Design-Build: provide professional design and construction services for a new Car Wash facility with one standard-car-size automatic wash bay; one standard-car-...

expired opportunity(Expired)
From: City of Winston-Salem(City)
281-FB23183

Basic Details

started - 03 Feb, 2023 (13 months ago)

Start Date

03 Feb, 2023 (13 months ago)
due - 13 Feb, 2023 (13 months ago)

Due Date

13 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
281-FB23183

Identifier

281-FB23183
City of Winston-Salem

Customer / Agency

City of Winston-Salem
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.

Page 1 of 24 REQUEST FOR QUALIFICATIONS Design-Build Services for a new Car Wash Facility at the Smith Reynolds Airport RFQ23183 re-advertisement issue date: 01.06.23 02.02.23 This document is a re-advertisement as required by N.C. General Statute (N.C.G.S.) 143-128.1A(d) when less than three proposals are received from the initial advertisement. Pursuant to N.C. Statute Sec. 143-128.1(A), the County of Forsyth is soliciting proposals from qualified design-build teams interested in providing professional design and construction services for the Car Wash Facility Project located at Smith Reynolds Airport. Three proposals must be received in order to award a contract from this initial solicitation. This RFQ provides complete information on the services being sought, the submittal requirements and timeline. Questions are to be directed to James Anderson at andersja@forsyth.cc by the question period deadline of 5:00 pm, January 18,
February 7, 2023. Please copy shoaib.quader@smithreynolds.org and mark.davidson@smithreynolds.org. Responses will be put into an addendum. This RFQ will in no manner be construed as a commitment on the part of the County to award a contract. The County reserves the right to reject any or all applications; to waive minor irregularities in the RFQ process or in the applications; to re-advertise this RFQ; to postpone or cancel this process; select and procure parts of services; and to change or modify the RFQ schedule at any time. The County of Forsyth reserves the right to reject any and all submittals. This RFQ does not obligate the County to pay any cost incurred by respondents in the preparation and submission of a response nor does it obligate the County to accept or contract for any expressed or implied services. Proposals are to be complete and comply with the requirements listed herein. Complete submissions must be received in PDF format only to andersja@forsyth.cc prior to 4:00:00 pm, February 13, 2023 with email subject line of “RFQ for Airport Car Wash.” Submissions may also be submitted on a thumb drive and mailed to Forsyth County General Services, Attn: James Anderson, 201 North Chestnut Street, Winston-Salem, NC 27101. Responses received after this date and time will not be considered. Delivery by the deadline is the bidder’s responsibility. mailto:andersja@forsyth.cc mailto:shoaib.quader@smithreynolds.org mailto:mark.davidson@smithreynolds.org mailto:andersja@forsyth.cc Page 2 of 24 TABLE OF CONTENTS TABLE OF CONTENTS .................................................................................................................................... 2 DEFINITIONS .................................................................................................................................................... 5 1.01 Definitions of Terms in RFQ .................................................................................................................. 5 BACKGROUND INFORMATION .................................................................................................................... 7 2.01 Project Background, Goals and Objectives ............................................................................................. 7 SCOPE OF WORK ............................................................................................................................................. 8 3.01 Purpose of the RFQ and Lead Design-Builder Responsibilities ............................................................. 8 3.02 Location of the Project ............................................................................................................................ 8 3.03 Scope of Work ......................................................................................................................................... 8 Site Inventory and Evaluation of Owner’s Criteria Confirmation .............................................................. 8 Schematic / Preliminary Design (SD) ......................................................................................................... 8 Design Development (DD).......................................................................................................................... 9 Permitting, Reviews and Approvals ............................................................................................................ 9 Construction Documents (CD) .................................................................................................................... 9 Competitive Bidding .................................................................................. Error! Bookmark not defined. Construction Administration ..................................................................................................................... 10 Post Construction Phase/Deliverables ....................................................................................................... 10 3.04 Project Budget ....................................................................................................................................... 10 3.05 Anticipated Schedule............................................................................................................................. 10 3.06 Pre-Construction Project Planning ........................................................................................................ 11 3.07 Project Delivery and Objectives ............................................................................................................ 11 DESIGN-BUILDER EVALUATION AND SELECTION CRITERIA ........................................................... 12 4.01 Design-Build Team Experience Requirements and Capabilities .......................................................... 12 4.02 Design-Build Team Minimum Qualifications ....................................................................................... 12 4.03 Statement of Qualifications (SOQ) Evaluation Criteria and Scoring .................................................... 13 4.04 Clarifying Qualification During Evaluation .......................................................................................... 14 4.05 Short List Ranking ................................................................................................................................ 14 4.06 Interviews of Short-listed Firms/Teams ................................................................................................ 14 4.07 Design-Build Firm/Team Final Selection ............................................................................................. 14 4.08 E-Verify Compliance ............................................................................................................................ 15 4.09 Exceptions ............................................................................................................................................. 15 QUALIFICATIONS SUBMITTAL REQUIREMENTS AND FORMAT ....................................................... 16 5.01 Physical Submittal: Department Contact, Deadline for Receipt of Qualifications, Format .................. 16 5.02 Statement of Qualifications Provisions ................................................................................................. 16 5.03 Minimum Number of Responses ........................................................................................................... 16 CHECKLIST FOR QUALIFICATIONS SUBMISSION ................................................................................. 17 6.01 Required Statement of Qualifications items .......................................................................................... 17 DESIGN-BUILD TEAM DECLARATION STATEMENT ............................................................................ 22 Page 3 of 24 NOTICE TO PROPOSERS It is the policy of the County of Forsyth that an employee, officer, or agent of the County may not participate in any manner in the bidding, awarding, or administering of contracts or agreements in which they, or a member of their immediate family, their business partner, or any organization in which they serve as an officer, director, trustee, or employee, have a financial interest. The successful Proposer must comply with all provisions of the Americans with Disabilities Act (ADA) and all rules and regulations promulgated thereunder. By submitting a proposal, the successful Proposer agrees to indemnify the County from and against all claims, suits, damages, costs, losses, and expenses in any manner arising out of, or connected with, the failure of the Company, its subcontractors, agents, successors, assigns, officers, or employees to comply with the provisions of the ADA or the rules and regulations promulgated thereunder. All proposals must be firm and not subject to increase, unless specified within the provisions of this Request for Qualifications (RFQ) and mutually agreed upon by the County and the Proposer. No special inducements will be considered that are not a part of the original proposal document. County Rights and Options The County, at its sole discretion, reserves the following rights: o To supplement, amend, substitute or otherwise modify this RFQ at any time o To cancel this RFQ with or without the substitution of another RFQ o To take any action affecting this RFQ, this RFQ process, or the services subject to this RFQ that would be in the best interests of the County o To issue additional requests for information or clarification from proposers or to allow corrections of errors or omissions o To require one or more Service Providers to supplement, clarify or provide additional information in order for the County to evaluate the Responses submitted o To negotiate an agreement with a Service Provider based on the information provided in response to this RFQ o This RFQ does not obligate Forsyth County to contract for services specified herein. Public Records Any material submitted in response to this RFQ will become a “public record” once the Proposer’s document(s) is opened and the Proposer is determined to be a participant in the solicitation process and shall be subject to public disclosure consistent with Chapter 132, North Carolina Statutes. Proposers must claim any applicable exemptions to disclosure provided by law in their response to this RFQ. Proposers must identify materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary and legal. The County reserves the right to make all final determination(s) of the applicability of North Carolina General Statutes § 132-1.2, Confidential Information. Trade Secrets/Confidentiality Proposers must claim any material that qualifies as "trade secret" information under N.C.G.S. 66-152(3) in their response to this RFQ and must state the reasons why such exclusion from public disclosure is necessary and legal. To properly designate material as trade secret under these circumstances, each Proposer must take the following precautions: (a) any trade secrets submitted by a Proposer should be submitted in a separate, sealed file marked "Trade Secret - Confidential and Proprietary Information" and (b) the same trade secret/confidentiality/private should be stamped on each page of materials designated as trade secret. Do not attempt to designate your entire proposal as a trade secret, and do not attempt to designate Page 4 of 24 pricing information as a trade secret. Doing so may result in your proposal being disqualified. In submitting a proposal, each Proposer agrees that the County may reveal any trade secret materials contained in such response to all County staff and City/County officials involved in the selection. Familiarity with Laws and Ordinances The submission of a proposal on the equipment requested herein shall be considered as a representation that the Proposer is familiar with all federal, state, and local laws, ordinances, rules and regulations which affect those engaged or employed in the provision of such services, or equipment used in the provision of such services, or which in any way affects the conduct of the provision of such services; and no plea of misunderstanding will be considered on account of ignorance thereof. If the Proposer discovers any provisions in the RFQ/RFQ documents that are contrary to or inconsistent with any law, ordinance, or regulation, it shall be reported to the County in writing without delay. E-Verify Compliance Per N.C.G.S. 143-133.3, provider shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. Further, if the Provider utilizes a subcontractor, the Provider shall require the subcontractor to comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. Iran Divestment Act Provider hereby certifies that it is not on the North Carolina State Treasurer’s list of persons engaging in business activities in Iran, prepared pursuant to NCGS 147-86.58, nor will Provider utilize on this agreement any subcontractor on such list. Divestment from Companies that Boycott Israel Contractor hereby certifies that it is not on the North Carolina State Treasurer’s list of companies engaged in a boycott of Israel in violation of NCGS 147-86.80 et. seq. and that it will not utilize on this agreement any subcontractor on said list. Page 5 of 24 SECTION ONE DEFINITIONS 1.01 Definitions of Terms in RFQ Unless the context suggests otherwise, the terms “Firm/Team”, “Contractor”, “Proposer”, “Bidder”, “Submitter”, “Consultant”, or “Vendor” as used in this RFQ (whether capitalized or not) shall refer to the same legal entity that submits qualifications and is responsible for responding to this RFQ. Whenever the term “County” is used, it means the County of Forsyth, Winston-Salem, North Carolina. Similarly, unless the context suggests otherwise, the terms “Bid”, “Qualification”, or “Bid/Qualification” shall refer to the formal response given to this RFQ by the submitting entity incorporating all required elements of this RFQ necessary for the County to determine whether the submitting entity is a responsible, responsive Firm/Team. Whenever the term “RFQ,” is used, the reference is to this Request for Qualifications or portions thereof, together with any exhibits, attachments, or addenda it may contain. 1.01.1. Whenever the terms “shall,” “will,” “must,” or “is required” are used in the RFQ, the referenced task is a mandatory requirement of this RFQ. Failure to meet any mandatory requirement will be cause for rejection of a submittal. 1.01.2 Whenever the terms “can,” “may,” or “should” are used in the RFQ, the referenced specification is discretionary. Therefore, though the failure to provide any items so termed will not be cause for rejection, the Selection Committee may consider such failure in evaluating the quality of the submittal. 1.01.3 Whenever the terms “apparent successful” or “top-ranked” or “highest ranking” firm/company or offerer are used in this document, the reference is to the firm that the Selection Committee ultimately judges to have submitted the case best satisfying the needs of the Owner in accordance with the RFQ. The selection of an apparent successful firm/company does not necessarily mean the Selection Committee accepts all aspects of the firm’s submittal or proposal. 1.01.4 Whenever the term “submittal” is used in the RFQ, the reference is to the response offered by a firm, person or corporation in accordance with the RFQ. The submittal responds only to the RFQ. 1.01.5 Whenever the term “Selection Committee” or “Review Committee” is used in the RFQ, the reference is to the Owner’s representatives responsible for administering and conducting the evaluation and selection process of the RFQ. 1.01.6 “Design-Build” refers to the construction project delivery method in which, among other things, the Owner holds a single contract with a business entity that has responsibility both to design and to construct a project, and that holds the trade contracts. 1.01.7 “Lead Design-Builder” refers to the design-build team member that will contract with the Owner for all work and holds all responsibility of project success, performance, and completion. 1.01.8 “Design Professional” (an inclusive term for all licensed building professionals), “Architect of Record,” and/or “Engineer of Record” all refer to the project's architect(s) and/or engineer(s), whose responsibilities generally include programming, design, code compliance, and detailing of the facility. Under the Design-Build delivery methodology, the Design Professional is an integral part of the Design-Builder entity under single contract with the Owner. These entities also operate under legal definitions of the State of North Carolina with statutory liability and responsibility. Page 6 of 24 1.01.11 “Owner’s Criteria” is a written document that details the specific and functional requirements of a project, sustainable objectives and the expectations of how the project will be used and operated. 1.01.12 “Qualifications Submittal” and “Initial Written Submittal” both refer to a firm’s response to the RFQ. 1.01.13 “Qualifications-Based Selection” and “QBS” both refer to a procurement process for the selection of professional construction services for public projects. It is a competitive contract procurement process whereby consulting firms submit qualifications to a procuring entity (Owner) who evaluates and selects the most qualified firm, and then negotiates the project scope of work, schedule, budget, and price. 1.01.14 “Firm” shall be interpreted as referencing the design entity, the construction entity, or the combined (e.g., joint venture) entity, as is reasonable. 1.01.15 “Fixed Fee” shall be proposed by the Design Builder and shall be defined as a specific dollar amount (stated as a lump sum) and agreed upon by all parties at the time of Contract Negotiation. This fee shall not be a percentage of the cost of the work. **End of Section One** Page 7 of 24 SECTION TWO BACKGROUND INFORMATION 2.01 Project Background, Goals and Objectives The County is committed to providing a car wash and vacuum facility at the airport for use by rental car companies leasing space from the County and for all County fleet vehicles. The aim of the new facility is to provide one standard-car-size automatic wash bay; one standard-car-size manual wash bay with a hand-held pressure nozzle capable of being walked around the car while hand-held by the user; and one large-vehicle-size (large enough to fit a standard-size ambulance) manual wash bay with hand-held pressure nozzle. Depending on cost, the automatic wash bay may need to be reduced to an additional manual wash bay. In addition, the Design/Builder should work with County Staff, Airport Management and Planners to determine the exact location of the facility. With the design and construction of the new car wash facility, the County has the following goals: 1. Complete the project in a timely fashion without undue delays and within the County’s funding resources available for the project. 2. Design and construct a facility that is robust enough to handle the car wash needs for the rental car companies at the airport and County fleet. The County of Forsyth intends to utilize best commercial practices to accomplish the goals of this project, expects the Design-Builder to proactively address risks and challenges in the process and participate in improvement activities to achieve project success. The County also expects to work with the Design-Builder to devise and implement appropriate processes for this project that will maximize efficiency, overall quality, and cost savings. **End of Section Two** Page 8 of 24 SECTION THREE SCOPE OF WORK 3.01 Purpose of the RFQ and Lead Design-Builder Responsibilities Forsyth County is soliciting Qualifications for Design-Build project delivery services for the Car Wash Facility Project located at Smith Reynolds Airport. The lead Design-Builder will be expected to provide concurrent design and construction turnkey activities for this project resulting in a finished, fully usable facility that satisfies all project requirements and contract terms. The Design-Builder, as the sole responsible source for total project compliance and construction related performance (including architectural programming, design, and construction services) will hold all design professionals, testing services (with the exception of Special Inspections by Owner), trade contractors and trade supplier contracts. 3.02 Location of the Project The location of the work is at Smith Reynolds Airport with Airport Administration Offices at 3801 North Liberty Street, Suite 204, Winston-Salem, NC 27105. The proposed car wash site is in the vacant parking lot adjacent to the hangar facility at 3820 North Liberty Street and behind the building located at 3810 North Liberty Street. See Appendix B for aerial view. NOTE: Throughout the duration of the project, the County WILL NOT provide workspace for the Firm/ Team. The selected Design-Build Team is responsible for/ must provide its own workspace. 3.03 Scope of Work The following is a preliminary scope of work that may be modified during contract negotiations with the selected Design-Build Team. Site Inventory and Evaluation of Owner’s Criteria Confirmation 1. Site investigations, including survey, subsurface utility investigations, geotechnical investigations, environmental engineering, to verify existing conditions if necessary. 2. Preliminary evaluation of proposed site use, material selection, building systems and equipment and provide recommendations on constructability, time, labor and scheduling factors related to project cost. 3. Prepare written report summarizing Owner’s Criteria. Schematic / Preliminary Design (SD) 1. Prepare site, architectural, structural, mechanical, plumbing, and electrical schematic design plans for County Staff consideration. 2. SD Phase plans and Preliminary Design report will minimally include: a. Site Development and Design criteria including site access, easements, circulation and vehicular access, setback requirements, general landscape concept, tree protection measures, lighting areas, utility routing and connections and storm water measure locations. b. Building Design information including: reconfirming design intent, preliminary selection of building systems and materials, utility load review, code compliance, security plan expectations, building system integration with storm water plans and outline specification to integrate systems, products and procedures for architectural, civil and landscape. 3. Work in digital format: AutoCAD or Building Information Modeling (BIM) software. Page 9 of 24 4. Develop preliminary estimate of construction cost setting forth in detail quantities of materials, labor, profit, overhead, insurance etc. for the project including all site work. 5. Attend owner and user meetings to coordinate and resolve value engineering, constructability, construction phasing and scheduling issues in the preliminary design. 6. Prepare Preliminary Design Report (PDR) confirming design criteria, agreed upon program elements, alternative schemes, recommended scheme with construction phasing options and cost model. 7. Develop Design-Builder’s Proposal detailing contract sum, estimated trade costs, proposed date of substantial completion and list of key Design-Build personnel and suppliers. 8. Conduct regular, design meetings. 9. Attend two Board meetings (if required.) 10. Update the design schedule. 11. Present to required departments/agencies for review; Responsible for all Federal, State, County, and City permit applications and approvals. Design Development (DD) 1. Based on the approved SD plans, satisfactorily resolve all review comments from prior design phases and further refine the design to include the following revised and additional information: a. Site Design: demolition and clearing plans, grading and drainage plans, sedimentation and erosion control plans, layout and staking plans, elevations and sections, construction details, lighting and signage, planting plans and details. b. Structure Design: review and confirm building plan configuration and elevation elements including exterior building skin materials and colors, foundation, structural systems, building fenestration and openings, overall dimensions, materials testing requirements, review MEP design including systems, equipment and calculations, review and coordinate systems integration to include all utilities and controls. 2. Expand outline specification to Design Development level and integrate systems, controls, products and procedures for architectural, civil and landscape 3. Documents produced in digital format: AutoCAD or Building Information Modeling (BIM) software. 4. Conduct regular, biweekly, design meetings. 5. Review and confirm total original budget from Schematic Design phase review. Review any proposed V-E items, final strategy and reconcile variances. 6. Review, update and confirm project schedule. 7. Attend owner and user meetings to coordinate and resolve value engineering, constructability, construction phasing and scheduling issues in the preliminary design. Permitting, Reviews and Approvals 1. Review and / or present design concepts to the City of Winston-Salem Planning Department and any other regulatory agencies whose approval is necessary for the development of the site. 2. Submit plans and applications to regulatory agencies 3. Secure approvals from all other local and state agencies as required for the site development. 4. Coordinate the construction or relocation of privately owned utilities if necessary. 5. Attend meetings as necessary for all approvals. Provide responses and modifications to regulatory comments. Construction Documents (CD) 1. Based on the approved DD plans, satisfactorily resolve all review comments from prior design phases and prepare and finalize all construction drawings and specifications to minimally include: building systems, site utilities and components that will form the basis for the project’s Page 10 of 24 Construction Documents sufficiently complete to support the prepared budget, obtain necessary permits and construct the project. 2. Documents produced in digital format: AutoCAD or Building Information Modeling (BIM) software. 3. Prepare a construction documents level cost estimate and updated project schedule; reconcile cost estimate with construction estimate. 4. Incorporate bid alternates as necessitated by the project budget. 5. Conduct regular, monthly, design meetings. Construction Administration 1. Provide construction administration and observation associated with the site improvements including a preconstruction conference, weekly site observation and meetings for processing pay requests. 2. Provide interpretations of prepared drawings and specifications, shop drawing review and approval as well as preparation of change orders and construction change directives. Construction 1. Site work to include, but not be limited, to: a. Clearing and rough grading with excess dirt and material removed from the site. Tree protection and erosion control measures to be immediately put into place. b. Site utilities including domestic water, sewer, natural gas and electrical service and site lighting. c. Concrete paving, walkways, utilities, and landscaping. 2. Building construction to include, but not be limited, to: a. The car wash facility to include two standard size wash bays, plus a large size bay. One of the standard size wash bays should be an automatic kind, depending on budget. b. An oil-water separator is to be installed capable of handling the water loads of 3 car wash bays. c. The facility must include a locked storage area to house vacuums, and other car cleaning supplies. d. MEP systems and controls (as required). Post Construction Phase/Deliverables 1. Prepare as-built documents based on information received from the contractor in AutoCAD or in such a format as the owner requires. 2. Assist in project closeout, establishment of warranties and guarantees. 3. Present to required departments/agencies for review; Responsible for all State, County, and City permit applications and approvals. 3.04 Project Budget The Global Project Budget is $1,000,000 for completion of this project including design, construction, and all other costs and fees. Total costs include construction related expenses; architectural programming, design and construction related services; testing services; public jurisdiction fees and charges; permits; and other building related professional service fees necessary to fully complete the project. 3.05 Anticipated Schedule The County reserves the right to make adjustments to the below schedule as necessary. Page 11 of 24 Anticipated Project Schedule: Date Issue/Advertise RFQ in official advertising publications January 6, 2023 Deadline for written questions and clarifications on RFQ January 13, 2023 Deadline for submission of Statement of Qualifications February 1 ,2023 Owner completes qualification evaluation to establish a shortlist of firms remaining. Owner notifies shortlisted firms and schedules interviews (if required) February 8, 2023 Complete interviews of short-listed firms (if required) March 1, 2023 Notify selected Design-Build firm, begin contract negotiations March 6, 2023 Complete contract negotiations with selected firm March 20, 2023 Board of Commissioners award contract April 20, 2023 Contract Approval May 26, 2023 Notice to Proceed June 1, 2023 3.06 Pre-Construction Project Planning The Design-Builder, as a part of its design and its preconstruction services, will assist with developing a strategy for the best approach for the successful completion of the project including guidance and assistance in the preparation of a schedule and a reliable, preliminary cost estimate along with evaluations of any value engineering measures. At an appropriate point during the project and prior to contracting, the Owner will ask the Design-Builder to commit to a Lump Sum price for all its design and construction services. 3.07 Project Delivery and Objectives At all times and project stages the Design-Builder shall act in the best interests of the Owner and use their best efforts to deliver the project in an expeditious and cost-effective manner consistent with the Owner’s project requirements, time constraints and budget. The Design-Builder shall develop a contractually obligated overall project schedule and will be responsible for methods of construction, safety, scheduling and coordination of all construction work in addition to miscellaneous contracts required for completion of the project within its predetermined budget limits and schedule. The Owner expects all parties to this project to work closely together and deal appropriately with project conditions to finish the job successfully. A spirit of cooperation, collaboration and a commitment among professional design and construction services providers to work in the best interests of the project is of utmost importance. **End of Section Three** Page 12 of 24 SECTION FOUR DESIGN-BUILDER EVALUATION AND SELECTION CRITERIA 4.01 Design-Build Team Experience Requirements and Capabilities Responders should identify their Team’s experience with public or privately bid design-build projects and specifically describe those projects that best characterize the proposers’ capabilities including work quality and cost control measures. These projects must have included the completion of construction drawings, technical specifications and construction estimates that led to a complete constructed project currently in operation. Completed public sector projects and experience with the public bidding process is preferred. At a minimum, successful submittals shall demonstrate experience and technical competence with the following requirements: 1. Responsively and successfully designing to a user compliant program employing a prototype basis of design. 2. Demonstrated history of successful collaboration constructing facilities utilizing a Design-build methodology. 3. Obtaining permits through the City of Winston-Salem’s permitting processes and/or Inspections/Building Permit Department. 4. Incorporating environmentally responsible building practices and 5. Effectively providing contract and construction administration services utilizing effective team communication and working methods. See the Qualifications Submittal Checklist section of this RFQ for additional information which should be included. 4.02 Design-Build Team Minimum Qualifications Firms must meet the criteria in the bullet points immediately below. Firms that do not meet these criteria are automatically disqualified. 1. Firm’s “Designer(s) of Record” MUST have a current North Carolina Architectural and/or Engineering license(s) as appropriate for their portion of the design work. A copy of the license(s) is to be included in the appendix. 2. Firm’s “Builder” MUST have a current North Carolina Contractor’s license with an unlimited building classification. A copy of the license is to be included in the appendix. 3. Lead Design-Build firm MUST have bonding capacity to provide a Labor and Material Payment and Performance bonds with coverage each equal to the total cost of the project. 4. Lead Design-Build firm MUST be able to get a Builder’s Risk Insurance Policy for this project with coverage equal to the total cost of the project. 5. Lead Design-Build firm MUST agree to keep and maintain insurance for the duration of this agreement including but not limited to commercial general liability, automobile liability, workers’ compensation, employer’s liability, and umbrella coverage with at least the minimum limits shown below. The Contractor shall furnish the County with certificates of insurance for each type of insurance described herein. The Owner reserves the right to negotiate different limits and coverage in the final contract. Commercial General Liability: $1,000,000 per occurrence Commercial Auto Liability: $1,000,000 combined single limit Excess (Umbrella) Liability: $1,000,000 Workers' Compensation: Statutory Page 13 of 24 Employer's Liability: $1,000,000 each accident/total disease/employee disease Professional Liability (Errors & Omissions) coverage for Architect of Record and Engineer(s) of Record shall provide coverage not less than $5 million per claim. (The Owner reserves the right to negotiate different limits and coverage in the final contract.) All insurance companies must be authorized to do business in North Carolina with a Best rating A-VIII or higher. NOTE: In order to be deemed eligible for evaluation, the submitting lead Design-Build firm must include the Declaration Statement (signed) included in this RFQ attesting to the above requirements and coverages in its submittal. 4.03 Statement of Qualifications (SOQ) Evaluation Criteria and Scoring Submitting Design-Build Teams’ responses to this RFQ will be evaluated and ranked by an RFQ Evaluation Team comprised of County Employees appointed to assess submitted qualifications. Each submitter will be evaluated and short-listed based on their SOQ score (100 points maximum) as determined through the qualification review process and criteria noted in this section. Design-Build Team Experience and Qualifications - 30 Points Points for this criterion will be awarded based on an evaluation of the qualifications and experience of the proposed lead Design-Builder and Design-Builder’s General Contractor/Builder (if a different entity.). Evaluation criteria will focus on the submittals’ clear identification of each proposed Firm/Company, the expertise each will bring to the Design-Build process, their track record with ‘on-time and on budget’ projects and achieving acceptable levels of quality, any current, pending or past project legal matters or litigation and submitting Firm/Company safety records and professional reputation credentials. Proposed Design & Engineering Professionals’ Experience and Qualifications - 25 Points Evaluation points for this criterion will be awarded based on the qualifications, experience and demonstrated availability of the proposed Project Personnel. Responses should have identified each key individual, their experience with the overall Design-Build process (including specific experience with the team’s lead General Contractor) as well as experience with similar projects. Also of importance are individuals’ litigation and/or arbitration records and the design/engineering professionals’/firms’ reputation, references and referrals. Submittals should also have included a listing of other firms proposed Personnel have worked for along with specific project phases, tasks and activities they are expected to contribute to this project. Project Understanding and Approach - 20 Points This criterion will award points for the Firm/Team’s understanding of the goals and objectives for the project and their proposed methodology for meeting those goals and objectives. Firm/Teams must have provided a comprehensive narrative statement illustrating their clear and concise understanding of the requirements of the project, potential issues (and proposed solutions) and a preliminary overall project schedule. The Team should also have clearly addressed their approach to dealing with key tasks, activities and issues (including the permitting process) required to complete each project phase including deliverables, proposed construction schedule and project coordination issues. Statement of WHY the Design-Build Team should be selected- 10 points Points for this criterion will be awarded based on an evaluation of the Design-Builder’s statement indicating why they should be selected, which should illustrate specific professional capacities or unique qualifications relating to this project that differentiates the Design-Builder from other qualified submitters. Page 14 of 24 Minority and Women Owned Business Enterprise (MWBE) Participation- 5 points Evaluation of Design-Build team’s proposed participation in MWBE program and strategy to achieve the County’s MWBE goal of 10 percent. Deliverable Quality, Project Schedule and Safety Controls - 5 Points Points for this criterion will be awarded based on the Firm/Team’s proposed approach to project controls including milestone scheduling, quality control and management for deliverables and the design and construction processes, and submitted cost budgets and safety plans. SOQ Quality and Responsiveness – 5 Points Points for this criterion will be awarded based on the extent to which the RFQ instructions were followed and qualities including accuracy, responsiveness, organization, clarity and completeness of the submitted Statement of Qualifications. Respondents are encouraged to prepare high quality documents that make it clear to the Evaluation Team what value their Firm/Team/Products have to offer the County. 4.04 Clarifying Qualification During Evaluation During the evaluation process, the County has the right to require any clarification it needs in order to understand the Firm/Team's view and approach to the project and scope of the work. Any clarifications to the Qualification made before executing the contract will become part of the final Firm/Team contract. 4.05 Short List Ranking After evaluating the responses to this RFQ, the County will rank the three most highly qualified candidates for ranking and these Short-Listed Teams may be asked to interview to help determine final ranking. If the County determines that fewer than three firms are qualified, it will re-advertise the RFQ pursuant to Section 143-128.1A(d) of the North Carolina General Statutes. 4.06 Interviews of Short-listed Firms/Teams Prior to ranking the short-listed Firms/Teams for final selection, the County may elect to interview those three Firms/Teams. The purpose of this interview will be to meet the proposed Project team (if applicable), become familiar with key personnel and/or with the selection strategy proposed by the submitter and to understand the Firm/Team’s project approach and ability to meet stated objectives for the project. Short Listed Firms/Teams should be prepared to discuss with specificity their capacity to conduct this work in compliance with the project timeframe, budget and good-faith obligations. The County will notify each short-listed firm to schedule individual times for the interviews. 4.07 Design-Build Firm/Team Final Selection After making final Team selection and taking into consideration quality, performance and the time specified in the Qualifications for performance of the contract [G.S. 143-128.1 (b)] the County will begin contract negotiations with the selected responsible, responsive Firm/Team. If successful, the Firm/Team and County will enter into a contract for the work. All respondents are considered fully informed as to intentions of County regarding the timeframe to prepare and complete contract negotiations. Respondents should be prepared to provide a detailed, written Proposal to include scope of work, staffing plans, action plan, CPM Schedule and fee proposal to Forsyth County during negotiations. The County may withdraw this RFQ, reject qualifications or any portion thereof at any time prior to an award, and is not required to furnish a statement of the reason why a particular qualification was not deemed to be the most advantageous to the County. Page 15 of 24 4.08 E-Verify Compliance The design-build contract will require that the design-build team and its subcontractors comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes (NCGS) consistent with state law requirements for municipal contracts. 4.09 Exceptions It is the County’s intention to use the AIA Document A141 – 2014 Standard Form of Agreement Between Owner and Design-Builder, As Amended. Any Firm/Team that objects to any element of the contract should state those objections in the submittal. **End of Section Four** Page 16 of 24 SECTION FIVE QUALIFICATIONS SUBMITTAL REQUIREMENTS AND FORMAT 5.01 Physical Submittal: Department Contact, Deadline for Receipt of Qualifications, Format Submitters must submit one qualification packet in PDF digital format to the General Services Department Contact by the submission deadline noted on page 1 with email subject line of “RFQ for Airport Car Wash.” 5.01.1 Each submittal copy shall be identical in content. Submitters shall follow in their responses the checklist outlined in this RFQ. Responses should be concise, clear, and relevant. Submitter's cost incurred in responding to this RFQ is the submitter’s alone and the Owner does not accept liability for any such costs. The Owner will not and shall not be required to return any item submitted. 5.01.2 In order for the County to evaluate Qualifications fairly and completely, Firm/Teams should concisely follow the format set out in Section 6 and provide all the information requested with the following limitations: a. Proposals shall be organized in the same categorical order herein given, numbered consecutively, on 8-1/2” x 11” sheets with a maximum of 30 pages, not including any coversheet or County required attachments noted on page 21. b. It is requested that no more than two pages be 11” x 17” for schedules or other information necessary to depict the proposed Project Approach/Action Plan. 5.02 Statement of Qualifications Provisions The Owner intends to limit the cost that submitters incur to respond to this solicitation, therefore, submitters are encouraged to be brief and succinct. Thick volumes of background and general marketing material are not desired. Instead, submitters should highlight their responsiveness to the evaluation criteria. If multiple firms are proposed as one team, each component firm should describe its own relevant qualifications within the same submittal. Qualifications must confirm that the Firm/Team will comply with all of the provisions in this RFQ. Qualifications must be signed by a company officer empowered to bind the company. A Firm/Team's failure to include these items in their Qualifications may cause their Qualification to be determined to be non-responsive and the Qualification may be rejected. 5.03 Minimum Number of Responses In order to consider proposals, the County must receive at least three responses to its RFQ. If the County receives fewer than three responses, it will re-advertise the RFQ in accordance with General Statute requirements. After the second solicitation, the County may consider proposals even if three are not received and will follow the same procedures used for the initial solicitation. Owner intends to make every effort to be fair and equitable in its dealings with all candidates for selection. If, however, the County should determine that none of the Design-Build teams submitting are advantageous to the County, the County reserves the right to accept or reject any or all Statement(s) of Qualifications with or without cause. Issuance of this Request for Qualifications does not commit the County of Forsyth to award a contract, to pay any costs incurred in preparation of a proposal or to procure or contract for related services or supplies. **End of Section Five** Page 17 of 24 SECTION SIX CHECKLIST FOR QUALIFICATIONS SUBMISSION 6.01 Required Statement of Qualifications items Submitters must include the following mandatory checklist items as part of their SOQ: Cover Letter – 1 page Qualifications must include a Cover Letter with the complete name and address of the prime firm/company and the name, mailing address, and telephone number of the person the County should contact regarding the Qualification. If there are multiple firms proposed as one team, each firm must describe itself accordingly in the RFQ submittal. Indicate on the first page of the submittal which firm is the lead Design-Builder, any firm/company qualifying as a minority entity and the individual whose signature grants authority to bind Submitter to the provisions of the RFQ. Table of Contents – 1-2 pages Must include corresponding tabs/dividers in the body of the submittal to identify each section. Placing multiple tabs on a single page is perfectly acceptable. If more than one item in the table of contents can be started on the same page, then place all corresponding tabs on that page. Executive Summary – 1 page A brief narrative statement of understanding of the scope of work, key challenges and the submitter’s overall vision and approach for the successful development of a high quality project consistent with the minimum criteria requirements outlines in this RFQ. Project Background and Understanding – 1 page Include a brief description of the Firm/Team’s knowledge of the Project Background and context. Project Approach and Action Plan – 2-3 pages Provide a detailed statement of the Firm/Team’s proposed Approach and Action Plan to successfully complete the work. Firm/Team’s plan of action should include both functional and personnel organization which indicates the Firm/Team’s specific approach to accomplishing the Project Scope. Describe the challenges anticipated for performing the requested services that may impact the scope, schedule or budget and the proposed solutions to address these concerns. Include references where such solutions were utilized in the past. Firm/Team Qualifications and Experience – 4-6 pages Section shall include a brief description and history for each firm/company on the proposed team including number of years the firm/company has been in business and its growth history, experience in projects with the County of Forsyth and any past or current experience with the proposed Design-Build team. Please provide the following: 1. Company / Firm name. 2. Physical address- and if different, mailing address & zip code. Page 18 of 24 3. E-mail address and name of primary contact at each company/firm. 4. Main telephone number and direct telephone number for contacts. 5. Number of years in business for each company/firm. 6. Form of firm/company ownership including state of residency or incorporation. Include description of the submitter/s company structure: i.e. sole proprietorship, partnership, corporation, Limited Liability Company (LLC), joint venture or other structure. 7. Also briefly describe a minimum of three (3) projects that your firm/company has completed in the past five years that also required design-build services and were valued at or above $5,000,000. Also briefly describe the largest project your firm/company has completed within the past five years and indicate the delivery method used on that largest project. These projects may also be described in further detail in related experience section. (See following section below for additional information.) 8. List any active or pending litigation with owners, subcontractors and other construction related entities and explain. 9. List and briefly describe any and all legal actions for the past three years in which respondent has been a debtor in bankruptcy, a defendant in a lawsuit for deficient performance under a contract or agreement; a respondent in an administrative action for deficient performance, or a defendant in a criminal action. Failure to fully comply with this item will be grounds for elimination from the RFQ process. 10. Has the firm/company ever failed to complete any work awarded to it or has it been removed from any project awarded to the firm? If so, explain. Related Design-Build Project Experience – 3 pages Provide half-page descriptions for five (5) reference projects for which the Firm/Team has provided professional design and construction services of a nature, quality, size and scope specifically similar to those required in this RFQ. Include: 1. Name of the organization to which services were provided. 2. Project location. 3. Start and complete dates during which services were performed. 4. Brief description of the project. 5. Cost description (which at a minimum must include: original project budget, final project cost and an explanation of any difference in original and final costs if applicable, construction value, fee for professional services) 6. Proposed team members that worked on the projects including their title and role on that project. 7. Identification of a current contact reference including organizational title, address, telephone numbers and e-mail address for each project. Obsolete contact information will be grounds for elimination from the RFQ process. 8. List five (5) major trade contractor references (5 total, not 5 per project). Include company name, contact name, e-mail address and telephone number. 9. Office Submitting Qualifications: If the firm/company has multiple offices, the qualification statement should include information about the parent company and branch office separately. Identify the office from which the project will be managed and that office’s proximity to the project site. Parent company (or general office) financial information as totals will be acceptable IF “parent” (or “general office”) means that it is financially responsible for the liabilities of the branch office. If the parent company is not so responsible, meaning that its financial resources are not available to the office that will perform the contract, it will be misleading to the Owner to offer the financials of any office other than the one with the prospect of a contract with the Owner. Page 19 of 24 Project Team Personnel Selection or Proposed Selection Strategy – 1-2 pages Provide either of the following (and include MWBE goals / requirements where applicable): 1. An explanation of project team selection to accompany a list of licensed contractors, licensed subcontractors and licensed design professionals whom the design-builder proposes to use for the project’s design and construction as noted in Proposed Personnel section below, or 2. Provide an outline of the strategy the Design-Builder plans to use for open contractor and subcontractor selection based upon the provisions of Article 8 of Chapter 143 of the State of North Carolina General Statutes. Proposed Personnel – 8-10 pages Provide general information about personnel capability and a list of qualified and available staff and resources including classifications, numbers of employees, respondent’s ability to provide sufficient qualified personnel to this project upon award, the locations and staffing of relevant offices and an organizational chart of staff including the percentage of time they will be assigned to the project. Describe specific roles and responsibilities identifying experience and ability for key personnel and the intended interface between the design-build team, the General Services Department and any other potential consultants involved in this project. (Note: any proposed subcontractor personnel must also include additional submitted resume and/or project experience information per the requirements listed in this section for similar disciplines/trades.) 1. Provide a list of licensed design professionals and, if already selected, the licensed contractors and licensed subcontractors whom the Design-Build team proposes to use for the project’s design and construction including a detailed list of key personnel as noted below. 2. The key personnel, at a minimum, are the proposed Designer(s) of Record, supporting project architects and engineers, project superintendent, Design- Builder’s project manager, project director, estimator, preconstruction manager and the executive in charge. Submit a resume for each individual with relevant information as described below including title, education, previous work experience, applicable training and certifications, previous projects with the firm/company and length of service with the firm/company. At this stage, firms/companies may list more than one person qualified and available for the proposed project. Project Experience of the Designer should include: Relevant experience on other Design-Build projects as designer especially with structures comparable to this project in directly applicable ways. If the designer claims experience acquired by hiring of or participation by personnel who were/are members of other firm(s) at the time of the experience, please express that fact and disclose the name of the other firm(s). Describe no fewer than five projects in order of most relevant to least relevant that demonstrate the Designer/Team’s capabilities to provide design services for the project at hand. Identify whether the projects involved any of the firms/companies included in responder’s submittal for this RFQ. For each project, the following information should be provided: 1. Project name. 2. Project location. 3. Dates during which services were performed. 4. Physical description (e.g., square footage, number of stories, site area). Page 20 of 24 5. Cost description (this description, at a minimum, must include: original project budget; final project cost and explanation of any differences in the original and final costs, if applicable) 6. Brief description of project. 7. Services performed as Designer. 8. Statement of performance versus owner expectations in the areas of cost, quality, and schedule. 9. Owner reference(s). Relevant Project Experience of the Builder should include: Description of project experience with similar structure types and Design-Build delivery method or performing as a general contractor on comparable types and sizes of projects. If the builder claims experience acquired by hiring of or participation by personnel who were members of another firm(s) at the time of the experience, please express that fact and disclose the name of the other firm(s). Describe no fewer than five projects in order of most relevant to least relevant that demonstrate the Builder/Team’s capabilities to perform the project at hand. Identify whether the projects involved any of the firms/companies included in responder’s submittal for this RFQ. For each project, the following information should be provided: 1. Project name. 2. Project location. 3. Dates during which services were performed. 4. Physical description (e.g. square footage, number of stories, site area) 5. Brief description of project. 6. Cost description (this description, at a minimum, must include: original project budget; final project cost; and why there exists a difference in the original and final costs, if any). 7. Services performed as Builder. 8. Statement of performance versus owner expectations in the areas of cost, quality, and schedule. 9. Owner reference(s). Firm/Team Financial Responsibility Information – 1 page 1. List total annual billings for each of the past three calendar years. If forming a partnership, list separately by company/firm. 2. List the contact persons, addresses, and telephone numbers for your insurance carrier and agent. 3. List the contact persons, addresses, and telephone numbers for the company/firm's bonding company and agent. 4. What percentage of your company/firm's work has been negotiated during the past five years? 5. Supply firm’s Current Ratio (Current Assets / Current Liabilities) experience for the last five years, with a signed statement. Project Controls / Deliverables - Quality and Schedule – 2-3 pages Provide information on managing the quality of proposed deliverables including a proposed milestone schedule that illustrates total project time (in weeks) from award of contract through project completion, a quality budget including Professional Services Fee and Construction Costs and a general Quality Assurance Plan and Safety Plan that identifies how quality control will be implemented throughout the design and construction process. Page 21 of 24 Equal Opportunity Business Program Compliance Participation Goals The M/WBE subcontracting participation goal for this project is 10%. Obtaining participation above the minimum is strongly encouraged and will be shared with the governing board. Conclusion and Statement of Why the Proposing Firm Should Be Selected – 1 page This section provides each Firm/Team the opportunity to provide specific information that may differentiate them from other firms in the RFQ process. Qualification, Appendix, Attachments Include copies of: 1. Signed Team Declaration Form (page 22) confirming certifications and submission items. 2. Joint Venture agreement (if applicable). 3. A list of the licensed contractors, licensed subcontractors, and licensed design professionals whom the design-builder proposes to use for the project’s design and construction. Copies of licenses for those listed shall be provided. 4. Financial responsibility information with signed statement of Current Assets/Current Liabilities. **End of Section Six** Page 22 of 24 SECTION SEVEN DESIGN-BUILD TEAM DECLARATION STATEMENT (Include a signed copy of this form in the submitted Statement of Qualifications appendix section) 1. We (the submitting Design-Build entity) certify that each licensed design-build team member including design professionals and sub-consultants included in this submittal was selected based upon demonstrated competence and qualifications in the manner provided in the State of North Carolina’s General Statute on procurement of construction services (G.S. 143-64.31.) 2. We certify that our Design-Build entity’s “Designer(s) of Record” have current North Carolina Architectural and/or Engineering license(s) as appropriate for their portion of the design work. 3. We certify that our Design-Build entity’s “Builder” has a current North Carolina Contractor’s unlimited license. 4. We certify that our firm/company will have and maintain liability insurance coverage for a total of $1 million/occurrence & $1 million/general aggregate for commercial general liability, and not less than $1 million per claim for commercial business automobile liability. 5. We certify that we will have coverage for professional liability and errors and omissions by all Designer(s) of Record / Design Professionals of not less than $5 million per claim 6. We certify that our firm has sufficient bonding capacity to provide Labor and Material Payment and Performance bonds with coverage of each equal to the total cost of the project. 7. We certify that our firm can and will obtain a Builder’s Risk Insurance Policy for this project with coverage equal to the total cost of the project. 8. We certify that our firm/company/personnel have/has no potential or actual conflict of interest to report and that no relationships, transactions, circumstances or positions held are believe to contribute to any such conflict of interest. 9. I hereby certify that the information set forth in this declaration is true and complete to the best of my knowledge. (Authorized Signature, Title, Design-Build Entity Name and Date) By signature on this Qualification, responders certify that they comply with: a. The laws of the State of North Carolina b. The applicable portion of the Federal Civil Rights Act of 1964 c. The Equal Employment Opportunity Act and the regulations issued there under by the federal government d. The Americans with Disabilities Act of 1990, and the regulations issued thereunder by the federal government e. All terms and conditions set out in this RFQ f. A condition that the Qualification submitted was independently arrived at, without collusion, under penalty of perjury g. That their bids, if applicable, will remain open and valid for at least 120 days. If any responder fails to comply with sections [a] through [g] of this paragraph, the County of Forsyth reserves the right to disregard the Qualification, terminate the contract, or consider the Firm/Team in default. **End of Section Seven** Page 23 of 24 Appendix A – Insurance Requirements Firm/Team shall maintain insurance not less than the following: Consultant agrees to maintain, on a primary basis and at its sole expense, at all times during the life of this Contract the following coverage and limits. The requirements contained herein, as well as County’s review or acceptance of insurance maintained by Consultant is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Consultant under this Contract. 1. Lead Design-Build firm must obtain a Builder’s Risk Insurance Policy for this project with coverage equal to the total cost of the project. 2. Lead Design-Build firm must keep and maintain insurance for the duration of this Agreement including but not limited to commercial general liability, automobile liability, workers’ compensation, employer’s liability, and umbrella coverage with at least the minimum limits shown below. (The Owner reserves the right to negotiate different limits and coverage in the final contract.) Commercial General Liability: $1,000,000 per occurrence Commercial Auto Liability: $1,000,000 combined single limit Excess (Umbrella) Liability: $1,000,000 Workers' Compensation: Statutory Employer's Liability: $1,000,000 each accident/total disease/employee disease 1. Professional Liability (Errors & Omissions) coverage for Architect of Record and Engineer(s) of Record shall provide coverage not less than $5 million per claim. (The Owner reserves the right to negotiate different limits and coverage in the final contract.) 2. Additional Insured- Consultant agrees to endorse Forsyth County, its officials, officers, and employees as an additional Insured on the Professional Liability coverage. 3. All insurance companies must be authorized to do business in North Carolina with a Best Rating A-VIII or higher. Certificate of Insurance- Consultant agrees to provide the County of Forsyth with Certificates of Insurance evidencing that all coverage’s, limits and endorsements required herein are maintained and in full force and effect, and Certificates of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available, by Consultant’s insurer. If Consultant receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Consultant agrees to notify the County within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to the coverage no longer in compliance. Certificate Holder address should read: County of Forsyth Forsyth County Risk Management Attn: Teresa Everhart, Risk Manager 201 North Chestnut Street Winston-Salem, NC 27101 Page 24 of 24 Appendix B – Aerial Map

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

Belcourt Replace Steam Boiler Design Build

Due: 12 Apr, 2024 (in 14 days)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Ward 1 Design-Build Fox Point Neighborhood Entry Sign

Due: 06 May, 2024 (in 1 month)Agency: City of Providence