Request for Qualifications for Design Services for Downtown Restroom / Pocket Park

expired opportunity(Expired)
From: City of Asheville(City)
298-U2213FY23

Basic Details

started - 23 Jan, 2023 (15 months ago)

Start Date

23 Jan, 2023 (15 months ago)
due - 13 Feb, 2023 (14 months ago)

Due Date

13 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
298-U2213FY23

Identifier

298-U2213FY23
City of Asheville

Customer / Agency

City of Asheville
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Qualifications Issue Date: 01/23/2023 Project Name: Downtown Restroom / Pocket Park Project Number: 298-U2213FY23 Pursuant to North Carolina General Statute 143-64.31, Statements of Qualifications for Professional Services will be received by the City of Asheville for the following: Description of Work: The City of Asheville NC is seeking qualified firms and or design teams interested in providing landscape architecture/urban design, engineering, and surveying services for site design of a downtown “pocket park” that will include a prefabricated restroom facility. The main focus of this project is to design a site for a prefabricated (https://portlandloo.com/ or equal) restroom facility that would be accessible 24/7. In addition the consultant will be required to design improvements to the existing area to create a safe welcoming environment around the restroom facility. The site is an existing “pocket
park” located on College Street on the south side of the Rankin Avenue parking deck that includes an existing bus stop, congregation area, and miscellaneous site utilities. Federal American Rescue Plan Spending (ARPA) is a funding source for this project. Qualifications Schedule: Issuance of RFQ Monday, January 23, 2023 Deadline to Submit Questions Friday, February 3, 2023, 4:00pm Final Addendum issued (if applicable) Monday, February 6, 2023 Qualifications Due Monday, February 13, 2023, 4:00pm Projected Start Spring, 2023 Solicitation Documents: This Request for Qualifications (RFQ) is posted on the City procurement website at www.ashevillenc.gov/bids. This is the official source of this solicitation. All updates to this solicitation shall come in the form of published addenda and shall be published to the same location. The City will not be responsible for full or partial sets of Contract Documents including any addendum obtained from any other source. Letters of Interest and Statements of Qualifications must be electronically submitted via email to: Capitalprojects@ashevillenc.gov The Statement of Qualifications must be in PDF format, no larger than 20 MB and may not be City of Asheville - Downtown restroom project page 1 of 7 https://portlandloo.com/ http://www.ashevillenc.gov/bids zipped. Any addenda to the RFQ will be posted within 72 hours of the submittal deadline and will be posted at the procurement website listed previously. The City of Asheville reserves the right to reject any or all Letters of Interest and Statements of Qualifications. Information: All questions concerning this Request for Qualifications (RFQ) should be submitted via email to: Dustin Clemens, Program Manager dclemens@ashevillenc.gov Asheville Business Inclusion Plan: Asheville Business Inclusion Policy: The City of Asheville has adopted the Asheville Business Inclusion Policy to encourage women and minority businesses' participation in the public bidding process. The purpose of this outreach effort is to increase the likelihood of availability and utilization of MWBEs in the award of contracts. Bidders are hereby notified that this RFQ is subject to that Policy's provisions. Questions regarding the Asheville Business Inclusion Policy may be directed to the ABI Office, City of Asheville, Post Office Box 7148, Asheville, NC 28802-7148 or by phone at (828) 259-8050 or by email abi@ashevillenc.gov. For more information visit the Asheville Business Inclusion webpage at: https://www.ashevillenc.gov/department/community-economic-development/business-inclusion/ Bidders are invited to show proof of MWBE status, including NC Office of Historically Underutilized Businesses or other MWBE certifications. If not already certified with the ABI Office at the City of Asheville, bidders are further invited to become certified with the City of Asheville as an MWBE vendor. Please use this link: ABI Certifications. It is the Policy of the City to (1) provide minorities and women an equal opportunity to participate in all aspects of its contracting and procurement programs and (2) to prohibit all discrimination against persons or businesses in pursuit of these opportunities. Certification of a Drug-Free Workplace: Prospective Consultants are notified that the City of Asheville has adopted a Drug-Free Workplace Policy requiring successful firms to ensure that a drug-free workplace is provided in the performance of any City of Asheville contract. By submitting a Letter of Interest and Statement of Qualifications, the Prospective Consultant certifies that if awarded the Contract, they and their subcontractors shall comply with the City’s Drug-Free Workplace Policy. The policy may be viewed at the following: https://drive.google.com/file/d/18cISzZvf-6fO_jKPX0nHsm-bE8kqRDQY/view?usp=sharing - End - City of Asheville - RFP - Downtown restroom project page 2 of 7 mailto:abi@ashevillenc.gov https://www.ashevillenc.gov/department/community-economic-development/business-inclusion/ https://asheville.seamlessdocs.com/f/CityofAshevilleCertifications https://drive.google.com/file/d/18cISzZvf-6fO_jKPX0nHsm-bE8kqRDQY/view?usp=sharing 1. SCOPE OF CONSULTANT SERVICES & PROPOSED PROJECTS: a. General Scope: It is the intent of the Capital Projects Department to contract with a qualified firm and or design team to provide landscape architecture/urban design, engineering, and surveying services for site design of a downtown “pocket park” that will include a prefabricated restroom facility. Any firm wishing to be considered must be properly registered & licensed within the state of North Carolina and have a good ethical and professional standing. The services required will be for the design and project administration of the downtown restroom project. This project will consist of site design of a “pocket park” that will include a prefabricated restroom facility. The site is approximately 3,800 sf and is located on College Street on the south side of the Rankin Avenue parking deck. The main focus of this project is to design a site for a prefabricated (https://portlandloo.com/ or equal) restroom facility that would be accessible 24/7. This will include but not be limited to restroom siting, pad design, and utility extensions (water, sewer, and power). Also included in this project is site improvements to the existing pocket park to create a safe welcoming environment around the restroom facility. This may include but not limited to: ADA/PROWAG compliance in the affected area, transit stop design, landscaping, congregation space(s), art, lighting, etc. Crime Prevention Through Environmental Design (CPTED) principles should be implemented through the design process. Generally, consultants shall have the capability to provide, design, survey, construction documents, permitting, bidding, and construction administration services as required for this project. Work may include, but shall not be limited to: detailed plan design, construction cost estimates, construction staging plan, temporary pedestrian and vehicular control plan(s), property owner and stakeholder identification, preparation of and acquisition of all necessary environmental documents and permits, preparation of construction documents, and inspection and testing services to supplement the City of Asheville inspection staff required for this project. Consultants will work with key representatives of both the Capital Projects Department, Transportation Department, Planning and Urban Design department, Parks Department and other related City Departments throughout all phases of project development. b. General Services Required: The selected firm might be required to perform and/or coordinate all the design and assessment services, which may include but not limited to the following: a. Landscape architecture/Urban design b. Surveying c. Civil engineering d. Public engagement e. Professional construction cost estimating c. Anticipated Schedule: The anticipated schedule of this project is as follows; Spring of 2023 start of design City of Asheville - RFP - Downtown restroom project page 3 of 7 https://portlandloo.com/ and Fall of 2023 start of construction. Project Site 2. Content Requirements for the Statement of Qualifications: (maximum 15 pages excluding the cover page, table of contents, dividers, etc. Miscellaneous Requirements, such as a statement of legal judgements against the firm or evidence of insurance, do not count toward the page limit) a. Cover Letter b. Prime Firm General Information 1. Name of the primary contact person with email address and phone number. c. Prime Firm Experience and Qualifications 1. Describe the prime firm's unique qualifications as they pertain to this type of work. 2. Include a description of the firm including in-house capabilities and any outsourcing services anticipated. a. Information should include firm history, names and credentials of principal officers of the firm, location of home and branch offices, honors and awards (if any) and areas of specialization (if any). d. Team Organization 1. Provide an organizational chart of the design team listing the key members that City of Asheville - RFP - Downtown restroom project page 4 of 7 would be directly involved in the project and what role they will perform. e. Key Team Professionals 1. Provide a description of the qualifications and experience of the key individuals from your team who will be actively involved in the work (including registration numbers of landscape architects, engineers, architects, etc.). a. Include the office location in which each key individual is located. Clearly identify each key individual’s experience with similar type projects, the specific role that individual performed, and the firm they were employed by at the time of the project work. f. Team Relevant Projects and References 1. List the past 5 contracts, currently in progress and/or preferably performed in the past 5 years comparable to this RFQ, as follows: 2. List only projects involving current staff, indicate which team members were actually involved in the project and specify their role. 3. List relevant projects in date order with the newest projects listed first. 4. Describe in detail the services your firm & sub-consultants (if any) provided and the outcome of the project (on-time, on-budget) 5. Experience in submitting for development permits and approvals as required by any and all. 6. regulatory agencies including but not limited to: the City of Asheville, the State of North Carolina, and Federal agencies. 7. Provide the client name for whom services were provided and the appropriate individual who may be contacted as a representative of each client (include name, position, phone number, email and address of contact) 3. Standard of Award: a. City of Asheville staff will evaluate all proposals received to determine the most qualified firms to provide such services on the basis of demonstrated competence and qualification for the type of professional services required, without regard to fee. b. The City may elect to short-list up to (3) three of the most qualified firms and conduct written or oral discussions as necessary to determine the best qualified firm. c. The City will negotiate a contract at a fair and reasonable fee with the best qualified firm, and will move to negotiating with the next best qualified firm only if the negotiations with the best qualified firm are unsuccessful. 4. Miscellaneous Information and Requirements of the Submittals: a. Prospective Consultants are notified of a City policy that prohibits contracting with persons or firms who are delinquent in the payment of ad valorem taxes owed to the City of Asheville. b. Provide a statement of any legal judgments against your firm within the last 5 years associated with project performance or professional liability. Upon request the firm shall provide clarification of the judgment. c. Any firm wishing to be considered must be properly registered with the Secretary of State of North Carolina, and possess appropriate professional licenses and City of Asheville - RFP - Downtown restroom project page 5 of 7 certifications. The contract will be subject to North Carolina law. d. The selected firm must have the financial ability to undertake the work and assume the liability along with an adequate accounting system to identify costs chargeable to the project. e. The specific individuals and sub-consultants listed in the proposal and assigned to key positions shall not be removed or replaced without the prior written approval of the City. f. The selected Firm shall be required to meet the following requirements as a minimum (and may be modified pending the date of the contract): 1. INSURANCE: The Successful Firm (Contractor) agrees to keep and maintain for the duration of this Agreement including but not limited to commercial general liability, professional liability, auto liability, workers’ compensation, employer’s liability, with at least the minimum limits shown below. Contractor shall provide evidence of insurance coverage consistent with this requirement prior to contract award. The Contractor shall furnish the City with certificates of insurance for each type of insurance described herein, with the City listed as Certificate Holder and as an additional insured on the Contractor’s general liability policy. In the event of bodily injury or property damage loss caused by the Contractor’s negligent acts or omissions in connection with Contractor’s services performed under this Agreement, the Contractor’s Liability insurance shall be primary with respect to any other insurance which may be available to the City, regardless of how the “Other Insurance” provisions may read. No work shall be performed until the Contractor has furnished to the City the above referenced certificates of insurance and associated endorsements, in a form suitable to the City. o Commercial General Liability: $1,000,000 per occurrence o Professional Liability: $1,000,000 per claim-made o Workers' Compensation: Statutory o Employer's Liability: $100,000 g. Nothing herein shall be construed as a waiver on the part of the City to any defense of any claim, including, but not limited to the defense of governmental immunity. h. INDEMNIFICATION: The successful firm (Contractor) shall indemnify, defend and hold harmless the City and its subsidiaries, divisions, officers, directors and employees from all liability, loss, costs, claims, damages, expenses, attorney fees, judgments and awards arising or claimed to have arisen, from any injury caused by, or allegedly caused by, either in whole or in part, any act or omission of the Contractor or any employee, agent or assign of the Contractor. This provision is not applicable to any claim arising out of or related to any active or primary negligence of or by the City, its officers or employees. i. E-VERIFY EMPLOYER COMPLIANCE: The selected firm and their subcontractors with 25 or more employees as defined in Article 2 of Chapter 64 of the NC General City of Asheville - RFP - Downtown restroom project page 6 of 7 Statutes must comply with E-Verify requirements to contract with governmental units. E-Verify is a Federal program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law. E-verify can be accessed via this link: https://www.e-verify.gov/ j. IRAN DIVESTMENT ACT CERTIFICATION: By submitting a proposal, the Firm certifies that, as of the date of submission, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147-86.58. In compliance with the requirements of the Iran Divestment Act and N.C. G.S. § 147-86.59, Firm shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. k. Ownership of Work Products The City shall have exclusive ownership of all intellectual property rights in all designs, plans and specifications, documents and other work product prepared by, for, or under the direction of the selected firm pursuant to any contract under this RFQ (collectively, the “Intellectual Property”), including without limitation the right to copy, use, disclose, distribute, and make derivations of the Intellectual Property for any purpose or to assign such rights to any third party. The Intellectual Property shall be prepared in the City’s name and shall be the sole and exclusive property of the City, whether or not the work contemplated therein is performed. The City will grant the firm a royalty-free, non-exclusive license to use and copy the Intellectual Property to the extent necessary to perform the contract. - End - City of Asheville - RFP - Downtown restroom project page 7 of 7

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Request for Qualifications- Colburn Park Design Phase 2

Due: 02 May, 2024 (in 13 days)Agency: Fife City

INDEPENDENCE NATIONAL HISTORICAL PARK CYCLIC REPLACEMENT OF LIGHT POLES

Due: 15 May, 2024 (in 26 days)Agency: NATIONAL PARK SERVICE