Design-Build for a Community Health and Human Services Building Renovation and Construction Project

expired opportunity(Expired)
From: Bay(County)
RFQu 2024-05

Basic Details

started - 16 Feb, 2024 (2 months ago)

Start Date

16 Feb, 2024 (2 months ago)
due - 05 Apr, 2024 (24 days ago)

Due Date

05 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
RFQu 2024-05

Identifier

RFQu 2024-05
Bay County

Customer / Agency

Bay County
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.

1 RFQu 2024-05 Design-Build for a Community Health and Human Services Building Renovation and Construction Project Bay County Finance Department Purchasing Division On behalf of Bay County Health Department JAMES BARCIA BAY COUNTY EXECUTIVE 2 REQUEST FOR QUALIFICATIONS---THIS IS NOT AN OFFER IF FOR ANY REASON YOU CANNOT BID, RETURN THIS FORM SO STATING TO BE RETAINED ON OUR BIDDERS LIST DATE OF REQUEST FEBRUARY 16, 2024 REFERENCE RFQu NUMBER RFQu 2024-05 MANDATORY FACILITY WALK-THROUGH FEBRUARY 29, 2024 10:00 AM LOCATION 4150 WILDER RD BAY CITY, MI 48706 DEADLINE FOR VENDOR QUESTIONS MARCH 15, 2024 5:00 PM RESPONSES DUE FROM COUNTY MARCH 27, 2024 5:00 PM PROPOSED DATE/TIME REQUIRED APRIL 5, 2024 11:00 A.M. SUBMIT QUALIFICATIONS TO: BAY COUNTY FINANCE DEPT. PURCHASING DIVISION BAY COUNTY BUILDING 515 CENTER AVENUE 7TH FLOOR BAY CITY, MI 48708-5128 MARK QUALIFICATION SUBMISSION: “DESIGN BUILD FOR A COMMUNITY HEALTH AND HUMAN SERVICES BUILDING RENOVATION AND CONSTRUCTION PROJECT -
DELIVER TO THE FINANCE DEPARTMENT IMMEDIATELY” PURPOSE: The intent and purpose of this Request for Qualifications (RFQu) is to establish a contract through competitive sealed bid for a firm to design, renovate, and coordinate this turn-key project that will include but not be limited to architectural/engineering services, workflow analysis, construction/renovation services (including subcontractor oversight) and overall project implementation to satisfy the County’s requirement for a fully usable Community Health and Human Services Building in Bay County, Michigan (County), The building is located at 4150 Wilder Rd., Bay City, MI 48706. 3 The County expects this to be an overlapping design and construction project with one contract between the Design-Builder and the County and a single point of responsibility and contact for the County. Bay County will entertain submissions from an individual or firm who will contract for each phase of the project as the project progresses or a partnering submission for all facets of the project. The design-builder is responsible for designing and constructing the project to meet the performance standards set forth by Bay County in the contract. With respect to any prescriptive designs or specifications, the design- builder is responsible for discovering any prescriptive requirements and the performance standards. . PROJECT INTENT: The County proposes altering and renovating a building located at 4150 Wilder Rd., in Bay City, Michigan (former Art Van Furniture and Love’s Furniture location) for a multi-purpose collaborative center that will house its Public Health Department, the regional Child Abuse and Neglect (CAN) Council and one (1) other service office as well as potential medical and behavioral health clinics, and a regional morgue. The building was originally occupied by Art Van Furniture from 1995 until March of 2020. Some very minor renovations occurred at the end of 2019. In May of 2020 the building was purchased and occupied by Love’s Furniture for approximately four (4) months before closing and has remained mostly unoccupied. During the fall months the building has been rented out for seasonal retail. The project includes renovating approximately 45,000 square feet of an existing double height one story building that is highly accessible through local transportation and meets the needs of the proposed participating agencies. The space will be reconfigured to house a centralized, one-stop center for residents to obtain necessary services, significantly reducing the time and effort associated with these efforts with an emphasis on interprofessional collaboration between providers. The proposed center will provide a more controlled waiting area with better circulation and improved access to exam rooms, laboratory space, and patient services again, with the emphasis on interprofessional collaboration between agencies and providers. Program Proposed Sq Ft Six (6) Administrative Office Space 1,730 Add Three (3) Offices and Cubicle Spaces 770 Waiting Area 700 Environmental Health 1,440 WIC Area 1,700 Ten (10) Exam Rooms 1,200 Clinical (IMMS, FP/Other) Offices 2,000 Lab 10 x 20 200 Storage and Employee Rooms 1,600 Emergency Preparedness/Communicable Disease 1,750 Family Consultation Rooms and MIHP Suite 2,250 Community Conference Room(s) 3,000 Family Consultation Area Rooms 550 4 Toilet Rooms, Janitor’s Closet, Drinking Fountains 870 Increase Women, Staff and Public Toilets 929 Future Morgue* 1,500 Subtotal 22,889 Provider 1 ** 2,500 Provider 2 *** 16,000 Circulation 2,948 Total 44,337 *The Morgue is a potential space that would need to include: 1. Add screening to a loading dock to allow for discrete access. 2. Two autopsy bays. 3. Twelve refrigerated holding bays. 4. Viewing room. 5. Equipment Storage. 6. Associated accessory spaces. **Provider (1) will require a forensic exam room with two-way glass, roughed in dimensions 330 square feet. ***Provider (2) With the desire to attract a tenant who currently requires all landlords to comply with the State of Michigan guidelines, we are requesting that “Provider 2” space be built to all of the specifications required by the State of Michigan which can be found in Appendix A and B. Information System Telecommunications Room requirements: 1. Provider 2 requires a room no smaller than 10’ x 11”. 2. Bay County requires the rooms to be a minimum of 5’ x 6’ to allow for clearance of a network race provide movement are the racks. 3. Ideally each zone of the building, i.e., IMMS, Environmental Health Administration, should have their own telecommunications room. SCOPE OF WORK: All proposals must either meet or exceed the requirements contained herein. All offerors must be able to provide professional architectural and other specialty engineering services to design and renovate the multi- purpose collaborative center. The responding firm is requested to provide the following list of scope of services for the duration of the project. The scope of services must include the following activities: 1. Project Administration: Provide overall management of project process, budget, and schedule, including, but not necessarily limited to the following: a. Organize, lead and document meetings requiring Bay County involvement or representation. b. Organize and coordinate budget adherence efforts and document those efforts. 5 c. Arrange for and manage environmental reports, surveys, etc. d. Attend board meetings, if required, and submit a monthly status reports summary that will include a project update, updated schedule and budget, and a list of major issues requiring Bay County administrative action. 2. Manage Overall Project – Design/Renovation: a. Work closely with Bay County Health Department (BCHD) and partners to develop respective goals. b. Monitor/participate in design meetings/work sessions to help ensure that the design meets schedule milestones and incorporates necessary operational concepts that support BCHD and Partner’s function. c. Challenge design and construction assumptions by identifying cost-saving opportunities to optimize project value within the scope of the project budget without sacrifice programs or quality. d. Subcontract and lead the selection process for other necessary consultants/team members. e. Develop additional contracts that may be necessary and negotiate terms in conjunction with Bay County’s Corporation Counsel. 3. Budget and Schedule Control: a. Develop the working project budget to include all related expenses. Maintain, monitor, and update the project budget throughout the project. b. Work with Bay County and other team members to develop budget reduction strategies as necessary, especially if budget updates indicate overages beyond acceptable margins. c. Develop, maintain, and regularly update the project schedule. The schedule will include all projected-related activities, including, but not limited to, major Bay County meetings, design activities, construction, procurement, close-out and move-in/occupancy. d. Work with other team members to develop schedule adherence strategies or corrective efforts, as necessary, if schedule updates indicate any slippage or delay in project timeline. 4. Construction Period Involvement: a. Negotiate and administer construction contracts, documents, contingencies, general conditions and change orders. b. Advise Bay County on construction quality issues, manage the change order process. 5. Professional involvement throughout all phases of the project, including but not limited to the development of bid documents. Bay County Purchasing will act in an advisory capacity to ensure the Bay County Purchasing Policy and any other related regulations are followed. Reviewing and approving bid submittals, publishing design changes, overseeing renovation and construction progress and participation in briefings and presentations. 6. This project is federally funded and as such will follow the requirements of the Davis-Bacon Act as well as Michigan Prevailing Wage pursuant to Bay County Ordinance 1.002. The submittal of pay vouchers will be in compliance with the Davis-Bacon requirements and forwarded to Bay County for approval. Certified payroll during construction phase is required, identify payment of Davis-Bacon or Michigan Prevailing Wages, whichever is higher. 7. Timely processing of project correspondence, material, and equipment submittals. 8. Space Planning: Develop a layout that optimizes workflow and accommodates various departments within the health facility. 6 9. Workflow Analysis: Conduct a thorough analysis of operational workflows to identify bottlenecks and propose solutions for improved efficiency. 10. User Interaction Design: Create an intuitive and user-friendly environment for both staff and clients, ensuring a positive experience throughout. 11. Compliance: Ensure that the design complies with all relevant health and safety regulations and standards, including HIPAA protocols. 12. Flexibility for Future Expansion: Design with future scalability in mind to accommodate potential growth and changes in healthcare services. 13. Other types of professional services of nature consistent with the intent of the RFQu. PROPOSAL REQUIREMENTS: Section 1.0 - Executive Summary and Company Overview 1. Firm's or Individual’s History and Capabilities: Provide a brief overview of your company, including its size and number of employees, corporate structure, legal status, number of years in business, background, and history. Include a summary of the firm's or individual’s experience and capabilities in providing services for projects that were partially or totally funded with Federal funds. Section 2.0 — Approach, Organization and Team 1. List/describe any specific methodologies that you propose to use to ensure the success of the project. 2. Explain the protocols/tools that your team will use to communicate during the process with your internal team, the blended project team, and the Bay County staff liaisons - on a daily/weekly/monthly basis. 3. Also provide credentials for each key individual proposed for the design team (including, as applicable, team members from partnering or sub-contracting firms and building teams). Attach a résumé for each person including educational background, experience, credentials, certifications related to design and the specific proposed role for the team. Also, include relevant project specific design experience or renovation experience and references for each individual team member. Section 3.0 — Relevant Similar Project Experience 1. In this section, describe at least up to three (3) project specific engagements completed by your organization which demonstrates the experience and expertise required to successfully complete the project as described herein. Projects similar in size and nature to the scope described in the RFQu will be of specific interest. Two (2) pages per project, please. 2. Please include: a. Description, size (square feet), brief timeline and total project cost of the project. b. Similarities to the proposed project. c. Your team's role in the project. d. Specific individuals from your firm who had direct involvement. e. Reference contact information. Section 4.0 – Task Understanding 1. Provide a narrative describing how you intend to accomplish task requirements for each phase of the contract as included in this RFQu. Address your understanding of overall contract requirements. 7 2. Include as a minimum: a. Task description. b. Major elements of project. c. Work-flow design. d. Discussion of important events. e. Proposed design schedule inclusive of design review periods and estimated time for administration actions. Section 5.0 – Fee Requirements (to be submitted in a separate envelope) Fees submitted must include the following and please include any additional fees not listed. 1. Architectural Design Services: a. Design Plan. b. Schematic Design. 2. Construction Documentation Preparation. 3. Contract Award Assistance. 4. Construction/Renovation Oversight. PROPOSAL SUBMITTAL: Format submission as broken out below and place each requirement in a separate section. 1. Cover Letter (form provided). 2. Bidder’s Checklist (form provided). 3. Certification (form provided). 4. Section 1.0 - Executive Summary and Company Overview. 5. Section 2.0 – Approach, Organization and Team. 6. Section 3.0 – Relevant Similar Project Experience. 7. Section 4.0 – Task Understanding. 8. Section 5.0 - Fee (Sealed envelope – one (1) envelope submitted with the “Original” proposal). QUALIFICATIONS-BASED SELECTION (QBS) PROCESS TO BE USED The Bay County Purchasing Policy provides for the use of a Qualifications Based Selection (QBS) Process. This fair and rational procedure facilitates the selection of professional services based on qualifications and competence in relation to the scope and needs of the project. The committee is charged with implementing the QBS process and providing recommendations to the Bay County Executive and Bay County Board of Commissioners. Members of a QBS committee will review materials submitted by each person, compare, and rate them according to the selection requirements stated in this QBS. The QBS process to be used for this project involves several steps: 1. The general scope of work is identified. 2. A selection schedule is established. 3. Qualification documents are requested. 4. Qualification documents are evaluated. 5. A short list of proposers who receive a maximum of 80% potential points is prepared for further consideration with the top three (3) proposer(s) possibly being invited for an interview and evaluation. 8 6. Interviews (if necessary) are conducted. 7. Individuals are ranked for selection. 8. A contract is negotiated with the top ranked individual. a. If an agreement cannot be reached, those negotiations are ended and negotiations are begun with the second ranked individual and so on down the line, until agreement is reached and an individual selected. 9. All individuals involved receive post-selection communications. GENERAL INFORMATION: 1. CHANGES TO RFQu: All additions, corrections or changes to the solicitation documents will be made in the form of a written Change Form signed by Purchasing Agent, Frances Moore, only. Firms shall not rely upon interpretations, corrections, or changes made in any other manner, whether by telephone or in person. Additions, corrections, and changes shall not be binding unless made by such a written, signed Change Form. All written, signed Change Forms issued shall become part of the Agreement documents. Change Forms will be sent to all known potential firms by e-mail. 2. CONTACT INFORMATION: To receive future communications related to this RFQu, possible firms are asked to immediately send contact information by email to Frances Moore, Bay County Purchasing Agent, at purchasing@baycounty.net; failure to do so may limit your ability to submit a complete, competitive proposal. 3. RIGHT TO WITHDRAW BIDS: By submitting a Proposal in response to this RFQu, Firm agrees to be bound by this RFQu’s terms and conditions. Proposals may be withdrawn by the Firm without penalty at any time before notification that the Firm’s Proposal has been selected. However, if the Firm withdraws after selection of its Proposal but before executing the Contract for any reason (“Late Withdrawal”), Firm shall pay liquidated damages to the County in an amount equal to five percent (5%) of the amount of the Proposal (“Liquidated Damages”). The County and Firm intend these Liquidated Damages to constitute compensation and not a penalty. The parties acknowledge and agree that the harm caused to the County by such a Late Withdrawal of a Proposal would be impossible or very difficult to accurately estimate at the time of the Late Withdrawal and that the Liquidated Damages are a reasonable estimate of the anticipated or actual harm that might arise from such a Late Withdrawal. Firm’s payment of the Liquidated Damages shall be Firm’s sole liability and entire obligation and County’s exclusive remedy for Late Withdrawal of Firm’s Proposal. 4. BONDING REQUIREMENTS: a. A bid-bond will be required equaling 5% of the total project cost. b. A performance and payment bond of 100% of the total project cost will be required by the successful bidder. The performance and payment bond shall name the County as the oblige. 5. PREVAILING WAGE/DAVIS- BACON REQUIREMENTS: a. Bay County Ordinance 1.002 provides in part that every contract which amounts to $15,000 or more for a County construction project will, with limited exceptions, require Michigan prevailing wage. Accordingly, the Michigan Prevailing Wage is a requirement for this project. Michigan mailto:purchasing@baycounty.net 9 Prevailing Wage rates may be found here: LEO - DTMB Prevailing Wage (michigan.gov) b. Federal funds will be utilized for this project requiring the bidder to follow the requirements of the Davis-Bacon Act. Davis Bacon Wage Determination may be found here: SAM.gov | Wage Determinations c. It is expected the A/E will assist with the selection of a Construction Manager (CM) and will work with the CM throughout the term of the project. 6. RFQu, PROPOSALS AND ACCEPTANCE DO NOT OBLIGATE: The parties agree that they will not consider either distribution of this RFQu or receipt of Qualifications by the County or even notification of Proposal acceptance by the County as an obligation or commitment by the County to enter into a contractual agreement. Rather, the parties understand that the County will have no binding obligation until it signs the Contract approved by its legal counsel. 7. TAX-EXEMPT STATUS: The County is a tax-exempt entity. A tax-exempt form will be provided to the successful firm. 8. FOIA: All bids are confidential until the listed bid opening time and date; however, as a public entity, the County is subject to the Michigan Freedom of Information Act (FOIA). Information contained in the proposals may be subject to FOIA requests. 9. INSURANCE: The Firm shall purchase and maintain insurance sufficient to protect it from any and all claims which may arise out of or result from the Firm’s services related to this RFQu and any resultant contract, whether such service be by the Firm individually or by anyone directly or indirectly employed by Firm, or by anyone for whose acts Firm may be liable, including independent contractors. Insurance policies purchased and maintained shall include, but are not limited to, the following: a. Workers’ compensation insurance for claims under Michigan’s Workers’ Compensation Act or other similar employee benefit act of any other state applicable to an employee in the minimum amount as specified by statute; b. Employer’s liability insurance, in conjunction with workers’ compensation insurance, for claims for damages because of bodily injury, occupational sickness or disease or death of an employee when workers’ compensation may not be an exclusive remedy, subject to a limit of liability of not less than $100,000 each incident; c. Motor vehicle liability insurance required by Michigan law including no-fault coverage for claims arising from ownership, maintenance or use of a motor vehicle with liability limits of not less than $1,000,000 per occurrence. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. d. Commercial General Liability insurance for claims for damages because of bodily injury or death of any person, other than the Firm’s employees, or damage to tangible property of others, including loss of use, which provides coverage for contractual liability, with a limit of not less than $1,000,000 each occurrence and a mandatory $2,000,000 annual aggregate. https://www.michigan.gov/leo/bureaus-agencies/ber/wage-and-hour/dtmb-prevailing-wage https://sam.gov/content/wage-determinations https://sam.gov/content/wage-determinations 10 Insurance required shall be in force until acceptance by the County of the entire completed work, and shall be written for not less than any limits of liability specified above. Certificates of insurance, acceptable to the County, shall be provided to the County’s Department of Corporation Counsel no less than ten (10) working days prior to commencement of the project. All coverage shall be with insurance carriers licensed and admitted to do business in Michigan, and are subject to the approval of the County. All Certificates of Insurance and duplicate policies shall contain the following clauses: 1. “It is understood and agreed that thirty (30) days advance written notice of cancellation, non- renewal, reduction and/or material change in coverage will be mailed to Bay County’s Department of Corporation Counsel, 515 Center Avenue, Suite 402, Bay City, MI 48708”; and 2. “It is understood and agreed that the following are listed as additional insureds: The County of Bay, including all elected and appointed officials, all employees and volunteers, all boards, commissions, departments and/or authorities and their board members, employees and volunteers.” 10. NON-DISCRIMINATION: In the performance of the competitive sealed bid and resultant contract, firm agrees not to discriminate against or grant preferential treatment to any individual or group on the basis of race, sex, color, ethnicity, national origin, gender identity and sexual orientation in the operation of public employment, public education, or public contracting. Firm shall not discriminate against any employee or applicant for employment to be employed in the submission of this Proposal or in performance of the duties necessitated by an award of the proposed contract with respect to his or her hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment, because of his or her race, color, religion, national origin, ancestry, gender, height, weight, marital status, age, except where a requirement as to age is based on a bona fide occupational qualification, or disability that is unrelated to the individual's ability to perform the duties of a particular job or position. Any breach of this provision will be regarded as a material breach of the contract. 11. COST OF DEVELOPING PROPOSAL: The Firm shall be responsible for all costs incurred in the development and submission of its Proposal. 12. QUESTIONS: All questions about this RFQu must be received by March 15, 2024, 5:00 p.m. in writing, via email, to: Frances Moore Purchasing Agent purchasing@baycounty.net Every attempt to answer your inquiries will be made, however Bay County reserves the right to not answer any questions received after the March 15, 2024, due date. Responses to any inquiries will be issued in one (1) Addendum no later than March 27, 2024, and will be sent to all known firms. mailto:purchasing@baycounty.net 11 Correspondence or inquiries made directly from firms regarding their proposals are to be directed to those County employees designated above for appropriate review and response. In addition, the person listed above will issue all valid responses and changes to this RFQu. Contact with other County staff or a County Board of Commissioner could be reason for disqualification. Any significant explanation desired by a firm regarding the meaning or interpretation of the Request for Qualifications must be requested with sufficient time allowed for a reply to reach all prospective firms to submit their qualifications. Any information given to a prospective firm concerning the Request for Qualification will be furnished to all prospective firms as an amendment or addendum to the Request for Qualification if such information would be of significance to uninformed firms. The County shall make the sole determination as to the significance to uninformed firms. 13. RESPONSIBILITY: Firms are solely responsible for ensuring their bid is received by Bay County Purchasing in accordance with the solicitation requirements, before the date and time specified in this Request, and at the place specified. Bay County Purchasing shall not be responsible for any delays in mail or by common carrier or mistaken delivery. Delivery of qualification shall be made to Bay County Purchasing, Bay County Building, 7th Floor, Bay City, MI 48708. Deliveries made before the due date and time but to the wrong office will be considered non-responsive unless re-delivery is made to the office specified before the due date and time specified in this request. 14. QUALIFICATION DELIVERY: Qualifications must be returned no later than April 5, 2024 @ 11:00 A.M. in a sealed envelope clearly marked “DESIGN-BUILD FOR A COMMUNITY HEALTH AND HUMAN SERVICES BUILDING RENOVATION AND CONSTRUCTION PROJECT.” Please provide eight (8) printed copies of the submission and one cost envelopment (include with the submission labeled “Original”). The submissions may be hand delivered or sent by mail to Bay County Purchasing Office, Bay County Building, 7th Floor, Bay City, Michigan 48708. The County will not accept proposals sent by FAX machine or E-mail. 15. QUALIFICATION OPENING: There will be a public proposal opening immediately following the deadline to receive proposals in the Bay County Finance Department conference room located in the Bay County Building, 7th Floor, 515 Center Avenue, Bay City, Michigan. All firms are invited to attend and hear the proposals read. 16. QUALIFICATION REJECTION/ACCEPTANCE: The County reserves the right to accept or reject any or all proposals, to waive any irregularities and to make the final determination as to the best low qualified proposal. 17. QUALIFICATION AWARD: In the event the proposal is awarded directly by the Finance Officer, a Notice of Intent to Award will be used to notify all firms of her intent to award the proposal to the Firm providing the best value to the County. 12 18. CONTRACT: The County’s award of any proposal is subject to and conditioned upon execution of a formal agreement for products and services between the successful firm and the County. In submitting a proposal, the firm acknowledges that the contents of the RFQu will become incorporated within any formal agreement. This RFQu does not include every term and provision which shall be included in the formal agreement. In the event that the firm fails to execute the formal agreement within 14 days of its presentment by the County, the County may reject the selected firm, and proceed to accept another qualified proposal, or reject all proposals. A copy of a firm’s suggested terms and conditions may be submitted with firm’s Qualifications, however, neither the County’s acceptance of any proposal nor award of any contract pursuant to this RFQu shall be construed as any definitive acceptance by the County of Firm’s suggested terms and conditions. In the event of a conflict in terms, the order of precedence to resolve the conflict will be as follows: Michigan State law, the terms and conditions of the signed contract, the terms and conditions of the RFQu, and last, the Firm’s Proposal. 19. DISPUTES: In the event a firm disagrees with the recommendation of the Bay County Finance Officer concerning this award, the firm may obtain a Bid Protest Form from the Purchasing Office. This form must be completed and returned to Frances Moore, Bay County Purchasing Agent, Bay County Purchasing Division, 7th Floor, Bay County Building, 515 Center Avenue, Bay City, MI 48708-5128, within ten (10) working days from the date of the notice of intent to award. ADA ASSISTANCE: The County of Bay will provide necessary and reasonable auxiliary aids and services, such as signers for the hearing impaired and audio tapes of printed materials being considered, to individuals with disabilities upon two days’ notice to the County of Bay. Individuals with disabilities requiring auxiliary aids or services should contact the County of Bay by writing or calling: Amber Davis-Johnson Frances Moore, Purchasing Agent Corporation Counsel Bay County Finance Department Bay County Building Purchasing Division 515 Center Ave. 4th Floor Bay County Building Bay City, MI 48708-5128 515 Center Ave. 7th Floor (989) 895-4098 Bay City, MI 48708 (989) 895-4049 TDD purchasing@baycounty.net THIS QUALIFICATION PROCESS WILL BE CONDUCTED IN CONFORMITY WITH THE BAY COUNTY PURCHASING POLICY AS FOUND ON THE BAY COUNTY WEBSITE www.baycounty-mi.gov mailto:purchasing@baycounty.net http://www.baycounty-mi.gov/ 13 Bid Response Cover Sheet Bid #: 2024-05 Design-Build for a Community Health and Human Services Building Renovation and Construction Project All bids must include this cover sheet (or this sheet reproduced on letterhead) as page one (1) of the bid. TO: County of Bay 515 Center Ave, 7th Floor. Bay City, MI 48708 FROM: _______________________________________________________________________ Company Name [ ] an individual, [ ] a corporation (Please mark appropriate box), Duly organized under the laws of the state of: ________________________________________ The undersigned, having carefully read and considered the Request for Qualifications (RFQu) for Design-Build for a Community Health and Human Services Building Renovation and Construction Project does hereby offer to perform such services on behalf of the County in the manner described and subject to the terms and conditions set forth in the attached Submission, including, by reference here, the County’s RFQu document. Submissions must be signed by an official authorized to bind the provider to its provisions for at least a period of 90 days. BY: ________________________________________________________ (Signature of authorized representative) ________________________________________________________ (Please Print Name and Title) PRINCIPAL OFFICE ADDRESS: Street Address: _________________________________________________________________ City: ________________________________________ County: _______________________ State _______________________________________ Zip Code: ______________________ Telephone: ________________________________ Fax: __________________________ Email: ________________________________________________________________________ TIN #: ___________________________________ UEI #: ________________________ 14 Bidders Check List Bid #: 2024-05 Design-Build for a Community Health and Human Services Building Renovation and Construction Project YES NO 1. I have read ALL the instructions and specifications. _____ _____ 2. I have read and acknowledge the information contained in _____ _____ the “General Information” section of the Bid. 3. I have filled in ALL the required documentation. _____ _____ 4. I have provided all required information per the guidelines _____ _____ specified within the bid document. 5. I am an officer of the company. _____ _____ 6. I have the authority to obligate my company. _____ _____ 7. I am returning the signed ORIGINAL and specified number _____ _____ of copies required per the bid document. 8. I have organized and labeled the bid per instruction. _____ _____ 9. I have retained a copy of the submission. _____ _____ 10. I have properly labeled the external envelope. _____ _____ 11. If successful, the “Insurance Requirement Certificate” from _____ _____ an insurance company licensed to do business in the State of Michigan will be provided within ten working days after Notification of the award. 12. I have provided the necessary information for the person responsible for follow-up. Signature: __________________________________________________________ Print Name: __________________________________________________________ Title: __________________________________________________________ Company Name: __________________________________________________________ Company Address: ________________________________________________________________________ ________________________________________________________________________ Phone Number: __________________________ Fax Number: _____________________________ E-mail Address: ________________________________________________________________________ Date: __________________________ 15 NON-BIDDERS FEEDBACK FORM Bid #: 2024-05 Design-Build for a Community Health and Human Services Building Renovation and Construction Project If you are not submitting a bid for this Bid, please indicate the reason(s) by checking off one or more items below and email this form to purchasing@baycounty.net. ________ Unable to bid at this time but would like to receive future bid requests. ________ Service(s) or material(s) not provided by our firm. ________ Service(s) or material(s) we offer do not fully meet all the requirements specified. ________ We cannot meet the timetable required. ________ Insufficient time allowed for preparation and submission of bid. ________ Specifications not clearly understood or applicable as follows: (ex. too vague, too rigid, etc.) ________ Other: _________________________________________________________________ _______________________________________________________________________ _______________________________________________________________________ Please remove our name from your bidders list for _____ This commodity group _____ These item(s) or material(s) _____ All bids Signature: ________________________________________________________________ Print Name: ________________________________________________________________ Title: ________________________________________________________________ Company Name: ________________________________________________________________ Company Address: ________________________________________________________________ Email: ________________________________________________________________ Phone: __________________________ Date: ________________________ mailto:purchasing@baycounty.net 16 ATTACHMENT A CERTIFICATION RFQu 2024-05 Design-Build for a Community Health and Human Services Building Renovation and Construction Project The individual signing below certifies: 1. He/She is fully authorized to submit this Proposal, including all assurances, understanding and representations contained within it which shall be enforceable as specified. 2. He/She has been duly authorized to act as the official representative of the bidder to provide additional information as required and, if selected, to consummate the transaction subject to additional, reasonable standard terms and conditions presented by County. 3. This Proposal was solely developed and prepared without any collusion with any competing Proposer and/or Bay County employee and Bidder has not entered into any type of agreement of any nature to fix, maintain, increase or reduce prices or competition regarding the items covered by this Proposal. 4. The content of this Proposal has not and will not knowingly be disclosed to any competing or potentially competing proposer prior to the proposal opening date, time, and location indicated. 5. No action to persuade any person, partnership, or corporation to submit or withhold a Proposal has been made. Signature: ________________________________________________________________________ Print Name: ________________________________________________________________________ Title: ________________________________________________________________________ Company Name: ________________________________________________________________________ Company Address: ________________________________________________________________________ ________________________________________________________________________ Phone: _______________________ Fax: _________________________ Email: ________________________________________________________________________ Date: _______________________ 17 APPENDIX A Provider 2 Office Construction and Tenant Fitout Design and Construction Standards

515 Center Ave., Ste. 103 Bay City, MI 48708Location

Address: 515 Center Ave., Ste. 103 Bay City, MI 48708

Country : United StatesState : Michigan

You may also like

Police - Force Protection Remodel Project 1

Due: 30 Apr, 2024 (Tomorrow)Agency: City of Laconia

RENOVATE SECOND FLOOR CENTER, BUILDING 52, JEFFERSON BARRACKS ST. LOUIS VA HEALTH CARE SYSTEM

Due: 06 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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