CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING DESIGN BUILD TEAM HOLLYWOOD SWIMMING COMPLEX HOLLYWOOD SC

Similar documents
REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP)

Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018

1 INTERNAL AUDIT SERVICES RFP

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

CHARLESTON COUNTY PARK AND RECREATION COMMISSION. Request for Proposal McLeod Plantation Stabilization II December 11, 2017

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Qualifications Construction Manager

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

TOWN AUDITING SERVICES

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Design Build Services Lake Shawnee Junior Pond Improvements

January 19, To Whom It May Concern:

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Washington County Public Works, Building Services

ADVERTISEMENT FOR THE CITY OF WAUPACA REQUEST FOR PROPASAL (RFP) RETAIL MARKET ANALYSIS AND DEVELOPMENT PLAN

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

PART V PROPOSAL REQUIREMENTS

Request for Proposals Construction Services Workplace Excellence Project

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

PPEA Guidelines and Supporting Documents

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Morgan Hill Unified School District

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR PROPOSALS Town of Brattleboro, VT

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

CRAWFORD MEMORIAL PARK

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES CITY OF DALLAS PARK AND RECREATION DEPARTMENT

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Architectural Services

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES

City of Malibu Request for Proposal

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

General Contractor Services - Small Projects

REQUEST FOR QUALIFICATIONS DOWNTOWN WAYFINDING CONSULTING AND DESIGN

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104

REQUEST FOR PROPOSALS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

CITY OF GOLDEN, COLORADO Parks and Recreation Department

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS. Design Professional Services

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

Agency of Record for Marketing and Advertising

REQUEST FOR PROPOSAL

Request for Proposals and Specifications for a Community Solar Project

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

Transcription:

CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING HOLLYWOOD SC June 19, 2017 1

REQUEST FOR PROPOSAL Table of Contents PRICE PROPOSAL FORM... 4 I. Introduction:... 7 II. Scope of Services:... 7 III. Selection Process:... 11 IV. Qualification/Evaluation:... 12 V. Criteria for Selecting Design Build Team Based on Qualifications:... 13 VI. Submittals:... 18 VII. SBE and Local Vendor Policies:... 20 VIII. Out of State Contractors and Subcontractors:... 20 IX. Insurance Requirements:... 20 X. Addendum:... 21 Attachment #1 1a - Corporate Experience Form 1b - Contractor s Certification/Qualification Questionnaire 1c - SC Department of Revenue Form I-312, if applicable 1d - Equal Employment Opportunity Certification 1e - Non-Collusion Oath 1f - Drug-Free Work-place Certification 1g - Local Preference Option 1h - Compliance with Illegal Immigrant Act 1i - Insurance Requirement 1j - Small Business Enterprise Policy 1k - Subcontractor Data Form 1l Organizational Conflict of Interest 1m W-9 Request for Taxpayer Identification Number and Certificate 2

Attachment #2 - Site Plan Attachment #3A Program Attachment #3B CCPRC Standards Attachment #3C Architectural Concepts Contract Document 3

Price proposal must be sent in a separate sealed envelope Submit Subcontractor Data Form (Attachment#1) with Price Proposal in Sealed envelope. PRICE PROPOSAL FORM Firm Fixed Price Contract May 19, 2017 Company: Item 1 - Master Planning and Schematic Design: $ All allowances, fees, sub consultant fees and costs are included in this Item 1 Total. Item 2 Design Development: Item 3 - Construction Documents & Permitting: Item 4 Construction Item 5 Construction Administration: Alternates/Options Item #6 Seating / Site Furnishings Item #7 Shade in Pool & Shade Structure on pool deck Item #8 Additional Landscaping Item #9 Pool Maintenance (First season only and winterization ending October 31, 2018) $ $ $ $ $ $ $ $ Item # 10 Recommended Description a) $ b) $ c) $ These items can be expanded to an additional page. Total Price - Items #1 thru items #9 Total Price all Items $ $ 4

Offer Notes: 1. Evaluation will be made on the total sum of items #1 thru items #9. Evaluation of alternates/options will not obligate CCPRC to exercise the alternates/options. Item #10 will not be evaluated. Items #6 thru #10 shall be awarded based on fund availability. 2. Price realism analysis will be performed. 3. CCPRC may reject an offer as nonresponsive if it is materially unbalanced as to the price for item #1- #9. An offer is unbalanced when it is based on prices significantly less than prices for some work, and prices which are significantly overstated for other work. 4. All allowances, fees, taxes, contractors, sub-contractors fees and prices are included in this Total Proposal. 5. Total price based on Design-Build Team concept for design recreation pool complex. Progress payments will be based work actually performed on each task after award. The Owner shall pay the Contractor monthly progress payments within 30 days of receipt of approved Document/ Application and Certification of Payment, or accepted Payment Application Form by the Owner, according to the Contractor's schedule of values, less 10% retainage to be held until final payment. At a minimum, invoices shall contain the identity of the provider of the services, the date of the services, a description of the services, and any applicable taxes. The price specified shall include all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services covered by this Agreement. Out of state Contractors/Consultants are required to complete form I-312, Nonresident Taxpayer Registration Affidavit Income Tax Withholding form, Attachment #1c. The prices listed in this proposal includes all pricing, including, but not limited to, all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services covered by this Agreement. Respectfully submitted, Company Name: Representative: Address: Signature: Title: Email: Phone: Date Submitted: 5

EXCEPTIONS: Offeror must sign one appropriate statement below, as applicable: ( ) Offeror understands and agrees to all terms, conditions, requirements, and specifications stated herein. Firm: Signature: ( ) Offeror takes exception to terms, conditions, requirements, or specifications stated herein (Offeror must itemize all exceptions below, and return with this RFP.): Firm: Signature: Vendors should note that any exceptions taken from the stated terms and/or specifications may be cause for their submittal to be deemed "non-responsive", risking the rejection of their submittal. 6

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Design Build Team Hollywood Swimming Complex RFP# 2017020 I. Introduction: The Charleston County Park and Recreation Commission (CCPRC) is seeking proposals from an Architect/Engineering Consultant and Construction Services Design-Build Team to provide master planning, design, engineering and construction services and close-out to construct a Recreation Swimming Complex located in Hollywood, SC. Upon review of the proposals submitted, it is the intent of CCPRC to select a Team to provide the services outlined in this Request for Proposal (RFP) and enter into a Design-Build contract. The selected team will be led by a Consultant for the duration of the project. One of CCPRC s primary responsibilities is the development of a diversified county park system. Each park facility offers a variety of recreational programming that is generally directed toward the natural features and characteristics of the site. The park system enjoys a large customer base of local residents, along with guests and tourists who visit the Charleston area. In order to continue providing quality facilities and features within our agency, CCPRC is constantly seeking to improve the agency by adding new features, renovating older facilities, and seeking innovative and sustainable approaches to its public facilities. In order to continue to provide those improvements, CCPRC needs qualified contractors to help with the planning and development of these improvements. II. Scope of Services: A) Project Site and Current Conditions The Town of Hollywood and CCPRC have entered into a Memorandum of Agreement to jointly master plan a recreation complex that will include a swimming facility to be constructed and managed by CCPRC and a health and wellness center/park that will be constructed and managed by the Town of Hollywood in the future. The Town of Hollywood is in the process of acquiring a 9-acre site for the proposed recreation complex, which is adjacent to their proposed municipal complex which has been designed to include a New Town Hall and a 7

Charleston County library. The site is located near the intersection of SC Hwy 165 and 162 in Hollywood, SC, 29449. GPS coordinates for the recreation complex are 32 o 43 55.63 N/ 80 o 14 19.02 W. This project is contingent upon acquisition of the site by the Town of Hollywood. A general aerial map of the proposed site can be found in Attachment #2 Site Plan, the final plat will be provided to the selected Design-Build Team once available. B) Project Description CCPRC has identified the need to Master Plan, Design and Build a swimming complex in the Town of Hollywood as part of their rural recreation program. This will be a phased project which will include developing a master plan for the proposed recreation complex, and designing and constructing the proposed swimming complex. The health and wellness facilities desired by the Town of Hollywood will be designed and constructed at a future date. This scope of services of this request for proposal includes, but is not limited to, master planning, conceptual design, architecture, engineering, surveys, geotechnical, permitting, cost estimates, construction documents, construction and construction administration services to construct a new Swimming Complex. It is CCPRC s intent that the selected Team shall obtain all necessary information sufficient to acquire all local, state and federal permits, including requirements of the South Carolina Department of Health and Environmental Control (DHEC). It is CCPRC s expectation that the Architect/Engineer would lead the planning, engineering and permitting phases of the project. The Architect/Engineer should also be ready to assist CCPRC with construction administration services including product submittal review/approval and field inspections/construction meetings. C) Project Phases of Recreational & Swimming Complex Master Planning and Schematic Design: The Master Planning for this 9 acre site shall combine the recreational needs of both the Town of Hollywood s desire for a health and wellness center and CCPRC s vision to provide a swimming complex to teach water safety, swim lessons and a facility for area swim teams. As part of the master planning process, the consultant shall facilitate a steering committee consisting of representatives from the Town of Hollywood, CCPRC, and the Parkland Foundation of Charleston County to develop the final program. The preliminary master plan program goals for this site can be found in Attachment 3A - Program. Consultant should expect refinements to this program by the steering committee during the master planning process. It will be important for this master plan to work in conjunction with the Hollywood Municipal Center master plan for the adjacent parcel, Attachment 2 Site Plan. A site analysis shall be developed to analyze the physical site features, opportunities and constrains. The analysis inventory shall be synthesized to, at a minimum, the following information into a base map: site boundaries, soils, hydrology, existing utilities and circulation. Prepare a minimum of two conceptual design alternatives illustrating the desired features and activities identified through discussions with the Steering Committee. Proposed features will consider the feasibility of 8

permitting and all local codes, as appropriate. These alternatives will be presented to the Steering Committee for review. A preferred alternative, or blend of alternatives will be identified for refinement into the final Plan. Design Development Phase The Design-Build Team will develop a design plan for the CCPRC portion of the site, utilizing the final schematic plan developed with the Steering committee, further defining the facility program to meet CCPRC goals. This plan should incorporate the swimming complex requirements, as outlined in Attachment 3A - Program & 3B- CCPRC Standards and adjustments to program requirements provided by CCPRC staff. This plan shall also determine the configuration of the portion of the site to be utilized by the swim facility for approval by the Steering Committee. A detailed cost breakdown will be required to be provided throughout the development of the project, to assist with decision making and to ensure project stays within budget. This phase will outline a schedule for each stage of the project, indicating time line to completion with milestone progress points and proposed dates for submittals. The consultant is to manage and keep the schedule updated. The design development documents shall indicate the character of the project for architectural, structural, mechanical and electrical systems, materials and other elements as may be appropriate. The visual architectural character for the pool complex shall be complementary to the Town of Hollywood s concept for a contemporary Lowcountry architectural vernacular, Attachment 3C Architectural Concepts. Construction Documents Phase Based on the approved Design Development Documents and any further adjustments in the scope or quality of the Project or in the construction budget authorized by the Owner, the Design-Build Team shall prepare, review, and revise, subject to Owner's approval, Construction Documents consisting of Drawings and Specifications setting forth in detail the requirements for the construction of the Project. They will be responsible for complete construction documents required by local permitting agencies, the permitting processes, and for installation of all components. Contract documents at the 90% complete stage for the construction of the facility and its support components must be reviewed and available for mark-up by CCPRC staff, prior to final preparation of documents. Final copies of construction documents must be received by CCPRC prior to construction. Construction Phase and Construction Administration Prior to commencing construction a detailed cost analysis and schedule of the proposed construction shall be provided to show the project construction budget and detailed timeline for construction work schedule with milestones shown. The Contractor is to be responsible for overall project construction quality control including protection and security of site, provides directives to sub-contractors and attends scheduled construction meetings on site. Schedule and attend construction progress meetings. 9

Provide inspection/field condition reports as needed. Schedule inspections by all required agencies and officials. Provide other duties as outlined in contract and as required by project schedule. Maintain work schedule. Attend meetings with owner, consultants and subcontractors. Project Close-out As required, construction of a public swimming pool must be performed by a contractor holding a South Carolina license with the appropriate sub-classification in accordance with the South Carolina Department of Labor, Licensing and Regulation s General and Mechanical Contracting Act, Chapter 11, Title 40 as amended. The consultant team leader shall provide construction coordination and is responsible for communicating with team members / owner, prime contractors and attends scheduled construction meetings on site. This individual is to include providing reports and meeting minutes to owner, team members, sub-consultants and sub-contractors. If team leader is replaced during construction period, replacement will require CCPRC approval of same or greater credentials and experience level initially proposed prior to replacements start of work. Provide input for reports Progress meeting minutes Responsible for review of all project billing Facilitate progress meetings onsite Assist with Project Close-out Other duties as outlined in contract Project Close-Out shall include providing CCPRC with a hard copy and an electronic copy (in PDF and AutoCAD) of design and construction documents. As well as, an electronic copy of as-built drawings, specifications, Owner Manuals, warranty statements and other appropriate close-out documents, plus any other mutually agreeable services that CCPRC believes necessary for successful completion of the project. All electronic information shall be provided on a USB drive and are considered part of the scope of services. Survey information shall be provided as AutoCAD 2010 or later version, in order to update the existing park database. D) Design Build Swimming Complex Requirements The new Hollywood Swimming Complex should be designed for all ages and must meet all safety and design standards for current aquatic water structures and design principles, using innovative design, while still sensitive to the surrounding environment. This facility will consist of a 25 yard in-ground concrete pool with a Zero Depth Pool entrance, Mechanical Building, Bath house facilities and amenities as programmed. This Swim facility shall include all necessary concrete, plumbing, mechanical, filtration systems, motor s, pumps, electrical, etc., as required by local health codes. Specific CCPRC standards have been identified in Attachment 3B CCPRC Standards. Other elements may be added or may be eliminated upon refinement of program with CCPRC staff. 10

Based on funding availability, the following options for additional amenities shall be considered and prices to be included in the proposal. Item #6 - Seating/site furnishing/portable bleachers Item #7 - Shade (Shade Structures, Funbrella, etc.) Item #8 - Additional Landscaping Item #9 Pool Maintenance for first season and winterization ending October 31, 2018 Other recommendations by the Design-Build Team to meet project goals may offered in the proposal and shall be outlined in Item #10 on the price proposal form. Evaluation of alternates/options will not obligate CCPRC to exercise the alternates/options. Items #6 thru #10 shall be awarded based on fund availability. E) Project Cost: The Project Cost under this Request for Proposal is to be inclusive of all fees for the Design-Build Team and subconsultant fees including all taxes, studies, surveys, labor, materials, equipment, and services required for this project, start-up costs (i.e.: Chemicals, CO2, etc.) and including compliance with all state and local codes. Reimbursable expenses are not applicable to this contract. All permitting costs are to be included in the base offer, including permit-related signage. CCPRC is expecting the project price to be appropriately scaled to the final size and scope of the approved, permittable project. The allocated funds for this project are $2,000,000.00. This project site includes road and infrastructure costs not originally anticipated in the allocated funds; therefore proposals that exceed this funding will be considered. F) Project Schedule: Proposals shall include a timeline to accomplish all tasks. The Team s proposal must clearly address their ability to meet the intended schedule. The team shall be required to (a) commence work under this contract within 10 days after the date the team receives the notice to proceed, (b) execute diligently, and (c) substantially complete the entire work ready for the 2018 summer season. The substantial completion shall include final cleanup of the premises. The team shall achieve final completion within thirty (30) days of Substantial Completion. III. Selection Process: The Request for Proposal shall be available to any qualified firms choosing to respond. CCPRC reserves the right to waive any irregularities and/or to reject any or all proposals that do not adequately meet the intent of the RFP or cannot be produced within the approved schedule. No proposal may be withdrawn for a period of sixty (60) days after the date the proposals are due. CCPRC also reserves the right to accept the proposal as a whole, or any items listed in the RFP. 11

Deadline for Questions: July 6, 2017 Proposals due: July 25, 2017-2:00 pm ET Substantial Completion Summer Season, 2018 There will not be a pre-proposal meeting for this project. Companies may view the site at their own discretion; however, companies will be responsible for verification of the site conditions and by submittal of a proposal, companies certify that they are familiar with the site and content of this RFP, prior to submitting a proposal. CCPRC will not meet with individual companies. IV. Qualification/Evaluation: It is the intent of CCPRC, in accordance with the RFP documents, to award a contract based on the proposal that meets the program requirements, meets the required schedule, and will produce the highest quality product for the price. While CCPRC is concerned about the ultimate price of the proposed Hollywood Swimming Complex, the selection and award will not be based solely on the lowest priced proposal. Proposals will be evaluated and independently scored by a selection panel based upon, but not limited to, the following factors, listed in the order of importance: 1) Price 2) Corporate Experience 3) Past Performance 4) Capacity 5) Project approach and Performance Differentiators 6) Local Preference Option All sub-factors are of equal importance. CCPRC may request additional information from one or more companies after the submission of the initial proposal in order to clarify, confirm or properly evaluate the proposals. Evaluation scores may be revised due to a better understanding of specific elements of the proposal as a result of additional information received. CCPRC reserves the rights to, at reasonable times, inspect the part of the plant or place of business of the vendor, contractor or any sub-contractor which is related to the performance of any contract awarded or to be awarded by the Commission. CCPRC also reserves the right to negotiate terms of the contract with the intended company pursuant to CCPRC s Procurement Policy. There is no expressed or implied obligation for CCPRC to reimburse responding firms for any expenses incurred in preparing the proposal and/or any subsequent interview and/or requests for additional information. The contractor is required to sign the attached CCPRC s contract with the submission of their proposal. CCPRC will not be obligated for any services without a written executed contract by both parties. A copy of the firm s proposal will be incorporated and become a part of the contract; however, in the event of any ambiguity with any attachments, CCPRC s contract and Procurement Policy will prevail. 12

V. Criteria for Selecting Design Build Team Based on Qualifications: A) Offeror Representations Each Offeror by submitting proposals represents that: 1. The Offeror has read and understands this solicitation (including all attachments) and that their offer is made in accordance therewith. 2. The Offeror has reviewed the solicitation, has become familiar with the local conditions under which the service is to be performed, and has correlated personal observations with the requirements of the proposed contract documents. 3. The Offeror is qualified to provide the services required under this solicitation and, if awarded the contract, will do so in a professional, timely manner using successful Offeror s skill and attention. 4. Has examined the proposed site of the project and all information available. 5. Has become familiar with all the conditions related to the proposed work, including the availability of labor, materials, and equipment. 6. Has provided information and submittals which are accurate and correct. 7. Has become familiar with all local codes, review agencies and local review boards. 8. Has the appropriate active licenses required by the State of South Carolina, local code authorities and regulatory agencies. Submitter hereby offers to furnish all labor, materials, equipment, tools, transportation and services necessary to complete the proposed work on this project in accordance with the scope of work for the Hollywood Swimming Complex and the Contract Documents for the price quoted. B) Basis of Award The award determination shall be based on technical factors and price which together constitute a best value to the CCPRC; however, not necessarily the lowest price. The objective is selection of contractor whose overall proposal demonstrates the best value to CCPRC based on the stated criteria. As proposals become more equal in technical merit, the evaluated cost or price becomes more important. Following the deadline for submittal of proposals, a selection committee will review, analyze and rank all submittals based on their response to the information requested. If desired, the selection committee may short list the number of qualified Teams. CCPRC reserves the discretion to determine the number of Teams that will be on the short list. 13

The selection committee may conduct discussions with the Team(s) submitting responses regarding the contract and shall select from among them the Team(s) deemed most qualified to provide the required service. At the discretion of the CCPRC, the discussions with the Team(s) may consist of written questions and responses, and/or personal interviews with members of the Team(s). If personal interviews are required by the CCPRC, the persons proposed to be responsible for performing the work required herein shall attend the interview. If requested, Teams should be prepared to submit financial status information, which shall be held in confidence. The CCPRC reserves the right to reject any or all submittals, and to waive defects, technicalities and/or irregularities in any submittal. The CCPRC reserves the right to finalize a contract based on all factors involved in the written qualification submittal without further discussion or interviews. C) Evaluation Criteria for each Factor The distinction between corporate experience and past performance is corporate experience pertains to the types of work and volume of work completed by a firm that are comparable to the types of work covered by this requirement, in terms of scope and complexity. Past performance relates to how well a firm has performed. The Offeror shall be rated higher during evaluations if their proposal meets or exceeds the following factors: Factor 1 Price: CCPRC will evaluate price based on the total price proposal submitted. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: 1. Comparison of proposed prices received in response to the RFP. 2. Price realism analysis will be performed. Overall Price: the proposal s total for items 1 thru 6; Offeror will be evaluated based on the total price proposal submitted. Factor 2- Corporate Experience: Sub-factor 1a: Design Team Basis of Evaluation: The offeror will be evaluated to determine if he/she has demonstrated the necessary corporate experience in performing design projects. The Offeror will be evaluated to determine if they have demonstrated the necessary corporate experience to provide a Hollywood Swimming Complex. Proposals shall identify the Principal-in-charge and Project Manager for this project. Proposals shall also provide a statement of the Team commitment that the identified individuals will be involved throughout the entire project and must address, at a minimum: The organizational strength and stability of the responding Team is an important component to the selection process. The experience of work by the Team, which was obtained by personnel no longer with the Team, and therefore, not available for work the project, is of no interest to CCPRC and shall not be submitted in the response when providing the Teams qualifications. CCPRC evaluators will only consider Team projects that were presided over by project members who still work for the Team in the office submitting a proposal. Failure to properly identify work accurately may disqualify the proposal. Use the attached Corporate Experience Form, Attachment #1a, to submit projects. Please include a detailed description with each project explaining the scope of work performed. 14

Provide documentation of the Team capability and experience. Include: 1. Demonstration of Team s ability to perform the indicated services. 2. Organization Chart of the proposed project Team including sub-contractors, showing member names. Proposal shall clearly address the following: a. Names, titles and responsibilities of those who would work on this project. b. Resume of each project Team leader that will be assigned to this project to include education and/or related experience. c. Applicable professional registrations and licenses. d. Longevity with Team. e. Membership in professional organizations. f. Description of previous work specific to aquatic water features, parks, and recreational facilities. g. Professional awards received by the individual on projects where the individual played a key role. h. Detail individual's experience in the capacity of Project Manager that will be assigned to this project - highlighting experience with similar projects. i. Provide the title of the referenced project, year work was done, name of the client and the name, address and telephone number of a contact person knowledgeable of that individual s role on the project. j. Provide a listing of key members of the Team, their experience with similar projects and their role on the projects, a listing of what your Team offers that others may not. k. Team experience in aquatic water systems. l. The selected Team will be required to sign, comply with the terms and conditions of CCPRC s Contract Document, which is attached, and submit with the Request for Proposal. Team: Solicitation Submittal Requirements: Submit a list of Team(s) who will be utilized for this contract. The list shall include complete Team name (no abbreviations), address, phone number, and DUNS number. Identify the projected role of the Team(s) and include experience in spray plays, water parks, parks and recreation facilities life cycle pricing, and other proposed elements of this RFP as deemed applicable to demonstrate Team/personnel qualifications. Each project shall range from $25,000.00 to $500,000.00. Please provide the following information for each project: (a) Project Team (b) Project Title (c) Project Location (d) Contract Number (e) Date of Design Services (f) Estimated Construction Price (g) Project Description- Including permitting and sustainable design concepts (h) Customer Point of Contact (Name, Organization, Address, Telephone, Fax, and email) Note: The CCPRC Procurement Manager and Project Manager must approve any substitutions of Team(s) by written change order. 15

Sub-factor 1b: Construction Team Basis of Evaluation: The offeror will be evaluated to determine if it has demonstrated the necessary corporate experience in performing relevant construction projects similar in complexity, dollar value, and magnitude to the RFP. Relevant is defined to mean that the offeror provides projects that are similar in nature as to the scope, dollar value and complexity to the RFP. Factor 3 - Past Performances: Sub-factor 2a: Design Team Basis of Evaluation: The degree to which past performance evaluations and all other past performance information reviewed (e.g., performance recognition documents, and information obtained for any other source) reflect a trend of satisfactory and/or outstanding level of performance considering: A pattern of successful completion of tasks A pattern of deliverables that are timely and of good quality A pattern of cooperativeness and teamwork at all levels (task managers Contracting officers, procurement office, auditors, etc. A respect for stewardship of CCPRC funds. In addition to the above, CCPRC may review any other sources of information for evaluation past performance. Other sources may include, but are not limited to, inquiries of owner representative(s), and any other know sources not provided by the offeror. While CCPRC may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Based on the trend and satisfactory and/or outstanding level performance may be rated higher. Provide recent (within the past 3 years) experience of Team (provide reference contacts with current phone number) and a listing of key members of the Team, their experience with similar projects and their role in the projects, a listing what your Team offers that others may not, relevance and appropriateness of Team s expertise and experience with pools, spray plays, water parks, and recreational facilities. Proposal must address the: 1. Specific experience of a comparable nature with emphasis on pools, water parks, spray plays and recreational parks. 2. Specifics regarding the efficiency and accuracy of price estimates for any previous comparable Projects. 3. The Offeror Team is encouraged to submit any other information they believe will enhance their position in the evaluation criteria. 4. Submit any other information to enhance your position in the evaluation criteria. 5. Include experience in Recreation Swimming Complexes, parks and recreation facilities life cycle pricing and other proposed elements of this RFP as deemed applicable to demonstrate Team/personnel qualifications. 6. Description of previous work specific to Recreation Swimming Complexes, parks and recreational facilities and/or related experience. Also, provide description of work relating to similar projects and provide information of other related experience. 7. Professional awards received by the team or projects where the team played a key role. 16

8. Detail team's experience in the capacity of Project Manager that will be assigned to this project - highlighting experience with similar projects. 9. Provide the title of the referenced project, year work was done, name of the client and the name, address and telephone number of a contact person knowledgeable of that individual s role on the project. References: Solicitation Submittal Requirements: The Certification/Qualification Questionnaire information is to include spray plays and should be structured as outlined in Attachment #1b Past Performance, included in the solicitation, which is provided for the Offeror or its Team members to submit for each project the Offeror includes in its proposal for Factor 1 Corporate Experience. Ensure correct phone numbers and email addresses are provided for the client points of contact. Include with your proposal submission a copy of the Reference Sheet which contains the point of contact information for each of the five (5) required client references. Also include performance recognition documents received within the last five years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. Sub-factor 2b: Prime Contractor/Subcontractors Construction Team The degree to which past performance evaluations and all other past performance information reviewed (e.g., performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory and/or outstanding level of performance considering: A pattern of successful completion of tasks; A pattern of deliverables that are timely and of good quality; A pattern of cooperativeness and Teamwork at all levels (task managers, contracting officers, procurement officers, auditors, etc.); A respect for stewardship of CCPRC funds. In addition to the above, CCPRC may review any other sources of information for evaluation past performance. Other sources may include, but are not limited to, inquiries of owner representative(s), and any other known sources not provided by the Offeror. While CCPRC may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Based on the trend and a satisfactory and/or outstanding level, performance may be rated higher. Factor 4 - Capacity: The Offeror will be evaluated to determine if their proposal meets or exceeds the proposed schedule, explain the plan to meet or exceed the proposed schedule, and provide a critical timeline for a successful project may be rated higher. A critical timeline that shows how the Substantial Completion by Summer Season 2018 timeframe will be used efficiently and effectively. The Team demonstrates the ability to meet the proposed schedule. 17

Timeline: Solicitation Submittal Requirements: 1. Schedule. Team s ability to meet the proposed schedule substantial completion date which, includes the owner s reviews and permitting applications. 2. Time schedule for completion of the project. Describe your Team approach to the project timeline. Factor 5 - Project Approach and Performance Differentiators: The Offerors may be rated higher during evaluations if their proposal meets and/or exceeds the following factors: 1. Provide conceptual plan illustrating the proposed approach in this RFP. 2. Capability to plan a Recreation Swimming Complex, capability to select the most price effective system in order to meet the design specifications, durability, functionality, maintenance, and constructability requirements. 2. Ability to provide unique qualifications and/or accomplishments, describe how submittals will be presented, describe Team s ability to provide realistic budgets and implement price controls throughout a project. 3. The approach in working with and receiving permitting. 4. Knowledge of local site conditions and applicable regulatory requirements. 5. The ability of the Team to ensure timely response to requests for on-site support. 6. Demonstrate creativity in solving difficult solutions to design and construction challenges. Factor 6 Local Preference: The Offeror whose business is physically located and operating within the limits of Charleston County and who otherwise meets the CCPRC s vendor requirements, Attachment #1g: Local Preference Option. VI. Submittals: A) Price: Solicitation Submittal Requirements: Submit an original clearly marked Original and two copies of the price proposal with Certifications and bid bonds in a separate sealed envelope with a cover page including name of the Team members, addresses, phone numbers, email addresses, fax numbers, contract solicitation number and point of contact. Submit the price proposal at the same time as the technical proposal. Submit an electronic copy of your price proposal (in PDF) and one electronic Flash- Drive. 18

Price Structure proposals shall be received by Tuesday July 25, 2017, 2:00 p.m. ET. All price proposals must be sent in a separate sealed envelope to the attention of Ms. Deborah P. Taylor, Procurement Manager, 861 Riverland Drive, Charleston, SC, 29412 and clearly marked on the bottom left hand corner Price Proposal Hollywood Swimming Complex, RFP #2017020 and name of Team. Total price shall be given for items as outlined in this RFP and proposals shall include the Price Proposal. Offerors submitting a proposal will be required to provide a price structure proposal in a separate sealed envelope for items clearly marked Price Proposal/Structure, Hollywood Swimming Complex, RFP 2017020 and the name of the Team. B) Technical Factors: Submit one original clearly marked Original and three (3) copies in 8-1/2 x 11 format, font size 12, limited to 75 pages, page count does not include brochures or cut sheets. Provide the proposals in three ring binders with a cover page including name of Offeror, address, phone, email address, fax numbers, contract number and point of contact in the order of the technical factors in Section IV. Offeror shall address all items as specified in this section. Failure to adhere to this format or to address all items specified may disqualify a Team from further consideration. Offerors are also encouraged to include any additional information they wish to be considered. Please sign the contract agreement on the final page of the document and return. Your offer on this solicitation will become the agreement with the successful Offeror(s) if negotiations are not necessary and when signed by CCPRC on the final page. Any questions or requests for clarification of the RFP must be made, no later than 2:00PM ET on Thursday, July 6, 2017 to the attention of Ms. Deborah P. Taylor, Procurement Manager, by e-mail to prcprocurement@ccprc.com. No questions will be addressed after that deadline and an addendum, if deemed necessary, will be issued. Technical Proposals shall be received by Tuesday, July 25, 2017, 2:00 pm ET. All technical proposals must be sent to the attention of Ms. Deborah P. Taylor, Procurement Manager, 861 Riverland Drive, Charleston, SC 29412 and clearly marked on the bottom left hand corner Technical Proposal Hollywood Swimming Complex, and name of Team. All proposals submitted will become the property of CCPRC and are subject to public record law. If proposal contains proprietary information the Proposer shall include a cover letter indicating the proposal contains such information. In addition, any information in which the proposer considers proprietary, MUST be clearly marked proprietary next to the relevant part of the text in order for it to be treated as such. Submit qualifications in the following format: Title Page: Title page showing the Request for Proposal subject; the Team name; the name, addresses, and telephone number of a contact person; and the date of the submittal. 19

Table of Contents: Provide Table of Contents to aid the evaluation of the qualifications. Transmittal Letter: A signed letter of transmittal briefly states the Offeror's understanding of the work to be done, the commitment to perform the work, a statement why the Team believes it to be best qualified to perform the engagement, and a statement that the submittal is a Team and irrevocable offer for sixty (60) days. Detailed Submittal: The purpose of the detailed submittal is for the Offeror to demonstrate their qualifications, competence, and capacity to provide a Swimming Complex to CCPRC in conformity with the requirements of this solicitation. Offeror shall submit a qualification for this project meeting the minimum requirements listed. Address each item listed in the Evaluation Criteria based on the ability of your Team as required. Offerors should address all the points outlined herein. This is Attachment #1a 1m: 1a - Corporate Experience Form 1b Contractor s Certification/Qualification Questionnaire 1c SC Department of Revenue Form I-312 1d - Equal Employment Opportunity Certification 1e - Non Collusion Oath 1f - Drug-Free Workplace Certification 1g - Local Preference Option 1h - Compliance with Illegal Immigration Form 1i - Insurance Requirement 1j - Small Business Enterprise Policy 1k - Subcontractor Data Form 1l - Organizational Conflict of Interest 1m - W-9 Request for Taxpayer Identification Number and Certificate VII. SBE and Local Vendor Policies: Contractor shall fully comply with CCPRC s SBE and Local Vendor Policies and requirements which are attached hereto and incorporated by reference. (See Attachments #1a- Corporate Experience Form, 1j - Small Business Enterprise Policy and 1k- Subcontractor Data Form) VIII. Out of State Contractors and Subcontractors: Out of state contractors are required to complete form I-312, Nonresident Taxpayer Registration Affidavit Income Tax Withholding form, see I-312, Attachment #1c of the solicitation. IX. Insurance Requirements: See Insurance requirements, Attachment #1i: 20

X. Addendum: Submitter acknowledges that it is the submitter s responsibility to determine whether an Addendum has been issued; and if so, to obtain copies of such Addendum from the CCPRC s website, and agrees to be bound by all Addenda that have been issued for this Request for Proposal. If addendum is issued, Offeror shall sign and return each addendum with the proposal submitted. 21