CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November 14 th, 2014 AT 2:00 PM In the Carmel Area Wastewater District Office 3945 Rio Road Carmel, CA 93923 CAWD CONTACTS: DREW LANDER Principal Engineer (831) 624-1248 EXT. 203 lander@cawd.org
Page 2 of 12 THIS SHEET HAS BEEN INTENTIONALY LEFT BLANK
Page 3 of 12 TABLE OF CONTENTS Section Section Title Page(s) A Invitation 4 B Background 4 C Scope of Work 5 D Statement of Qualifications Content 5 E Other Information 7 F Evaluation of Qualifications 8 G Selection Process 8 H Disclaimers 9 I Deadline for Submission of Qualifications 9 J Contact Persons 10 Attachment A District Insurance Requirements 11
Page 4 of 12 A. INVITATION The Carmel Area Wastewater District (District) is seeking a qualified Construction/Building Contractor or Firm (Contractor) with the expertise, successful project history and current capability to ensure successful construction of a new Staff Facilities Locker Room located at the wastewater treatment plant (26900 Highway 1, Carmel CA). The District is seeking to identify qualified Contractors who have a demonstrated ability to complete public works construction projects similar in nature to the one proposed. The District is self-regulated under California Government Code section 53091 and is not required to obtain County building permits. The successful Contractor will demonstrate a clear ability to adhere to the requirements of the California Building code in all professional trades for new construction, including the standards of the Americans with Disability Act (ADA), and the Federal Emergency Management Agency floodplain construction regulations. It is the District s intent to expedite the bidding process by identifying up to three contractors who will be invited to review the construction documents and provide proposals with schedules and costs. All proposals shall result in the District taking occupancy of the proposed Locker Room no later than June 30 th, 2015. This is a request for Building Contractors to submit a written statement of qualifications which demonstrates the Contractor s ability to complete the proposed construction within the identified timeframe. District staff will evaluate the submitted written statements and request proposals from firms that are deemed to be qualified. Evaluation will be conducted by District s General Manager, Principal Engineer, and the Project Architect, with the final selection of qualified Contractors being recommended by the General Manager. The District will identify up to three qualified Contractors who will be asked to review the construction documents and prepare proposals for construction. B. BACKGROUND The District is beginning the first phase of a $30M Capital Improvement Plan (CIP) in the Spring of 2015. The first phase of construction requires the re-purposing of the existing staff locker room for other uses. To maintain the health, safety and welfare of its employees the District wishes to ensure that safe changing and showering facilities are available for use prior to the decommissioning of the existing facilities. In order to maintain the current schedule of the CIP it is imperative that the new locker room facilities be operational no later than June 30, 2015. To meet this time frame the District has elected to seek parallel paths for facility design and identification of qualified Contractors who have the capacity to perform construction of CMU (concrete masonry unit) structures and standard wood frame construction in the allotted time frame. Construction plans are currently being prepared by the appropriate licensed professionals
Page 5 of 12 for the proposed locker room. To facilitate coordination between the Contractor, project Architect, and District staff, it is in the District s best interest to hire a Contractor who has established good communication practices, a high level of customer service and who has the ability to provide successful project construction management. It is anticipated that the construction of these projects shall be fully funded by District Capital reserves. C. PROJECT SCOPE The construction task that the Contractor will be undertaking will be the PHASE 1 STAFF FACILITIES LOCKER ROOM. The activities and services that the District will be requiring are: Pre-Construction review of project documents for consistency with applicable building codes (excluding structural review). General construction management, project scheduling and coordination of trades. Relocation of existing mobile offices on site. Demolition and disposal of existing hardscape foundation. New foundation construction. Relocation and extension of required utilities. Building construction. o All trades. High quality construction and attention to detail. Attached to this RFQ is the initial Architectural sketches (A1-A4) for the proposed building to illustrate location and intent of construction. Engineer s Cost estimate for building construction: $450,000. Copies of the District s front-end specifications as well as copies of the preliminary design reports can be made available upon request. D. STATEMENT OF QUALFICATIONS CONTENT The statement will be evaluated using a quality-based selection method. The District discourages overly lengthy statements. RFQ s should be prepared simply, providing a straightforward and concise description of the provider s capabilities to satisfy the requirement of the request. The written statement should include the following information. Failure to include the requested information in the requested format may result in a determination that the statement is non-responsive.
Page 6 of 12 1. Cover Letter 1 page maximum. Transmittal letter for the statement and expression of interest in the project. Include the primary Contractor s name and business address, as well as the Project Manager s name, telephone number and email address. Summarize your understanding of the required services and how your firm is best qualified to provide those services. The cover letter shall be signed by the person authorized to negotiate a contract for proposed services with the Carmel Area Wastewater District on behalf of submitting Contractor/firm. The Contractor must include license/registration identification valid in the State of California to submit a proposal to provide the required services. 2. Statement Section 1 Organization of the firm - 3 pages maximum, including a Contractors complete name, business address, telephone number and website URL and the name and telephone number of person the District should contact regarding the statement. A brief description of the Contractor s organization, including names of principals, number of employees, client base, areas of specialization and expertise and any other pertinent information such as the location of responsible office and availability of relevant equipment, machinery or employees. The Construction Manager for this project should be clearly identified. 3. Statement Section 2 Staffing of the firm - 2 pages maximum (excluding resumes, optional). A statement of the technical qualifications and experience of the lead staff to perform the work and accomplish the proposed construction. Include resumes of the Construction Manager, lead trade professionals and key project personnel that will participate on the project which demonstrate their ability to perform or supervise work to ensure compliance with State and local building codes. (Limit of 6 resumes; no more than 2 pages per resume). The Contractor shall be responsible for performing the work required under the contract in a manner acceptable to the District. The Contractor s organization and all associated consultants and subcontractors must be identified at the time of the proposal. If the Contractor wishes to use a subcontractor not specified in the proposal, prior written approval must be obtained from the District. If a subcontract for work or services to be performed exceeds $25,000, the subcontract will be required to conform to all provisions of the prime contract, including District insurance requirements. 4. Statement Section 3 Sample projects by the firm 5 pages maximum. A list of similar or more complex construction projects completed by the firm within the past 7 years with emphasis on public agency projects from 2010 to present. List shall include, at least, the following information: the name of the client, client reference(s), project name, project manager, key personnel, scope summary, project start date, project design completion date, and project construction completion date. Also include the contract price and final construction costs.
Page 7 of 12 5. Statement Section 4 Project Understanding and Approach 2 pages maximum. Describe your team s understanding of the construction process for a public agency. Describe Construction Manager s and firm/team support and approach to managing project to ensure effort is completed on schedule and within established budget. Provide any additional relevant information that may be useful for this project. E. OTHER INFORMATION California State Prevailing Wages: The State Director of the Department of Industrial Relations has established the general prevailing rates of per diem wages and rates for overtime and legal holidays in the locality in which the work is to be performed. Not less than said prevailing wages shall be paid for work on this project. Equal Opportunity Employment: The successful Firm must comply with California State equal opportunity requirements. The District is committed to a program of equal employment opportunity regardless of race, color, reed, sex, age, nationality or disability. Title VI: It is the District s policy to assure that no person shall, on the grounds of race, color, national origin or sex, as provided by Title VI of the Civil Rights Act of 1964, be excluded from participation in, be denied the benefits of, or be otherwise discriminated against under any of its federally funded programs and activities. Insurance Requirements: The selected Firm shall maintain insurance that is sufficient to protect the Firm s business against all applicable risks, as set forth in the Standard Insurance Requirements Attachment A for Professional Service Contracts. Please review insurance requirements prior to submitting a statement of qualifications. If the selected Firm is unable to meet these standard requirements, please note current or proposed insurance coverage s in submittal. Non-Endorsement: As a result of the selection of a Firm to supply products and/or services to the District, the Firm agrees to make no reference to the District in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the District. Non-Collusion: Submittal and signature of a statement of qualifications swears that the document is genuine and not a sham or collusive, and not made in the interest of any person not named, and that the Firm has not induced or solicited others to submit a sham offer, or to refrain from proposing. Compliance with Laws and Regulations: In addition to nondiscrimination and affirmative action compliance requirements previously listed, the Firm ultimately awarded the contract shall comply with federal, state and local laws, statutes and ordinances relative to the execution of the work. This requirement includes, but is not limited to, prevailing wage, protection of public and employee safety and health;
Page 8 of 12 environmental protection waste reduction and recycling; the protection of natural resources; permits; fees; taxes; and similar subjects. F. EVALUATION OF QUALIFICATIONS The ideal Contractor will have extensive experience completing general construction projects in the public sector. The District may contact references and client lists provided by the Contractors selected to be reviewed by District staff. The three most qualified Contractors will be selected based on attributes such as: capability, experience, staff availability, history, past clientele, ability to meet deadlines, etc. 1. Responsiveness to Request or Statement of Qualifications breadth and depth of response; overall quality, responsiveness and completeness. (20 points) 2. Previous overall experience of team members assigned to the project. (20 points) 3. References. (10 points) 4. Demonstrated experience and expertise in the design of similar public facilities or capital improvement projects, construction, professional reputation of firm, and satisfaction of current and/or prior clients. (30 points) 5. General impressions and presentation of qualifications. (20 points) G. SELECTION PROCESS After evaluation of the submitted written statement of qualifications of the consultants, the three top ranked Contractors will be invited to submit a detailed proposal after reviewing the construction drawings anticipated to be completed in early November. Interviews may be conducted (as needed) to satisfy the District of each Contractor s ability to successfully complete the project. The Contractor demonstrating the highest level of success who provides lowest construction bid will be selected to provide all aspects of construction to provide the desired structure prior to the specified occupancy date. District staff will recommend that the District s Board of Directors award the projects to the selected Contractor after negotiations are complete. If the Board chooses to award the project, the consultant will be notified and required to execute a Services Agreement to complete the work.
Page 9 of 12 H. DISCLAIMERS The District reserves the right to reject any or all proposals submitted, and to waive minor irregularities in any RFQ/proposal. The District reserves the right to request clarification of irregularities submitted and to request additional information form any Firm. There is no representation made hereby that any contract will be awarded pursuant to this RFQ or otherwise. The District also reserves the right to award a portion of work, or combination thereof. The District reserves the right to negotiate a final contract that is in the best interest of the District considering all factors, including but not limited to cost effectiveness and quality control. All costs incurred in the preparation of the proposal, the submission of additional information and/or any aspect of a proposal prior to award of a written contract will be borne by the respondent. The District will provide only the staff assistance and documentation specifically referred to herein and will not be responsible for any other cost or obligation of any kind which may be incurred by the respondent. All proposals submitted to the District will become the property of the District. The District may also require the consultant to revise one or more elements of its qualifications in accordance with contract negotiations. The District reserves the right to evaluate statements for a period of up to ninety (90) calendar days. I. DEADLINE FOR SUBMISSION OF QUALFICATIONS The Consultant shall submit five (3) copies of its qualifications in a sealed envelope, clearly marked Qualifications for Construction/Building Services for Phase 1 Staff Facilities Locker Room to: Drew Lander, P.E., Principal Engineer Carmel Area Wastewater District 3945 Rio Road Carmel, CA 93922 Phone: (831) 624-1248 ext 203 Email: lander@cawd.org To be considered, statements must be received by 2:00 p.m. on November 14, 2014. Qualifications received after this date and time will not be accepted and will be returned to the consultant unopened unless necessary for identification purposes. All questions should be submitted in writing by 2:00 P.M., November 3, 2014 and directed to Drew Lander, at lander@cawd.org. All interested Contractors should provide
Page 10 of 12 a contact persona and email address to be placed on the question and answer distribution list. Firms that are downloading the RFQ from the District s web site, or those acquiring it from third party sources, must send an email to the District in order to be notified of new postings on the District s web site regarding the RFQ (e.g. addenda, etc.) The District will respond to the RFQ related questions in writing, via email to all contact persons of the interested firms, and on the District web site by November 7, 2014. The following is the anticipated schedule for Contractor selection: Deadline for Inquiries: November 3, 2014 (2:00pm) Statements of Qualification Due: November 14, 2014 (2:00pm) Statements Review Completed: November 21, 2014 Request for Proposals distributed to qualified candidates: November 25, 2014 Proposals Due: December 4, 2014 (12:00pm) Award of Contract by District Board: December 11, 2014 Notice to Proceed (constructability review): December 19, 2014 J. CONTACT PERSONS Inquiries relating to this Request for Qualifications and/or the required services should be directed to: Drew Lander, P.E., Principal Engineer Carmel Area Wastewater District 3945 Rio Road Carmel, CA 93922 Phone: (831) 624-1248 ext 203 Email: lander@cawd.org
Page 11 of 12 INSURANCE REQUIREMENTS: ATTACHMENT A Prior to the commencement of services hereunder, the Consultant shall certify and provide evidence of coverage from responsible insurance carriers of the following insurance. Such insurance policy or policies shall be stated to be primary and noncontributing with any insurance which may be carried by the District. Consultant shall deliver to District certificates of insurance which shall provide that thirty days' notice will be given to District in the event of a reduction, modification or cancellation. a) Workers' Compensation and Employer's Liability Insurance. Workers' Compensation in compliance with the applicable state and federal laws. Employer's Liability limit $1,000,000. b) Comprehensive General Liability Insurance, including Blanket Contractual, Broad Form Property Damage, Completed Operations and Independent Contractor's Liability, all applicable to Personal Injury, Bodily Injury and Property Damage to a combined single limit of $1,000,000 per each occurrence/claim, subject to $2,000,000 annual aggregate for Completed Operations and Personal Injury other than Bodily Injury. c) Comprehensive Automobile Liability Insurance including owned, hired and non-owned automobiles, Bodily Injury and Property Damage to a combined single limit of $1,000,000 per each occurrence. d) Professional Liability Insurance affording professional liability coverage to a combined single limit of $1,000,000 per each occurrence/claim subject to a $2,000,000 annual aggregate. e) Excess Liability Insurance following employers' liability afforded by item a) and other coverages afforded by items b), c) and d) set forth above, subject to a combined single limit of liability of $2,000,000 for each occurrence/ claim/aggregate. f) Additional Insured. District shall be included as an additional insured (but not as a named insured) on the Comprehensive General Liability, Comprehensive Automobile Liability and Excess Liability insurance policies described in parts b), c) and e) above; and as evidenced by filing with District the ISO (Insurance Service Office) CG 2010 endorsement form or equivalent. g) No Exclusion. No insurance coverages described
Page 12 of 12 herein shall exclude coverage for claims against the Consultant by the District because the District is named as an additional insured.