Professional Documents
Culture Documents
(SEE GENERAL SUBMISSION INFORMATION FOR DIRECTIONS ON HOW TO SUBMIT THE ABOVE CHECKED BID/RFP TYPE)
Oakland County Purchasing is issuing a Bid/Request for Proposal (RFP) seeking bidders/respondents to provide services
or goods as detailed in Attachment (B).
INDEX
Solicitation Form (This Form- Bidder/Responder Information and Signature Page)
Attachment (A) – Mailing Label
Attachment (B) – Solicitation Specifications
Appendix A, B, & C
NOTE: Upload the complete electronic version of your response to the County bid site at https://www.bidnetdirect.com/mitn.
The electronic version uploaded will be the OFFICIAL response to be considered and evaluated.
In addition, please submit five (5) additional hard copies of the RFP responses of the proposal The uploaded electronic version
to the BidNet site is the official response that takes precedence. The County would prefer these in hand by the end of
business, March 18, 2021 to the following address:
Oakland County Purchasing
2100 Pontiac Lake Rd.
Waterford, MI., 48328
BIDDER/RESPONDERS INFORMATION
Legal Name
Street Address
City
State/ZIP
Bidders/Responders
Contact Name
Contact Phone
Contact Email
This ENTIRE Solicitation packet (ALL Pages) must be included and returned
signed with your bid/RFP response.
I have reviewed the TERMS AND CONDITIONS and insurance requirements stated prior to
submitting this bid/RFP solicitation.
Signature Date
Printed Name
Title
Phone
Date
Email
*To be filled out and used when mailing or dropping off a hard copy
CUT BELOW THE DOTTED LINE AND AFFIX LABEL TO EXTERIOR OF MAILING ENVELOPE OR
PACKAGE
From
Company Name
Contact Person
Phone Number
NOTE: Upload the complete electronic version of your response to the County
bid site at https://www.bidnetdirect.com/mitn. The electronic version
uploaded will be the OFFICIAL response to be considered and evaluated.
GENERAL SUBMISSION INFORMATION:
Online Response: It is the bidder's/respondent’s responsibility that the responses are entered/uploaded into the
MITN system - www.mitn.info, prior to the due date and time specified.
Hard Copy Response: It is the bidder's/respondent’s responsibility to insure that hard copy responses are received
in Purchasing prior to the due date and time specified. Purchasing’s address, due date and time are listed on the first
page of this proposal form. The responsibility rests entirely with the bidder/respondent, including delays resulting
from postal handling or for any other reasons. The official time clock shall be the date/time stamp machine located at
Purchasing’s main office located at the address listed above. NO LATE BIDS/RFPS WILL BE ACCEPTED.
Hard Copy responses are accepted at Oakland County Purchasing and are to be delivered to that office.
Deliver bid/RFP responses to:
Oakland County Purchasing
Building 41 West – Lower Level
2100 Pontiac Lake Road
Waterford, MI 48328
Bid/RFP responses through courier services shall be accepted at Oakland County Purchasing any time during
the normal course of business only; said hours being 8:30 A.M. to 5:00 P.M. Eastern Time, Monday through
Friday, excluding County holidays.
All questions regarding this solicitation should be submitted by email to the buyer listed on page one of the proposal
form. Subject line needs to include the solicitation event number listed on page one of the proposal form.
This solicitation event can be accessed at the Michigan Inter-governmental Trade Network (MITN) website:
www.mitn.info
Online Response: It is the bidder's/respondent’s responsibility that the responses are entered/uploaded into the
MITN system - www.mitn.info, prior to the due date and time specified.
Hard Copy Response: It is the bidder's/respondent’s responsibility to insure that hard copy responses are received
in Purchasing prior to the due date and time specified. Purchasing’s address, due date and time are listed on the first
page of this proposal form. The responsibility rests entirely with the bidder/respondent, including delays resulting
from postal handling or for any other reasons. The official time clock shall be the date/time stamp machine located at
Purchasing’s main office located at the address listed above. NO LATE BIDS/RFPS WILL BE ACCEPTED.
Hard Copy responses may be emailed or delivered through courier services unless otherwise stated in the
specifications.
Email bid/RFP solicitation responses to: purchasing@oakgov.com
Subject line should state: Oakland County Solicitation Event #:
Deliver bid/RFP responses to:
Oakland County Purchasing
Building 41 West – Lower Level
2100 Pontiac Lake Road
Waterford, MI 48328
Bid/RFP responses through courier services shall be accepted at Oakland County Purchasing any time during
the normal course of business only; said hours being 8:30 A.M. to 5:00 P.M. Eastern Time, Monday through
Friday, excluding County holidays.
All questions regarding this solicitation should be submitted by email to the buyer listed on page one of the proposal
form. Subject line needs to include the solicitation event number listed on page one of the proposal form.
Submissions:
This proposal form must be signed by a person authorized to bind and commit the company to provide such goods
and/or services offered to the County should their bid/RFP be accepted by the County.
Public Disclosure:
The bidder/respondent acknowledges that the County is a public entity and therefore is subject to all public
disclosure laws.
Any information contained in the bid/RFP response, including, but not limited to, trade secrets, commercial
information, financial information, or copyrighted material, is considered public information and not exempt from
disclosure under the Michigan Freedom of Information Act (FOIA).
Bidder/Respondent should not include any information in a response that bidder/respondent does not want disclosed
by the County in response to a FOIA request.
Bidder/Respondent shall not bring any claim or action against Oakland County, including its employees, agents, or
officials, to prevent the County from disclosing any information in the bid/RFP response to a third party in response
to a FOIA request or for damages related to such disclosure.
Modifications:
Prior to opening the solicitations, clarifications, modifications, or amendments may be made to the solicitation at the
discretion of Oakland County Purchasing. Should any such changes be made, an addendum will be issued and
posted on the Michigan Inter-governmental Trade Network (MITN) website:www.mitn.info.
It is the responsibility of the bidder/respondent to check the MITN website for addendums.
Withdrawal:
Responses may be withdrawn prior to the bid/RFP closing date and time by providing written notice to Purchasing.
Award Information:
The successful bidder/respondent may be requested to submit a completed, signed Federal W-9 form prior to an
award of a contract or purchase order.
BIDDER/RESPONDENT MUST PROVIDE DOCUMENTATION OF REQUIRED INSURANCE UPON AWARD
PURCHASE TYPE (ONLY THE CHECKED BOXES APPLY TO THIS
SOLICITATION)
SERVICE CONTRACT
BLANKET CONTRACT (PRODUCTS OVER SPECIFIED PERIOD OF TIME)
Exhibit II: Business Associate Agreement (Health Insurance Portability and Accountability Act Requirements)
Exhibit III: Requirements for Contractors with Access to County PII (Personally Identifiable Information)
Exhibit IV: Requirements for Contractors with Access to Criminal Justice Information
Exhibit IX: Scope of Contractor Deliverables/Financial Obligations (Generally listed in attachment B of the
bid/RFP)
Review the Primary insurance requirements in Exhibit I listed below. Checkboxes in Exhibit I marked with an “X” in
Supplemental Coverages will be in addition to the Primary coverage.
Failure to maintain the insurance requirements will be considered a breach of contract.
OR A copy of the County’s Professional Services Contract boilerplate can be viewed on the Oakland County
Purchasing website: https://www.oakgov.com/purchasing/Pages/form_application/Default.aspx.
Bidders/Respondents are encouraged to review the Standard Contract Boilerplate with the proposed terms and
conditions. Review the Exhibit I Contractor Insurance Requirements starting on page 21 and the General Insurance
Conditions on page 23. The successful bidder/respondent will be required to comply with same. Awarded
bidder/respondent shall provide required insurance documentation upon notice of award.
BLANKET CONTRACT REQUIREMENTS:
A copy of the County’s Blanket contract terms and conditions is located on the website:
https://www.oakgov.com/purchasing/Pages/form_application/Default.aspx
Bidders/Respondents are encouraged to review the terms and conditions.
A copy of the County’s Blanket contract terms and conditions is located on the website:
https://www.oakgov.com/purchasing/Pages/form_application/Default.aspx
Bidders/Respondents are encouraged to review the terms and conditions.
Submission of a response is a confirmation that the bidder/respondent is familiar with the solicitation, contractual
requirements, and specifications. The bidder/respondent understands and agrees to abide by each, and all of the
stipulations and requirements contained within this document.
To best serve the County’s interest, Oakland County reserves the right to accept or reject any or all responses and
to waive any irregularities and/or formalities. This includes the right to award the contract to respondents other
than the lowest priced response.
The County reserves the right to split or abstract any or all bidders/respondents and award multiple contracts from the
same solicitation based on price, availability, and services when in its judgment best serves the County.
Oakland County assumes no contractual obligation as a result of the issuance of this solicitation, the preparation
or submission of a response by a bidder’s/respondent’s, the evaluation of an accepted response, or the selection
of finalists. Oakland County shall not be contractually bound until the successful bidder(s)/respondent(s) has an
executed written contract or Purchase Order.
All prices shall be quoted in U.S. dollars. In case of error in the extension of prices in the response, the unit prices shall
govern. Unless notated in the specifications, all quoted prices will be firm for 120 days after the solicitation due date.
Default payment terms are Net 30. Discount payment terms may be offered for earlier payment than 30 days.
The County reserves the right to request any additional information necessary after the submission of the response. The
County reserves the right to conduct interviews, reference checks, and perform any other due diligence necessary to select
the vendor(s).
Pursuant to Michigan law, (the Iran Economic Sanctions Act, 2012 PA 517, MCL 129.311 et seq.), before accepting
any bid or proposal, or entering into any contract for goods or services with any prospective Vendor, the Vendor
must first certify that it is not an “IRAN LINKED BUSINESS", as defined by law. This signed document, with: 1) full
knowledge of all of Vendors business activities, 2) full knowledge of the requirements and possible penalties
under the law MCL 129.311 et seq. and 3) the full and complete authority to make this certification on behalf of the
Vendor, by his/her signature, certifies that: the Vendor is NOT an “IRAN LINKED BUSINESS” as required by MCL
129.311 et seq., and as such that Vendor is legally eligible to submit a bid/RFP and be considered for a possible
contract to supply goods and/or services to the County of Oakland.
E-Verify – Prior to contract award all County Contractors are required to comply with Miscellaneous Resolution
No.09116 (Board of Commissioners Minutes, July 30, 2009, pp 37-38), unless otherwise exempted, all service
contractors and/or vendors who wish to contract with the County to provide services must first certify they have
registered with, will participate in, and continue utilize, once registered, the E-Verify Program (or any successor
program implemented by the federal government or its departments or agencies) to verify the work authorization
status of all newly hired employees employed by the contractors and/or vendors. Breach of this term or conditions
is considered a material breach of a contract. Contractors/Vendors submitting bid/RFP responses agree that the
contractor/vendor will registered with, and will participate in, and will continue utilize once registered and
throughout the term of a contract, if one is offered, the E-Verify Program (or any successor program implemented
by the federal government or its departments or agencies) to verify the work authorization status of all newly hired
employees employed by the contractors and/or vendors.
All County Contractors are required to comply with all Federal, State, or Local laws. The County reserves the right to
cancel the contract for services if the contractor has not done so. Failure to comply with all Federal, State, or Local laws
either currently or historically is a consideration in the bid/RFP evaluation process as well. Such compliance shall include,
but not be limited to, the contractor and its subcontractors shall not discriminate against an employee or an applicant for
employment in hiring, any terms and conditions of employment or matters related to employment regardless of race, color,
religion, sex, sexual orientation, gender identity or expression, national origin, age, genetic information, height, weight,
disability, veteran status, familial status, marital status or any other reason, that is unrelated to the person's ability to
perform the duties of a particular job or position, in accordance with applicable federal and state laws; prohibition of use of
any copyrighted software contrary to the provisions of any applicable Software license agreement or State or Federal law;
compliance with all applicable grant requirements if any part of a Contract is supported or paid for with any State or Federal
funds granted to the County; compliance with the Immigration Reform and Control Act (IRCA) and I-9 employment
verification requirements. Any and all future Federal, State, or Local laws must also be complied with while the contractor is
providing services/products to the County.
Vendors that have been found guilty or held civilly liable for violation of any federal or state law, or have been barred and/or
declared ineligible from consideration in receiving any federal, state or municipal contract, must provide information as part
of their proposal on all such violations / barrings / ineligibilities.
Pursuant to Act 167 of the Public Acts or 1933, the County of Oakland, A Michigan Constitutional Corporation, is exempt
from the sales tax provisions of this Act. In addition, the Michigan Department of Treasury has promulgated General and
Specific Sales and Use Tax Rules which provide that the County of Oakland is not required to have a sales tax exemption
number. (R205.79; Rule 29)
Exhibit I
CONTRACT INSURANCE REQUIREMENTS
During this Contract, the Contractor shall provide and maintain, at their own expense, all insurance as set forth and marked
below, protecting the County against any Claims, as defined in this Contract. The insurance shall be written for not less than
any minimum coverage herein specified. Limits of insurance required in no way limit the liability of the Contractor.
Primary Coverages
Commercial General Liability Occurrence Form including: (a) Premises and Operations; (b) Products and Completed
Operations (including On and Off Premises Coverage); (c) Personal and Advertising Injury; (d) Broad Form Property
Damage; (e) Broad Form Contractual including coverage for obligations assumed in this Contract;
Workers’ Compensation Insurance with limits statutorily required by any applicable Federal or State Law and Employers
Liability insurance with limits of no less than $500,000 each accident, $500,000 disease each employee, and $500,000
disease policy limit by a fully insured or State approved self-insurer.
1. Sole Proprietors only must submit a signed Sole Proprietor form if they do not have a Workers' Compensation Policy.
2. Exempt entities such as Partnerships, LLCs, etc., must submit a State of Michigan form WC-337 Certificate of
Exemption if they do not have a Workers' Compensation Policy.
Commercial Automobile Liability Insurance covering bodily injury or property damage arising out of the use of any owned,
hired, or non-owned automobile with a combined single limit of $1,000,000 each accident. This requirement is waived if there
are no company owned, hired or non-owned automobiles utilized in the performance of this Contract.
Commercial Umbrella/Excess Liability Insurance with minimum limits of $2,000,000 each occurrence. Umbrella or
Excess Liability coverage shall be no less than following form of primary coverages or broader. This Umbrella/Excess
requirement may be met by increasing the primary Commercial General Liability limits to meet the combined limit
requirement.
1. Professional Liability/Errors & Omissions Insurance (i.e., Consultants, Technology Vendors, Architects,
Engineers, Real Estate Agents, Insurance Agents, Attorneys, etc.) with minimum limits of $1,000,000 per claim and
$1,000,000 aggregate shall be required when the Contractor provides professional services that the County relies
upon.
2. Cyber Liability Insurance with minimum limits of $1,000,000 per claim and $1,000,000 aggregate shall be required
when the Contractor has access to County IT systems and/or stores County data electronically.
3. Commercial Property Insurance. The Contractor shall be responsible for obtaining and maintaining insurance
covering their equipment and personal property against all physical damage.
4. Liquor Legal Liability Insurance with a limit of $1,000,000 each occurrence shall be required when liquor is
served and/or provided by Contractor.
5. Pollution Liability Insurance with minimum limits of $1,000,000 per claim and $1,000,000 aggregate shall be
required when storage, transportation and/or cleanup & debris removal of pollutants are part of the services utilized.
6. Medical Malpractice Insurance with minimum limits of $1,000,000 per claim and $1,000,000 aggregate shall be
required when medically related services are provided.
7. Garage Keepers Liability Insurance with minimum limits of $1,000,000 per claim and $1,000,000 aggregate shall
be required when County owned vehicles and/or equipment are stored and/or serviced at the Contractors facilities.
8. Other Insurance Coverages as may be dictated by the provided product/service and deemed appropriate by the
County Risk Management Department.
General Insurance Conditions
The aforementioned insurance shall be endorsed, as applicable, and shall contain the following terms, conditions, and/or
endorsements. All certificates of insurance shall provide evidence of compliance with all required terms, conditions and/or
endorsements.
1. All policies of insurance shall be on a primary, non-contributory basis with any other insurance or self-insurance
carried by the County;
2. The insurance company(s) issuing the policy(s) shall have no recourse against the County for subrogation (policy
endorsed written waiver), premiums, deductibles, or assessments under any form. All policies shall be endorsed to
provide a written waiver of subrogation in favor of the County;
3. Any and all deductibles or self-insured retentions shall be assumed by and be at the sole risk of the Contractor;
4. Contractors shall be responsible for their own property insurance for all equipment and personal property used and/or
stored on County property;
5. The Commercial General Liability and Commercial Automobile Liability policies along with any required supplemental
coverages shall be endorsed to name the County of Oakland and it officers, directors, employees, appointees and
commissioners as additional insured where permitted by law and policy form;
6. If the Contractor’s insurance policies have higher limits than the minimum coverage requirements stated in this
document the higher limits shall apply and in no way shall limit the overall liability assumed by the Contractor under
contract.
7. The Contractor shall require its contractors or sub-contractors, not protected under the Contractor’s insurance policies,
to procure and maintain insurance with coverages, limits, provisions, and/or clauses equal to those required in this
Contract;
8. Certificates of insurance must be provided no less than ten (10) Business Days prior to the County’s execution of the
Contract and must bear evidence of all required terms, conditions and endorsements; and provide 30 days’ notice of
cancellation/material change endorsement.
9. All insurance carriers must be licensed and approved to do business in the State of Michigan along with the
Contractor’s state of domicile and shall have and maintain a minimum A.M. Best’s rating of A- unless otherwise
approved by the County Risk Management Department.
EVENT 005160 – REQUEST FOR PROPOSAL
OVERVIEW:
The Facilities Planning & Engineering (FPE) division is responsible for the Project Management of major
construction and renovation projects undertaken by the County. It oversees the cost estimating, planning, design,
construction, inspections and testing of new County-owned facilities, roads, parking lots, and utilities.
FPE is also responsible for design and construction management of interior renovation projects, design and
coordination of furniture installation, and move management services for existing County buildings. In addition, it
performs planning for exterior building maintenance projects such as roofing, caulking, waterproofing, masonry
restoration, window replacement, parking lots and sidewalks.
FPE prepares the five-year Capital Improvement Plan (CIP), forecasts future County space needs, and prepares the
Facility Master Plan, along with maintaining space allocation, assignment data and more than 12,000 facility
record drawings and campus utility infrastructure records. FPE also provides technical support to Facilities
Management Administration and FM&O.
PART 1: ADMINISTRATIVE
INTRODUCTION:
Oakland County Compliance Purchasing, on behalf of the Facilities Planning & Engineering (FPE) is seeking
vendor proposals for Architectural / Engineering firms (hereto referred as A/E) to submit a Proposal to provide full
Architectural and Engineering services for the site planning, budget review, design, construction documents,
construction bid assistance and administration of the construction contract for multiple new buildings (Building #1:
Emergency Operations Center “EOC”, Building #2: Sheriff’s Office Training Center “SOTC”, Optional Building
#3: Strategic Storage Facility “SSF”) as detailed in Section 4: Scope of Services.
Firms are invited to submit a Proposal for services required in this RFP in accordance with all documents which
are attached hereto, made a part hereof, and form the Contract Documents which may result from this RFP.
The purpose of this competitive sealed RFP is to promote and ensure the fairest, most efficient means to obtain the
best value to Oakland County, i.e. the proposal offering the best value, which shall be assessed in accordance
with the established evaluation criteria set forth in this RFP. Organizations interested in submitting a proposal in
response to this RFP shall be referred to as “VENDOR” or “CONTRACTOR”.
In order for Oakland County to evaluate vendor’s response in a timely manner, please thoroughly read
this RFP and follow instructions as presented.
Oakland County posts all bids/RFPs on the Michigan Inter Governmental Trade Network (MITN). This includes
the RFP documents which may include, but are not limited to, the following information and documents:
A. Solicitation Document
Mailing Label for hard copy submissions and/or copies of submissions, required sample, required
submittals.
Proposal Form, that includes:
Event number and title.
Response due date and time.
Index of RFP documents.
Terms and conditions. It is the vendor’s responsibility to review and observe all RFP
terms and conditions.
Insurance requirements.
Iran Linked Business Certification with Signature page.
Specifications/Scope of Work.
Drawings or plans, if required.
Maps, if required.
Non-Disclosure form, if required
Miscellaneous information, if required.
B. Due dates.
The due date and time for proposal submission will be posted in the following areas:
EVENT 005160 – REQUEST FOR PROPOSAL
MITN website.
Noted on the first page of the RFP solicitation document
On the RFP Mailing Label if one is used. (Should there be a change in the due date or time, an
addendum will be issued and a revised RFP Mailing Label will be provided and posted on MITN.
C. Vendor Questions and communication
Vendors will have the opportunity to ask questions to clarify specifications. All questions are to be emailed
to the buyer listed unless another arrangement has been specified in the RFP. All information related to
question dead line date and time will be posted on the MITN Bid/RFP posting. Any changes to the date or
times will be documented with an addendum and posted on MITN.
RESTRICTION ON COMMUNICATION: From the issue date of the RFP until a firm is s
elected and the selection announced, a prospective Firm shall not communicate about the subject of
the RFP or any Firm’s Proposal with the FPE Owners, Oakland County Board of Commissioners, or
any individual member, administrator, directors, staff, Oakland County Consultants or employees or
such listed above involved in this specific RFP or A/E solicitation and interview selection process
except as permitted by the Requests for Clarifications through Oakland County Purchasing, Buyer, Joan
Daniels danielsj@oakgov.com 248 326 8391
D. Required documents for the successful vendor.
Upon contract award successful vendor will be required to provide the following:
Insurance document as noted in the proposal form.
Performance and Payment Bonds
Background Checks
Successful vendor will be required to submit either or both: Sheriff’s Office
AND/OR Protective Services Central Registry Clearance Request
PART 2: EVALUATION
Oakland County uses a juried selection process. Interested firms will present a written proposal to Purchasing by
the deadline stated. A selection committee will review and score all proposal submitted.
The County may, at its option, employ a second phase of the selection process consisting of an oral presentation of
the vendor’s proposal, an interview, or a combination of the two.
PART ONE SCORING (1 – 75 Possible Points)
Understanding of Project Requirements and Requested Services 10 Points
Project Team, Consultants and Key Personal Assigned to the Project 15 Points
Related Experiences and Past Performances on Similar Project 15 Points
Location to Project Site and Job Responsiveness 5 Points
Quality Assurance / Quality Control 10 Points
Current Workload and Timeline of Schedule 5 points
Proposal Fees 15 Points
PART TWO SCORING (1 – 25 Possible Points added to Part One Score)
Selected / Invited Finalist Interviews 25 Points
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Total Possible Evaluation Points Possible 100 Points
EVENT 005160 – REQUEST FOR PROPOSAL
PART 3: PROPOSAL
Vendor’s proposal shall be submitted as noted: Online
The vendor’s submission as an online submission uploaded in the MITN/Bidnet System. It is the vendor’s
responsibility to follow the directions for submission.
Information and instructions for submitting online submissions as follows:
Online submissions – The online submission must include all documents in a PDF format unless
otherwise noted. Online submissions are only to be uploaded into the MITN system. Emailed
submissions or hard copy submissions will not be accepted as your official response (see note
below)
To upload your proposal in the MITN system, save your completed proposal to your computer
hard drive as a PDF file.
NOTE: Upload the complete electronic version of your response to the County bid site at
https://www.bidnetdirect.com/mitn. The electronic version uploaded will be the
OFFICIAL response to be considered and evaluated.
In addition, please submit five (5) additional hard copies of the RFP responses of the proposal for the
evaluation team and consensus scoring. We expect multiple responses and the hard copies help with the
review process when that occurs. The County can accept standard mailing deliveries, or they can be
dropped off at the building security desk. MASKs must be worn when entering the building. The
uploaded electronic version to the BidNet site is the official response that takes
precedence.
The County would prefer these in hand by the end of business, March 18, 2021 to the following address:
1. PROPOSAL
In general proposals should be prepared in a simple and economical fashion. Proposals must be organized
as described below. When documents have been provided vendors must use those documents. Failure to
follow proposal format could result in the rejection of your proposal.
Page 2: Iran Linked Business Certification with Signature page (usually page 2 of the
Solicitation document – under “I have reviewed the terms and conditions, etc.)
COVER LETTER
A cover letter stating your interest and expertise in this project type and signed by the person
who will have contract authority over this project. Provide an overview of the key areas of
the proposal and summarize the proposer’s position as to why your firm should be selected.
SECTION 1. COMPANY BACKGROUND
Description of your firm and related services and historical information of the business.
Provide legal company name, mailing address, phone and fax number and electronic
resource information (website address, social media sites, etc.)
Note: if this is a joint venture provide the corresponding information for all participating
firms /individuals.
Firm Point of Contact, provide the name of the project representative, title, firm name,
telephone and e‐mail address.
Note: Provide information on any law suits or legal actions your company has been
involved in during the past 2 years.
SECTION 2 PROJECT TEAM
Organizational chart of the proposed team, provide the organizational makeup of the
project team and the names and roles of all key personal from your firm. If your firm has
branch offices, indicate each individual office that will have a key role on the team.
Consultants Provide brief description of all design consultants that will be part of the team ,
including but not limited to the following:
Emergency Operations Designers,
Security Designers, Civil Engineers,
Wetlands Engineers,
Landscape Architects,
Design Architects,
Structural Engineers,
Mechanical Engineers,
Plumbing Engineers,
Electrical Engineers,
Food Service Consultants)
Resumes of key personal for this project, provide the information of each key person who
will participate on this project. Group by firm with personal lead firm or joint venture
partner firms first. Keep each resume to (1) page length maximum and include the following
information:
• Name of each team member
• Role on this project
• Years of experience
EVENT 005160 – REQUEST FOR PROPOSAL
• All A/E firm respondents should note that only the first phase (Schematic Design) phase and
Construction Manager estimates have been approved by the Oakland County Board of
Commissioners. Once Schematic Design phases is completed FPE, A/E along with the Construction
Manager will be required to make a full Board of Commissioner presentation of the proposed
design solutions and budget estimates to acquire final board approvals and funding to move the
project forwards to the Design Development phases and beyond.
• Provide your Firms Billable Hourly Rate Schedule for all applicable positions that your Firm
intends to use for additional service compensation for the duration of the Project. This should include
all/any sub‐consultants included in your base Proposal. This Hourly rate schedule will remain firm
for the duration on the project which may take 2 to 3 years from award of contract.
• Reimbursable expensive shall be listed for all cost and fees not included in the A/E ‘s total lump
sum fee proposal.
• Note the total number of expected hours to complete the contract.
OBJECTIVE: It has been determined by the Oakland County FPE staff and planning consultants
the need for development of 2 possibly 3 new buildings located at the Oakland County existing
undeveloped Vanguard Site. The +/‐ 88‐acre Vanguard Site is located just south of the Oakland County
Services Center Campus on the east side of Telegraph Road and is large enough to accommodate multiple
buildings with room for future growth as determined by the County. Adjacent utilities can be brought
to the site from Telegraph and Vanguard Drive, including power, communications, water and
sanitary. The site development needs to be designed to maintain natural features and avoid wetlands where
possible while maximizing buildable areas.
EVENT 005160 – REQUEST FOR PROPOSAL
The proposed Building #1; Emergency Operations Center “EOC”, Building #2; Sheriff’s Office Training
Center “SOTC” and Optional Building #3; Strategic Storage Facility “SSF” are to be possibly located on
the Northern side of the site adjacent to similar functions at the Sheriff’s East Annex Building and Sheriffs
Main Jail Building. Water service will be provided from the south along Vanguard Drive while sanitary
service will be connected from an existing line on the north side of the site. Power and communications are
being brought directly from Primary Campus Switch Gear and Information Technology Department from
the west. The existing site will require development of a new North / South access road between
Vanguard and County Center Drive, along with spur roads to each building site and parking lots, this
site development work will be included within the A/E’s scope of work.
The new EOC Facility will replace a significantly inadequate structure to house the county’s
Emergency Operations Center and Emergency Management Operations and Building Safety Departments.
The building will be resilient and leading‐edge construction, meeting current Department of Defense
and Federal Emergency Management Agency building construction guidelines for safety and include
state of the art technology systems.
It is fully intended and expected that the A/E firm selected for these projects and specifically
Building #1 will have previous experience on this specific building type as an independent firm or will
bring on to the A/E team a specialty design consultant for this specific building type. This experience /
team member requirement will be essential in A/E proposal review and evaluation.
The EOC building and program functions are to be designed with standards to respond to anti‐terrorism and
storm shelter standards. This building will be a mission critical facility with redundant MEP
systems and hardened architecture allowing it to function under severe conditions. This building follows
safety guidelines created by the Department of Defense and Federal Emergency Management Agency.
The cost of this building reflects its functionality and is significantly higher than other building types.
The EOC building may be located at the North edge of the site among wetlands, stream, and
mature trees, is secluded. Natural qualities of the parcel will be maintained as much as possible. It is
Oakland County’s preference for these projects to be out of the public eye. The building and parking lots
will be surrounded by an ornamental anti‐ram security fence as well as a landscaped anti‐vehicle
boulder barrier. These barriers will maintain a 100‐foot distance or greater distance from the building
to create a safe stand‐off distance.
The EOC building will have redundant mechanical, electrical, and plumbing systems. Chillers, air
handlers and generators will be located inside the structure with outdoor storage space required for back
up fuel for generators and HVAC which will be on the site and shielded from view.
The EOC building consists of three related but separate programs. These three programs function
independently with separate entries and parking lots.
This proposed EOC building requires durable construction to withstand extreme conditions. Window
openings will be limited with hurricane resistant glazing systems. Interior partitions will be of
conventional construction including CMU partitions for durability, DIRTT systems and gypsum board
EVENT 005160 – REQUEST FOR PROPOSAL
partitions to allow for easy future renovations when needed. The building provides adequate space for all
program functions. Break rooms, locker rooms, restrooms and mechanical systems may be shared to avoid
redundancies and increase efficiencies.
The EOC building and site will require a “communications” tower of approximately 250’ – 350’ in height,
located near the building and on the higher points of the existing site. As part of the A/E firm work scope
will be required to provide design for this tower and meet the local zoning requirements, State and
national building codes and the FAA requirements for the nearby International airport flight
restrictions.
The new SOTC Facility will house Sheriff training functions including meeting rooms, indoor gun ranges,
simulated gun ranges and other training spaces. The building will be practical in function and
appearance and design. The building will be a modest industrial type building. The cost of this
building is higher than other industrial type buildings due to the specialize firearm ranges. The
firearm range will have specialized equipment as well as specialized construction.
The SOTC building layout includes indoor gun ranges, associated equipment and acoustic
separations, office, training, and support facilities that will share facilities such as locker rooms with the
rest of the facility. The building will have a functional aesthetic with some prominence given to the
public entrance and lobby. There is an entry lobby with lounge seating at the entrance which will serve
as a focal point. The building will focus on practicality and durability.
The optional SSF Facility if not approved to go forward as a 3rd building on the property will have a
portion of its building program added to the program of the SOTC Facility. The SSF Facility will
function as a vehicle storage garage for Homeland Security and Oakland County Sheriff Marine
Division and includes storage of County’s strategic personal protection equipment.
The SSF vehicle and equipment storage as well as office and workshop facilities will be in the
building. The construction will be industrial and functional to fit its utilitarian use. The attached
office space will serve the basic functions of organizing and maintaining the space with enclosed
offices, support rooms, and restrooms. The Sheriff workshop will support the needs of the storage
spaces with machine shops and space for parts and tools. Also included in the programed space
will be for Oakland County’s Public Safety Storage space, containing room for emergency
supplies for multiple scenarios, with loading space located at the rear of the building.
As it is not intended for these buildings and site development to acquire LEED certificates at completion, it
is fully the intent of FPE and Oakland County to have these projects be environmentally responsible and
sustainable. The A/E team must have experiences and practice sound design techniques and
recommendations for a development that will meet or exceed the minimum certification level of
LEED to all extents practically in the design and construction of these projects.
At no point should these concept building outlines and programs be considering the final solution and it
will be the A/E firms’ responsibility to develop and present their own final solution, recommendations,
EVENT 005160 – REQUEST FOR PROPOSAL
and design for these projects. The information provided above and, in the appendix, should only be
considered a starting point for the A/E’s Programing and Schematic Design phase of the project.
This budget is based on the conceptual solution in appendix and the A/E will be responsible to provide
schematic estimating for the final project design solution. This schematic estimate will be used
during the Construction Manager procurement phase of the project. The A/E will then be required to
provide input and assistance to the Construction Manager in future budget estimates and tracking thru out
the project development.
A/E RESPONSIBILITY: FPE and Oakland County Purchasing Division is seeking professional
Architectural/ Engineering consultants for these proposed new building’s designs and documents and site
development.
The typical services anticipated by the A/E, may include but are not limited to as described in Article 3 of
the AIA B101‐2017 contract and as listed below.
The specific expected services anticipated by the A/E, are general outline items previously listed, but in
addition the specific list of items below are also to be include in the A/E services.
I. The A/E firm project team (including specialty consultants) is fully intended and expected to
have previous experience with “Emergency Operations and Management center Building Types”.
Specifically, the specialty construction requirements and guidelines that are required for Building
#1 will have previous experience on this specific building type as an independent firm or will bring
on to the A/E team as a specialty design consultant for this specific building uniqueness.
II. The A/E Firm shall be responsible for the professional quality, technical accuracy, and the
coordination of all design disciplines, construction documents, specifications and other services
furnished by the A/E Firm’s state‐licensed engineer or architect under this RFP. The A/E Firm
shall, without additional compensation, correct or revise any errors, omissions, or deficiencies
in its designs, construction documents, specifications and other services.
III. The A/E Firm will be responsible to verify all existing conditions within the project site
including but not limited to underground utilities, existing buildings or structures, pavement
condition, hazardous materials, storm water drainage, and soil conditions. A/E Firm’s verification
must include horizontal and vertical locations of the existing conditions.
IV. The A/E Firm shall work in conjunction with other project members including but
not limited to Oakland County and its Departments, sub‐consultants, Construction Managers,
General Contractors, specialty A/E Firms, if any, hired by Oakland County as part of the project
under this RFP, the state and local governmental agencies. The A/E Firm acknowledges the
FPE and Oakland County is relying on the A/E Firm’s special skills and expertise in projects of
the type herein. The A/E Firm represents to FPE and Oakland County that the A/E Firm’s
services will be performed as expeditiously as is consistent with the standard of care and the orderly
progress of the Project.
V. Conduct design review conferences to obtain FPE and each Departmental Staff design
comments and resolve design matters.
EVENT 005160 – REQUEST FOR PROPOSAL
VI. Prepare detailed drawings and specifications for all work associated with the projects in
compliance with current and related design standards, as well as incorporating other
applicable codes, rules, regulations, and laws as required.
VII. Prepare the bid document including scope of work, specifications, minimum
qualifications, FPE and Oakland County terms and conditions, instructions, and other
language found in the County’s Bid template and/or AIA documents. Participate in elements
of the bidding process with the Construction Manager.
VIII. Provide consulting services and recommendations to FPE and its Construction Manager
during all phases of project construction.
IX. Attend and assist the FPE Staff at all construction meetings and conferences as required.
X. Observe work in progress, document quantities of work completed, and maintain field
investigation reports including relevant information associated with the work. Review shop
drawings submitted by the Construction Manager to ensure compliance with the design drawings
and specifications. Review requests for information submittals, and any other documents related
to construction and design by the Construction Manager to ensure compliance with the design
intent as required.
XI. Review Contractor change order requests and consult with FPE Staff and Construction
Manager on applicability to the project(s) based on the construction contract terms and conditions.
XII. Observe construction, document field progress, observe differing site conditions, and
observe change order work.
XIII. Review draft pay applications and approve quantities for payment.
XIV. Make reviews at substantial completion and prepare punch lists.
XV. Review operation and maintenance manuals, and witness start‐up of electrical and
mechanical systems. (note the owner will be engaging an independent commission agent for the
projects, which the A/E will need to coordinate with)
XVI. Prepare final design reports detailing all changes from final design, prepare final
CAD drawings illustrating “as‐built” conditions.
XVI. The proposed project will require to go to the City of Pontiac for site plan approval and all
necessary applications and permits, the A/E firm will be required to facilitate these efforts as
standard services for the project work scope and attend necessary approval meetings with the
owner.
XVII. Telecommunications and Data design for IT and security in these projects. The EOC
building will require a large amount of IT technology design along with normal building security.
The SOTC and SSF buildings will also require minimum amount of IT and security design. The
A/E team will be expected to work with Oakland County IT Departments and Building Safety
Departments and staff to included and incorporate the necessary work required for CSI divisions 26
and 27 as part of the work scope responsibility and contract documents for bidding and
construction. (These tasks are roughly described but not limited in AIA Articles 4.1.1.21. and
4.1.1.22 of the contract`)
• The above outline schedule is only preliminary and will be adjusted as needed for various Oakland
County approval process thru the different departments and Board of Commissioners requirements. This
outline schedule is provided as a tool for proposing A/E firms to scheduling their workload
demands by these projects in accommodating the specific Oakland County needs.
• The A/E design team is expected to commence Program Development / Completion and Schematic
Design phase immediately once notified of the intent to award the contract in April 2021.
• The A/E design team will be required to pause the project at the phasing points while the
project budgets and scopes are reviewed and approved by Oakland County departments and Board
of Commissioners requirements. This scheduled down time needs to be accounted for in the A/E
proposals responses.
• Once the project is approved and fully funded by Oakland County it will be expected that the A/E
design team will immediately commence completion of the Design Development / Construction Document
phase’s in conjunction with the Construction Manager.
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
Building #1
Oakland County
Emergency Operations Center (EOC)
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
The new EOC Facility will split the building function between two groups including the County’s Emergency
Operations Center and Emergency Management Operations departments. The building will be resilient and leading‐
edge meeting current Department of Defense and Federal Emergency Management Agency guidelines for safety and
include state of the art technology systems.
Area Quantity Total
Office / Support
Lobby 1,900 sf 1 1,900 sf
Offices 125 sf 9 1,125 sf
Workstations 75 sf 10 750 sf
Small Conference Room 300 sf 2 600 sf
Large Conference Rooms 600 sf 1 600 sf
Training Room 800 sf 3 2,400 sf
Copy / Work Room 250 sf 1 250 sf
Files / Storage 600 sf 1 600 sf
Subtotal 8,225 sf
25% Circulation Increase
TOTAL 10,282sf
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
Area Quantity Total
Shooting / Weapons
200‐yard Shooting Range 7,200 sf 1 7,200 sf
50‐yard Shooting Range 7,750 sf 2 15,500 sf
25‐yard Target Lane 2,300 sf 1 2,300 sf
Firearms Simulator 800 sf 1 800 sf
Live Fire Shoot House 2,750 sf 1 2,750 sf
Room Outside Shoot House 300 sf 1 300 sf
Ammunition Storage 375 sf 1 375 sf
Target Storage 875 sf 1 875 sf
Armory Weapon Storage 575 sf 1 575 sf
General Storage 200 sf 1 200 sf
Control Room 200 sf 1 200 sf
Defensive Tactics 1,250 sf 1 1,250 sf
Weapons Cleaning 600 sf 1 600 sf
Weapons Repair Workshop 300 sf 1 300 sf
SWAT Room 1,000 sf 1 1,000 sf
Subtotal 34,225 sf
25% Circulation Increase
TOTAL 42,782sf
Group Rooms
Break Room 1,000 sf 1 1,000 sf
Fitness 1,200 sf 1 1,200 sf
Merchandise 1,000 sf 1 1,000 sf
Laundry Room 175 sf 1 175 sf
Training Library 300 sf 1 300 sf
Gymnasium 10,000 sf 1 10,000 sf
Subtotal 13,675 sf
25% Circulation Increase
TOTAL 17,093sf
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
Area Quantity Total
Lockers and Restrooms
Women’s Lockers 2,000 sf 1 2,000 sf
Men’s Lockers 4,000 sf 1 4,000 sf
Women’s 200 sf 2 400 sf
Men’s 200 sf 2 400 sf
Subtotal 6,800 sf
25% Circulation Increase
TOTAL 8,500sf
Storage Rooms
Ammunition Storage 250 sf 1 250 sf
Target Storage 250 sf 1 250 sf
Armory Weapon Storage 150 sf 1 150 sf
General Storage 200 sf 1 200 sf
Janitor Closets 50 sf 2 100 sf
Facilities Workshop 500 sf 1 500 sf
Subtotal 1,450 sf
25% Circulation Increase
TOTAL 1,813sf
Support Spaces
Loading Docks 750 sf 2 1,500 sf
Security 300 sf 1 300 sf
Strategic Storage 800 sf 2 1,600 sf
Mechanical and Electrical 5,000 sf 1 5,000 sf
Generator 1,000 sf 1 1,000 sf
MDF IT Room 250 sf 1 250 sf
Subtotal 9,650 sf
25% Circulation Increase
TOTAL 12,063sf
Building #2 Oakland County Sheriff’s Office Training Center (SOTC)
Building Total Estimated Square Foot Area 92,533sf
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
Building #3
Oakland County
Strategic Storage Facility (SSF)
The new SSF Facility will functions as a vehicle storage garage for Homeland Security and Oakland County Sheriff
Marine Division and includes storage of strategic personal protection equipment (PPE).
NOTE:
The optional SSF Facility if not approved to go forward as a 3rd building on the property will have a portion of its
building program added to the program of the SOTC Facility.
Area Quantity Total
Vehicle Storage
Homeland Security 8,000 sf 1 8,000 sf
SWAT Vehicles 20,000 sf 1 20,000 sf
Sheriff Marine Division 20,000 sf 1 20,000 sf
Motor Vehicles 10,000 sf 1 10,000 sf
Repair 7,000 sf 1 7,000 sf
Storage 500 sf 1 500 sf
Women’s 200 sf 2 400 sf
Men’s 200 sf 2 400 sf
Offices 125 sf 8 1,000 sf
Janitor Closets 50 sf 2 100 sf
Subtotal 67,400 sf
25% Circulation Increase
TOTAL 84,250sf
Strategic Storage
Storage Wearhouse 25,000 sf 1 25,000 sf
Loading Docks 7500 sf 2 1,500 sf
Subtotal 26,500 sf
25% Circulation Increase
TOTAL 33,125sf
Area Quantity Total
APPENDIX (A)
CONCEPTUAL SPACE PLANNING PROGRAM REQUIREMENTS
Workshop
Machine Workshop 5,000 sf 1 5,000 sf
Material Storage 500 sf 1 500 sf
Tool Storage 500 sf 1 500 sf
Women’s 200 sf 1 200 sf
Men’s 200 sf 1 200 sf
Subtotal 6,400 sf
25% Circulation Increase
TOTAL 8,000sf
Support Spaces
Mechanical and Electrical 2,000 sf 1 2,000 sf
Generator 1,000 sf 1 1,000 sf
MDF IT Room 250 sf 1 250 sf
Subtotal 3,250 sf
25% Circulation Increase
TOTAL 4,063sf
Building #3Oakland County Strategic Storage Facility (SSF)
Building Total Estimated Square Foot Area 129,400sf
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
Vanguard Site Map
Oakland County existing undeveloped Vanguard Site. The 88‐acre Vanguard Site is located just south of the
Oakland County Services Center Campus on the east side of Telegraph Road and is large enough to accommodate
multiple buildings with room for future growth as determined by the County.
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
Site Features and Restrictions
This proposed site is bounded by Telegraph Road and County Center Drive E to the west, the railroad to the east,
and Vanguard Drive to the south. The site’s location makes it significantly shielded from view from major roadways.
Its buildable area, as defined by the existing wetlands study, is approximately 42 acres (noncontiguous) after
considering standoff distances, wetlands delineation, potential rights of way, and woodlots. The site contains
extensive wetlands, elevation changes updated delineation is recommended prior to site layout, paying special
attention to the extent of disturbance at access points. The woodlot in the center of the site is reported to be
protected.
This site can accommodate multiple buildings, drives parking / shared parking for the EOC and SOTC buildings and
the SSF building. As noted, the proposed buildings of this RFP scope of work are intended to be along the Northern
edge of the site near the Sheriff Jail facilities and shielded from view of the major highways. A parcel area has been
defined in the southwest corner of the site for future development by Oakland County and is not available for
development under this RFP scope of work.
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
Building #1
Oakland County
Emergency Operations Center (EOC)
This proposed conceptual “bubble” diagram is to show possible relationships of the shared programed spaces
within the building facility and is not intended as the final solution to this design project. The A/E team will
be fully responsible to work with the various owner groups and refine the space program and provide
recommendations for building efficiencies to provide the most efficient and economical solution for Oakland
County.
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
Building #2
Oakland County
Sheriff’s Office Training Center (SOTC)
This proposed conceptual “bubble” diagram is to show possible relationships of the shared programed spaces
within the building facility and is not intended as the final solution to this design project. The A/E team will
be fully responsible to work with the various owner groups and refine the space program and provide
recommendations for building efficiencies to provide the most efficient and economical solution for Oakland
County.
APPENDIX (B)
CONCEPTUAL SITE LOCATION SOLUTION
Building #3
Oakland County
Strategic Storage Facility (SSF)
This proposed conceptual “bubble” diagram is to show possible relationships of the shared programed spaces
within the building facility and is not intended as the final solution to this design project. The A/E team will
be fully responsible to work with the various owner groups and refine the space program and provide
recommendations for building efficiencies to provide the most efficient and economical solution for Oakland
County.
APPENDIX (C)
CONCEPTUAL BUDGET MODEL
APPENDIX (C)
CONCEPTUAL BUDGET MODEL
APPENDIX (C)
CONCEPTUAL BUDGET MODEL
Building #1
Oakland County
Emergency Operations Center (EOC)
The new EOC Facility will be a single facility with highly specialized construction that responds to Anti-Terrorism and
Storm Shelter standards. Possible high-level design requirements that govern specialized construction are:
• Tornado and hurricane shelter (wind-borne debris, flooding)
• Anti-terrorism design: blast resistance, contaminant control, security
• Redundancy in all building systems, backup, shutoff
• Redundancy in site utilities
Probable Construction Cost including “hard” cost and “soft” cost for the project design, site development and
building construction and occupancy for the new EOC Facility are based on a range of +/- $634.00 per square foot
cost.
The estimated probable cost is based on 2020 industry standard pricing per square foot per item. Base on the
conceptual program of +/- 76,353 square foot estimated space requirements the overall project conceptual budget
for the scope presented in this RFP for Building #1 EOC is approximately $48,407,802.00; ($48 Million Dollars).
Note: This estimated construction cost is only an estimate and will be refined by the FPE and A/E and Construction
Manager as the project develops and the final building program is resolved, and design development is completed.
Final project program, design and budgets will be presented to Oakland County Administration by FPE, A/E and
Construction Manager team to Oakland County Administration and will be adjust as directed for the total project
scope and building budget for final financing by Oakland County.
APPENDIX (C)
CONCEPTUAL BUDGET MODEL
Building #2
Oakland County
Sheriff’s Office Training Center (SOTC)
The new SOTC Facility will house Sheriff’s training functions including meeting rooms, indoor gun ranges, simulated
gun ranges and other training spaces. Also included will be hazardous weapon and ammunition storage for the
Sheriff’s department.
The SOTC has extensive indoor and outdoor shooting requirements, additionally, possible exterior shooting
functions may be desirable on the Vanguard Property nearby this building. near other buildings. Extensive acreage
is necessary for training functions below,
• CREST Training Facility
• Clay target shooting range
The new SOTC Facility will be a single facility envisioned to be traditional construction and may include some large
open areas as “industrial building” construction technique and design.
Probable Construction Cost including “hard” cost and “soft” cost for the project design, site development and
building construction and occupancy for the new SOTC Facility are based on a range of +/- $272.00 per square foot
cost.
The estimated probable cost is based on 2020 industry standard pricing per square foot per item. Base on the
conceptual program of +/- 92,533 square foot estimated space requirements the overall project conceptual budget
for the scope presented in this RFP for Building #2 SOTC is approximately $25,168,976.00; ($25 Million Dollars).
Note: This estimated construction cost is only an estimate and will be refined by the FPE and A/E and Construction
Manager as the project develops and the final building program is resolved, and design development is completed.
Final project program, design and budgets will be presented to Oakland County Administration by FPE, A/E and
Construction Manager team to Oakland County Administration and will be adjust as directed for the total project
scope and building budget for final financing by Oakland County.
APPENDIX (C)
CONCEPTUAL BUDGET MODEL
Building #3
Oakland County
Strategic Storage Facility (SSF)
NOTE:
The optional SSF Facility if not approved to go forward as a 3rd building on the property will have a portion of its
building program added to the program of the SOTC Facility which will change its project scope, program, and
estimated budget.
The new SSF Facility will primarily be a storage garage type of building for vehicle storage garage for Homeland
Security and Oakland County Sheriff Marine Division and includes storage of strategic personal protection
equipment.
The new SSF Facility will be a single facility envisioned to be a pre-engineered metal building construction
technique and design.
Probable Construction Cost including “hard” cost and “soft” cost for the project design, site development and
building construction and occupancy for the new SSF Facility are based on a range of +/- $114.00 per square foot
cost.
The estimated probable cost is based on 2020 industry standard pricing per square foot per item. Base on the
conceptual program of +/- 129,438 square foot estimated space requirements the overall project conceptual budget
for the scope presented in this RFP for the optional Building #3 SSF is approximately $14,755,932.00; ($15 Million
Dollars).
Note: This estimated construction cost is only an estimate and will be refined by the FPE and A/E and Construction
Manager as the project develops and the final building program is resolved, and design development is completed.
Final project program, design and budgets will be presented to Oakland County Administration by FPE, A/E and
Construction Manager team to Oakland County Administration and will be adjust as directed for the total project
scope and building budget for final financing by Oakland County.