsor duties with respect to any other Submittal.
IO. Assignment. Contractor shall not delegate any duties or services, or assign any rights or claims under any contract entered into, without prior consent from the HCLRC. Contractor shall not
sub-contract any work performed under a contract with the HCLRC without the HCLRC's
prior written approval.
I I. Termination. The HCLRC may terminate any contract or agreement with Contractor by providing ten (10) days written notice. In the event of such termination, Contractor will be paid an equitable amount in proportion to the amount of work completed under the contract for
which payments have not been made. If Contractor materially breaches any terms of a contract with the HCLRC or engages in unlawful or negligent behavior, the contract or agreement shall
be terminated immediately upon written notice from the HCLRC. Contractor may be held liable for damages resulting from delays and damages resulting from such breach or behavior.
12. Force Majeure. Neither party to a contract between Contractor and the HCLRC shall be liableto the other party for delays in performance, nor for the direct or indirect costs resulting from
such delays, that may result from labor strikes, riots, war, acts of governmental authorities,extraordinary weather conditions or natural catastrophe, or any other cause beyond thereasonable control or contemplation of either party.
13. Governing Law. Contracts entered into with the HCLRC are governed by the laws of the Stateof Ohio. Any suit, action, or other legal proceeding arising out of or in connection with acontract between Contractor the HCLRC may be brought, at the HCLRC's option, in a court
of record in Hamilton County, Ohio, or the United States District Court for the SouthernDistrict of Ohio, or any other court of competent jurisdiction.
14. Severability. If any provision of a contract with the HCLRC is found to be unenforceable, such
provision shall be stricken from the contract, and all remaining provisions shall be in full force
and effect as though the stricken provision had never been part of the contract.
The Port | Evanston Northern Business District | Request for Proposals | 22
The Port | Evanston Northern Business District | Request for Proposals | 23
Exhibit D: Port Economic Inclusion Policy
The Port strives to continually have meaningful and substantial levels of participation by Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), and Small Business Enterprises (SBEs) in the services for which it contracts, and in its various contracts for development projects. Further, the Port strives to increase the equity participation and/or ownership by MBEs and WBEs within those development projects.
The Port is committed to helping build and sustain strong MBEs, WBEs, and SBEs within the Greater Cincinnati community. The Port is further committed to empowering entrepreneurs, generating jobs, building tax base, and providing opportunities for wealth creation in every segment of society.
All contractors, subcontractors, suppliers, and service providers should have an equal opportunity to compete on contracts for services issued by the Port regardless of race, color, sex or national origin. It is also the aspiration that a fair share of contracts be awarded to small, minority, and women business enterprises. This will be promoted through the provision of educational opportunities, training, and a good faith effort by all involved to promote inclusion through locating and engaging qualified MBEs, WBEs, and SBEs. It is the Port’s expectation that this aspiration can be achieved.
While there are no set-asides or preferences for suppliers, providers or developers, the Port is committed to empowering MBEs, WBEs, and SBEs; and to that end the Port will be vigilant in monitoring encouraging, and facilitating the satisfaction of its goals in relation to the participation by MBEs, WBEs, and SBEs in all Port-related work. The goals of the Port in this regard are:
1. To aspire to achieve a total target goal of 25% Minority Business Enterprise (MBEs), 7% Women Business Enterprise (WBEs), and 30% Small Business Enterprise (SBEs) for:
• Construction• Supplies• Services• Professional Services
2. To require that all respondents to RFPs, RFQs, and other such solicitations for proposals, qualifications, or services commitand demonstrate, in writing, what best efforts they will make in order to meet these goals.
3. To work with the majority/prime contractors to track and support the sub-contractors they use on Port-relatedprojects. The anticipated outcome is that they establish and maintain an Economic Inclusion Program for themselves, andfor their future projects. The Port will assist them in finding sub-contractors to support Port-related project needs.
4. To use the criteria for certification in identifying minority and women owned businesses as defined by the NationalMinority Supplier Development Council (NMSDC) and the Women’s Business Enterprise National Council (WBENC).
5. To accept certifications from the NMSDC, or the local affiliate council; the WBENC; the Small Business Administration (SBA);and local, state, and federal certifying organizations.
6. To encourage partnering relationships between majority owned firms and small, women-owned and minority-ownedfirms among professional service providers to the Port. The Port also encourages, where economically feasible,establishment of joint ventures and contracting partnerships by businesses of different race ownership, different genderownership, or both, in all phases of contracting (to include, but not limited to, developer agreements, architectural andengineering design services, construction, retail-hospitality-entertainment tenant/ownership , supplies, and professionalservices) as a means to achieve greater levels of prime contracting opportunities for all businesses.
7. To require that all proposers or bidders submit an economic inclusion subcontractor utilization plan with their proposals,qualifications or bids. Failure to submit an economic inclusion subcontractor utilization plan with the proposals,qualifications or bids and other documentation that may be requested may deem the proposals, qualifications or bids asnon-responsive and may result in rejection of the proposals, qualifications or bids.