Dawson County Board of Commissioners Dawson County, GA Request for Qualifications #9809RFQ Pre-Qualification of General Contractors For Construction of the Dawson County Courthouse Schedule of Events This Request for Qualifications will be governed by the following schedule: July 21, 2009 RFQ Released Aug. 07, 2009 NOON Deadline for Questions Aug. 11, 2009 5:00 PM Deadline for Addenda to be posted to County website. Aug. 18, 2009 3:00 PM Statements of Qualifications are DUE. Purpose Dawson County seeks to pre-qualify General Contractors who desire to participate in the Formal bid process for construction of a new Dawson County Courthouse. For this purpose the Dawson County Purchasing Department will receive Statements of Qualifications from General Contracting firms with recent experience building of similar size and scope. An Invitation for Bid on the Courthouse construction will be extended to five (5) to eight (8) top ranked responders Restrictions on Communications From the issue date of this RFQ until the Standby Contractors are selected and the awards are announced, prospective submitters are not allowed to communicate for any reason with any County staff or elected officials except: 1) through the Purchasing Agent named herein, or 2) as provided by existing work agreement(s). This policy shall be strictly enforced and the County reserves the right to reject the submittal of any bidder violating this provision. Page 1 of 13
Selection Process The County has structured a procurement process that seeks to obtain the desired results, while establishing a competitive process, to assure that each person and/or firm is provided an equal opportunity to submit a Statement of Qualifications in response to this RFQ.. Qualification Statements will be reviewed and evaluated by County staff and one representative from the courthouse Architectural firm (collectively, the Evaluation Team. The Statements of Qualifications will be reviewed to determine if the Respondent has met the experience, staff qualifications and financial criteria described in this RFQ. Based upon the totality of the information contained in the Statement of Qualifications, the County will (in its sole judgment) determine which Respondents most closely meet the needs of the County. The respondents that best meet the requirements of the RFQ (in the sole judgment of the County) will be designated as a Qualified Bidder and will be given the opportunity to participate in the bid process for the Dawson County Courthouse construction. Conditions Applicable to RFQ. Upon submission of a Statement of Qualifications in response to this RFQ, the Respondent acknowledges and consents to the following conditions relative to the submission and review and consideration of its Qualification Statement: This document is an RFQ and does not constitute an Invitation to Bid. This RFQ does not commit the County to issue an Invitation to Bid. All costs incurred by the Respondent in connection with responding to this RFQ shall be borne solely by the Respondent. The County reserves the right (in its sole judgment) to reject for any reason any and all responses and components thereof and to eliminate any and all Respondents responding to this RFQ from further consideration for this procurement. The County reserves the right (in its sole judgment) to reject any Respondent that submits incomplete responses to this RFQ, or a Statement of Qualifications that is not responsive to the requirements of this RFQ. The County reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFQ, or otherwise request additional information. All Qualification Statements shall become the property of the County and will not be returned. All Qualification Statements will be made available to the public at the appropriate time, as determined by the County (in the exercise of its sole discretion) in accordance with law. The County may request Respondents to send representatives to the County for interviews. Page 2 of 13
Any and all Qualification Statements not received by the County by 3:00 p.m. Prevailing Time on August 18, 2009 will be rejected. Neither the County, nor their respective staffs, contractors or advisors (including but not limited to the Review Team) shall be liable for any claims or damages resulting from the solicitation or preparation of the Statement of Qualifications, nor will there be any reimbursement to Respondents for the cost of preparing and submitting a Qualification Statement or for participating in this procurement process. Qualification-based Selection Criteria: Primary factors to be considered in the evaluation of proposals include the following: 1. Contractor s experience building projects of similar size and scope. 2. Qualifications and experience of key staff you would devote to this project 3. Availability of key staff to perform this work and meet all deadlines. 4. Safety Program 5. Organization for contract administration and contract management. 6. References 7. Financial stability and bonding capabilities. 8. Material business litigation within the last five (5) years. Evaluation Scoring Submissions will be reviewed by the Evaluation Committee for quality and completeness. Qualifications will then be scored in each of the following categories using the maximum point values listed below. Experience of the Contracting Firm 25% Qualifications of Staff 15% Availability of Staff 10% Safety Program 10% Administrative & Managerial Organization 10% References 15% Financial Credentials 10% Litigation 5% Page 3 of 13
GENERAL TERMS Inquiries and Addenda All questions concerning this RFQ must be submitted in writing (fax or email may be used) to the Purchasing Director no later than 12:00 NOON on August 7, 2009 local time. Inquiries must identify the RFQ by title and must include the contractor/company name making the inquiry. Written inquiries must be directed to: Jill Rathe, Purchasing Director jrathe@dawsoncounty.org FAX 706-344-3504 No response other than written shall be binding upon the County. Dawson County reserves the right to issue written addenda to any inquiries that alter the scope of this Request for Qualifications. Addenda shall be posted to the county website, www.dawsoncounty.org no later than August 11, 2009 at 5:00 PM, local time. A signed copy of any addenda shall accompany each submission. Bidders are advised to check the website for addenda before submitting their Qualifications. Preparation of the Statement of Qualifications A MANDATORY Pre-Qualification Form is provided. Each qualifications submission should be prepared simply and economically, avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete package. The cost for developing the submittal is the sole responsibility of the Respondent. The County will not provide reimbursement for such costs. Please do NOT submit qualifications in three-ring binders. Misrepresented qualifications in the Statement of Qualifications submission, determined after the contract is let, are grounds for termination of the contract and other legal actions. Submission of Qualifications: SIX (6) copies of each respondents Statement of Qualifications to provide these services, shall be submitted in a sealed container/envelope with the statement #9809RFQ Courthouse Contractors written in the lower left hand corner of the shipping container/envelope. An ORIGINAL copy must be clearly marked and shall contain original signatures on any addenda that were issued. Qualifications submitted by fax or electronic mail will NOT be accepted. Statements of Qualifications may be delivered, or express mailed to: Jill Rathe, Purchasing Director Dawson County Board of Commissioners 76 Howard Avenue East, Suite 120 Dawsonville, GA 30534 Qualifications being submitted by US Mail shall be sent to: Jill Rathe, Purchasing Director Dawson County Board of Commissioners 78 Howard Avenue East, Suite 100 Dawsonville, GA 30534 Page 4 of 13
Submittals must be stamped as received by the Purchasing Department no later than 3:00 PM on Tuesday, August 18, 2009. NO submittal will be accepted after the sounding of the alarm on the official time clock as designated by the Dawson County Purchasing Director. It is the responsibility of the submitting firm to ensure that the Purchasing Director receives the submittal by the proposal due date and time. NOTE: Most overnight mail services do NOT guarantee timed, next-day delivery to Dawson County. Late proposals will be rejected in their entirety. No submittals or modifications to submittals will be accepted after the submittal due date and time. Non-Discrimination Dawson County is an Equal Opportunity Employer. Conflict of Interest The Respondent must disclose any existing client relationship that involves Dawson County. Rejection of Submissions/Cancellation of RFQ The Dawson County Board of Commissioners reserves the right to reject all qualifications submissions or any submission that is non-responsive or not responsible and to waive technicalities and informalities. It is also within the right of the County to reject submissions that do not contain all elements and information requested in this document. The County reserves the right to cancel this RFQ at any time. The County will not be liable for any cost/losses incurred in the preparation of submittals. Project Description: Building Construction Package Building Construction Package will be bid in September 2009. Notice to Proceed is anticipated to occur in early November, 2009. This building package is currently scheduled to last 18 months. The Dawson County Courthouse is planned at the site of Tucker Avenue and Shoal Creek Road in Dawsonville, Georgia; and, will serve as county offices as well as space for various court levels. The proposed Courthouse accommodates part-time court attendees and 117 full-time staff. The proposed building consists of four building levels, with a total gross square foot area of around 110,000. Floor levels consist of county offices and court space with program-related offices. Office & Court Space are provided as follows: (a) Jury Assembly/ Board of Commissioners (b) Sheriff s Office & Security (c) District Attorney (d) Public Defender (e) Clerk of Court (f) County Offices Page 5 of 13
(g) Superior Court Court Room & Offices (h) Magistrate Court Court Room & Offices (i) Probate Court Court Room & Offices Project Phasing The Work shall be conducted in three (3) phases in the following order, with each phase substantially complete before beginning the next phase: (a) Phase One will include rerouting of appropriate utilities and installing access and parking to allow uninterrupted operations in the existing Courthouse, Sallyport, Jail Magistrate Court and other support facilities. Work of this phase shall be substantially complete and in operation prior to beginning Phase Two. (b) Phase Two will include all work pertaining to and for the new Courthouse and Connecting Building. Work of this phase shall be Substantially Complete and in operation prior to beginning Phase Three. New courthouse shall have a certificate of occupancy prior to beginning phase three. (c) Phase Three will include the demolition of the existing Courthouse and the completion of utility, site work, and parking to complete the Project. The remaining Work shall be substantially complete and ready for occupancy at time of Substantial Completion. Type of Work This project will be contracted under a SINGLE PRIME general construction contract. Page 6 of 13
DAWSON COUNTY COURTHOUSE BUILDING CONSTRUCTION PACKAGE MANDATORY PRE-QUALIFICATION FORM (no substitutions to this form or "see attached" permitted) FIRM NAME: CONTACT NAME: EMAIL: PHONE: ADDRESS: PRINCIPAL OFFICE: OFFICE FROM WHICH THIS PROJECT WILL BE MANAGED: PROJECT EXECUTIVE AT THIS OFFICE: TYPE OF COMPANY Corporation Individual Partnership Joint Venture Other (Please specify): TYPE OF WORK (file separately for each classification of work): General Construction Plumbing HVAC Electrical Other (Please specify): I. ORGANIZATION 1.1 Years in business as a Contractor under name listed above? 1.2 General Contractor License Number? 1.3 Under what former names has your organization operated? Page 7 of 13
1.4 If your organization is a corporation, answer the following: 1.4.1 Date of incorporation: 1.4.2 State of Incorporation: 1.4.3 President s name: 1.4.4 Vice-President s name: 1.4.5 Secretary s name: 1.4.6 Treasurer s name: 1.5 If your organization is a partnership, answer the following: 1.5.1 Date of organization: 1.5.2 Type of partnership (if applicable): 1.5.3 Name(s) of general partners: 1.6 If your organization is individually owned, answer the following: 1.6.1 Date of organization: 1.6.2 Name of owner: 1.7 If the form of your organization is other than those listed above, describe it and name the principals: 1.8 Proximity of your organization s office to the project site referenced above (miles): 1.9 How many full-time permanent employees work for your organization at the date of this application? 1.9.1 How many full time permanent employees work for the company at the office that will be working on this project at the date of this application? 1.9.2 Percentage of time each staff will devote to the project. 1.9.3 Attach an organizational chart for field staff and office support staff, job descriptions and resumes of proposed key personnel that will be used on this Page 8 of 13
project if awarded to your company. At a minimum, the resume of the Project Executive, the Project Manager, the Project Superintendent, and the Project Assistant Superintendent are to be submitted for review. If multiple candidates are under consideration for a position, submit resumes of all candidates who may be assigned to the project. 1.10 Attach a copy of your company s safety program. 1.11 List major subcontracting firms from which bids will be solicited for this project. The Dawson County Board of Commissioners reserves the right to exclude major subcontracting companies that have had poor performance history with the State of Georgia and/or Dawson County. 1.12 Is the company willing to exclude first tier subcontracting companies that have been deemed questionable performers by Dawson County Board of Commissioners? II. LICENSING 2.1 List trade categories in which your organization is legally qualified to do business in the State of Georgia, and indicate Georgia registration and license numbers: NOTE: ATTACH EVIDENCE OF AUTHORITY TO DO BUSINESS IN GEORGIA III. WORK EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces and plans to on the above referenced project: 3.2 Has your organization ever performed construction work for any government agency (state, county or city) in the State of Georgia? If yes, on a separate sheet, list all (minimum of five) contracts, the name of the agency, name of the project, owner s project manager/phone number, architect/engineer s phone number, original contract amount, final contract amount, original contract completion date and actual contract completion date, and date of owner s acceptance. Page 9 of 13
3.3 Dawson County experience: 3.3.1 Has your organization ever performed construction work for Dawson County? If yes, on a separate sheet, list name of facility, name of project, owner/phone number, architect/phone number, contract amount, scheduled completion date and actual completion date. 3.3.2 Has your organization been pre-qualified to bid on a Dawson County project and failed to submit a bid? If yes, on a separate sheet list name of project and reason you did not submit a bid. 3.4 Claims and Suits: (if the answer to any of the questions below is yes, attach details) 3.4.1 Has your organization ever failed to complete work awarded to it? If you have failed to complete a project within the time provided in a contract schedule please submit a separate sheet of paper identifying the project, the reason for the late performance and the name and telephone number of an owner s representative who can fully explain the circumstances. 3.4.2 Has your organization ever failed to substantially complete a project in a timely manner? Yes No 3.4.3 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? If yes, please explain the circumstances. 3.4.4 Has your organization filed any claims with the State of Georgia within the last ten years? If yes, please explain the circumstances. 3.4.5 List all active claims or lawsuits against any entity. Include the amount of the claim and a brief description. 3.4.6 List all active claims or lawsuits any of the first tier subcontractors have against any entity. 3.5 On a separate sheet, list the major construction projects approximately valued at or greater than $10 million dollars your organization has in progress, giving the name of the project, owner s project manager/phone number, architect/engineer s phone number, contract amount, percent complete and scheduled completion date. (Projects listed in Section 3.2 may be omitted from this listing.) Page 10 of 13
3.5.1 State total worth of work in progress and under contract: $ 3.6 On a separate sheet, list the major projects of similar scope and scale your organization has completed in the past five years, giving the name of the project, owner/phone number, architect/phone number, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 3.6.1 State the yearly average amount of construction work performed during the past five years: $ 3.7 On a separate sheet, list all of the projects your organization has completed in the past five years or currently has under construction and the corresponding Historically Under Utilized Businesses (HUB) percentage participation for each project if available. List project title, contract amount, total of HUB subcontractors, and percentage of contracts awarded to HUB s. Please list all of the first tier company names of Georgia HUB s that the company has subcontracted with over the past 5 years. IV. PROJECT SPECIFIC QUESTIONS This project is critical to the operations of the Dawson County Board of Commissioners. The proposed Courthouse located adjacent to an existing courts facility and a secure, occupied and restricted site. The following questions must be answered fully and accurately as directed to be pre-qualified for bidding on this work. Failure to answer, or failure to perform satisfactorily in any of the areas covered by these questions may result in not being qualified for this job. 4.1 Although outside the fence in an unrestricted portion of the site, this project requires experience with construction in and around an operating and secure correctional facility site. Has your organization ever performed construction work in or around a restricted corrections facility? If yes, on a separate sheet, list name of agency, name of project, owner/phone number, architect/engineer phone number, contract amount, scheduled completion date and actual completion date. 4.2 This project requires mandatory sequencing realized in steps. Has your organization ever successfully performed this kind of work? Is your organization agreeable to perform under the mandatory multiple steps shown in the documents? If yes, on a separate sheet, list 3 examples of site work completed in complex sequencing, identify each project, and give a reference with phone number for each. 4.3 This project requires that certain personnel may be subject to security background checks and all will be subject to site rule compliance. Is your organization agreeable to comply with potential security checks and compliance? Page 11 of 13
4.4 This project requires close attention to the needs of the secure correctional facility site. Contractors with managing offices more than 40 miles from the site may not be able to respond quickly when required. Space is very limited on the site. Please indicate how you expect to assure this attention is available on-site. Please identify the distance your office is located from the construction site and, if greater than 40 miles, how you expect to be sufficiently responsive. 4.5 This project requires close attention to the needs of the existing Courts Facility. Courts will be in session during various phases of significant noise-generating construction. Contractors will be expected to schedule their work with the schedule of the Courts to minimize disturbance. Please indicate how your scheduling can anticipate noisegenerating construction activities and coordinate with the courts to maintain the judicial schedule. V. BONDING 5.1 Attach letter from your surety company or its agent licensed to do business in Georgia verifying your organization s capacity for providing performance and payment bonds. 5.2 Have any funds been expended by a surety company on your behalf? If yes, explain circumstances: 5.3 List all surety companies that have provided bonds for your company for the past ten years. 5.4 What is your current bonding capacity with regards to your current total worth of work in progress and under contract? 5.5 Name of Bonding Company and Bond Company Rating: 5.6 Insurance Modification Rating: Page 12 of 13
VI. SIGNATURE 6.1 Dated at this day of: Name of organization (as licensed in Georgia): Name of Authorized Officer (typed): Signature of Authorized Officer: Title: 6.2 NOTARY CERTIFICATION State of Georgia County I, a Notary Public of the County and State aforesaid, certify that, personally appeared before me this day and acknowledged the execution of the foregoing instrument. Witness my hand and official seal, this the day of, 20. Official Seal or Stamp Notary Public My commission expires, 20. Page 13 of 13