Page 1 of 12 RFQ2019-3147 Golf Course Renovations REQUEST FOR QUALIFICATIONS (RFQ) 2019-3147 Martin County Board of County Commissioners Purchasing Division 2401 S.E. Monterey Road Stuart, Florida 34996 pur_div@martin.fl.us www.martin.fl.us The Board of County Commissioners, Martin County, Florida, will receive statement of qualifications for a DESIGN-BUILD PROJECT: MARTIN COUNTY GOLF COURSE RENOVATIONS Sealed proposals will be received by the Information Desk on the 1 st Floor at the address above until 2:30 PM local time, on Wednesday, June 26, 2019. The complete bid document may be downloaded from www.demandstar.com (online bidding site). Martin County is an equal opportunity/affirmative action employer. By order of the Board of County Commissioners of Martin County, Florida. This document may be reproduced upon request in an alternative format by contacting the County ADA Coordinator (772) 320-3131, the County Administration Office (772) 288-5400, Florida Relay 711, or by completing our accessibility feedback form at www.martin.fl.us/accessibility-feedback Page 2 of 12 RFQ2019-3147 Golf Course Renovations LIST OF DOCUMENTS Bidders must register with the online bidding site in order to receive all required documents and notification of addenda. This Document Contains: A. General Project Information B. Submittal Instructions and Selection Process C. Additional Instructions to Bidders Additional Documents to be downloaded from the online bidding site: 1. Bidder’s Qualification Statement (to be returned with Qualification Statement) 2. Design-Criteria & Audit Report 3. Existing Map and Clubhouse Layout 4. Design-Build Contract 5. Sample Schedule of Values 6. Bid Form (to be submitted in Stage Two by shortlisted firms only) 7. Bid Bond (to be submitted in Stage Two by shortlisted firms only) 8. Payment and Performance Bond (to be executed by successful firm only) Page 3 of 12 RFQ2019-3147 Golf Course Renovations A. GENERAL PROJECT INFORMATION Martin County requires a Design-Build Firm (DESIGN-BUILDER), which has the capacity to design and construct the work in accordance with the Design Criteria and Construction Specifications under the Terms and Conditions of the Agreement between Owner and Design-Build Contractor and complete the work quickly and on-time, cost-effectively within budget. The Design-Build firm is required to have the golf course contractor performing the work as the prime and shall utilize the golf course architect for the design as the secondary firm. DESIGN-BUILDER shall prepare final Construction Documents, Project Permitting (if necessary) and Construction of the Martin County Golf Course Renovations. The Design-Criteria Professional(s) for this Project is: HJA Design Studio, Inc. 50 East Ocean Blvd, Suite 101 Stuart, FL 34994 a n d Martin County Public Works Department Martin County Parks & Recreation Department 2401 SE Monterey Road Stuart, FL 34996 1. Requirements of DESIGN-BUILDER a. Must be experienced in providing Design-Build services for county governmental capital improvement programs and public golf course facilities. b. Must be authorized to do business in the State of Florida and must possess professional service registrations, and construction licenses in accordance with applicable statutes, regulations, and rules. c. Must be knowledgeable of the requirements of Florida Statutes. d. Must be able to demonstrate financial strength appropriate to the scale of projects to be managed. e. The selected Design-Builder and its subconsultants will be required to meet the insurance requirements of the County. f. In accordance with Florida Statute, the selected firm will be required to make sworn statements regarding Public Entity Crimes and Contingent Fees. 2. Project shall be designed and constructed in accordance to the Design Criteria – Golf Course Audit Report included with this RFQ. Proposed design and construction shall conform to applicable site soil, water, and environmental conditions. The project shall include the design and construction of the Martin County Golf Course, including, but not limited to; a new, fun, smart, modern and exciting 9 Page 4 of 12 RFQ2019-3147 Golf Course Renovations hole course (to be located on the current Red & White courses), and improvements to 18 hole course (located on the current Gold and Blue courses), short game/chipping area, driving range, putting greens, irrigation, drainage and cart paths. Course routing, operational efficiency and golfer experience are priority, and all must be considered in the design. 3. General Description of Services and Project Final golf course routing, grades, hazard locations, tee box locations, path alignments, accessory, drainage, geotechnical, incorporation of Irrigation Quality (IQ) water (to be provided to property line by the City of Stuart), irrigation, landscaping, architectural features and aesthetics, and all other final design features will be the responsibility of the successful Firm. The final design documents shall be completed in English units of measurement and language. The design and construction by the successful Firm shall be completed in accordance with applicable Project and County Standards and Specifications identified in this RFQ. The County’s intent is to permit flexibility in design and the subsequent construction to accommodate processes, procedures and innovative techniques preferred by the successful Firm, as long as they are consistent with site conditions, good engineering practices, best management practices, USGA standards, guidelines, practices and procedures. The Project includes the design, construction and warranty of all Project improvements, including but not limited to survey, engineer, geotechnical, drainage, grading, golf course design, irrigation, accessories, cart paths, lighting, aesthetics, environmental compliance, permits, landscaping, warranties and establishment, standards, and specifications referenced in this RFQ. This RFQ outlines the design-build competitive process, and a Firm will be selected based on a combination of technical factors, schedule, creativity and price to define the best value. B. SUBMITTAL INSTRUCTIONS AND SELECTION PROCESS Selection shall be in accordance with Florida Statute 287.055. 1. Stage One: The firms will be shortlisted based on selection criteria provided herein. A minimum of three (3) firms shall be shortlisted. The shortlisted firms will move to Stage Two of the selection process. a. Stage One – Technical Submittal The response must be prepared in a type written format with vertical pages, minimum 12-point font. The submittal shall be limited to 40 pages, excluding the cover, table of contents, Bidder Qualification Statement and divider pages. The information shall be provided in a tabular format as follows:  Statement of Interest The prime firm (the Contractor based on this Design-Build Contract) will provide a letter on letterhead, not exceeding two pages, which serves as a statement of interest, and summary of the proposal.  Professional Qualifications Page 5 of 12 RFQ2019-3147 Golf Course Renovations Description of qualifications from the prime firm (Contractor), design firm, and sublets within the golf design and construction industry. Provide demonstration of licenses, certifications, and/or authorizations within the golf design and construction industry. A minimum of three (3) previous golf course renovation or construction projects is required.  Capability of Team An organization chart to illustrate Team Organization and Key Personnel. A narrative description describing the role and qualifications of key personnel. A brief narrative describing the firm’s approach to primary work tasks necessary to complete the project.  Project Approach A brief narrative, not exceeding five pages, will describe the overall methodology to be implemented in providing the requested services. The overall methodology should describe the relationship of prime Firm and sub-consultants, identifying the lead personnel (Project Manager), how the project will be administered and approach to schedule, project controls, communication with team members / key stakeholders and resolution of project issues. Include a descriptive statement describing the firm’s understanding of the Design Criteria. A brief narrative should describe the approach to providing a quality design- build construction, with emphasis on how the design provides value, construction provides quality, has minimized future operating and maintenance cost, and is sustainable. Include a narrative as how the construction is intended to be implemented.  Past Performance Describe a list of past relevant projects relating to design and construction of municipal golf course renovation and rehabilitation. Elaborate on past Design-Build experience relating to public and/or private golf course projects. Provide respective project performance evaluations and references. b. Stage One – Selection Criteria SELECTION CRITERIA Point Value Professional Qualifications, Experience 0 - 20 Capability of Team 0 - 20 Project Approach 0 - 20 Past Relevant Project Performance 0 - 15 Location of Primary Firm (Martin County = 10, Adjacent County = 8, In Florida = 3, Outside Florida = 0) 0 - 10 Certified Minority Business, Small Business or Disadvantaged Business Enterprise, primary firm (Yes=4, No=0) 0 or 4 Recent, current & projected workloads 0 - 3 Willingness, ability, past performance record to meet time & budget requirements 0 - 5 Volume of work previously awarded by County with the object of effecting an equitable distribution of contracts among qualified firms provided such 0 - 3 Page 6 of 12 RFQ2019-3147 Golf Course Renovations distribution does not violate the principle of selection of the most highly qualified firms (this item does not require a statement or submittal by the firm) Total Points 0-100 2. Stage Two: Shortlisted firms shall have a minimum of 45 days to prepare a technical submittal and presentation for the selection committee. A pre-bid meeting will be held with the shortlisted firms at the Martin County Golf Course Clubhouse & Pro Shop located at 2000 SE St. Lucie Boulevard, Stuart, Florida, 34996. a. Stage Two – Technical Submittal and Cost Proposal  Project Approach The Design-Build firm will provide a presentation of graphics that illustrate the Firm’s approach to building aesthetics. The graphics should provide as a minimum, elevation concepts for the building exterior, and one section through the length of the building, and a site plan.  Time of Performance The Design-Build firm will provide a summary of total time of performance to complete the project. The project shall consider turf grow-in period to commence no sooner than April 1, 2020. The total time of performance shall include all work associated an overall CPM-type schedule of project work tasks and durations. A simple Bar-type chart shall illustrate key project milestones and impact of project permitting activities. Summary type activities may be utilized for the construction portion of the schedule. A narrative shall discuss the approach to critical project activities affecting schedule compliance, including but not limited to; critical decision making, long-lead turf selection and procurement, project tracking activities, project controls and means of correction, sales tax savings program implementation.  Design-Build Quality The Design-Build firm presentation will illustrate graphics of the firm’s proposed golf course renovation plan. The graphics should provide as a minimum, elevation concepts for the new executive 9-hole course, renovations of the gold & blue courses, and practice facilities that tie-in to the proposed clubhouse project. The design-build quality will emphasize the aesthetics, playability, repurposing of native habitat, maintainability and cost efficiency, and overall creativity of the project.  The Design-Build firm will prepare a narrative, including graphics of value management techniques for maintenance cost efficiency to be utilized in maintaining the quality of outlay and materials described in the project. The approach to value management will also address product/systems substitutions and value-added to the project.  Cost Proposal and Bid Bond The Design-Build firm will complete the Bid Form provided. The Lump Sum Cost will be broken down to allow the evaluators to understand assignment of cost for all work necessary to complete the project. The Cost Breakdown is identified on the bid form. Page 7 of 12 RFQ2019-3147 Golf Course Renovations The Design-Build firm will also provide as a separate item, the cost assigned for Architectural/ Engineering Services for Final Design, Permitting and Construction Administration Services. A Bid Bond is required.  Exceptions to Agreement The Design-Build firm will identify any exceptions to the Agreement provided with the RFQ. b. Stage Two – Selection Criteria Final Selection will be based on the detailed technical submission and presentation to the County by the Design-Builder detailing the proposed conceptual plan for the golf course renovations including the project approach, familiarity of existing golf course conditions, conceptual design of proposed golf course renovations, guaranteed project cost, and guaranteed project time. The Selection Committee shall combine the evaluation scores submitted by all Selection Committee members and determine the Selection Committee’s ranking of the shortlisted firms based upon the total scores assigned to each firm. If the ranking results in a tied score, prior to submission to the Board of Commissioners for approval, the Selection Committee shall use a new Evaluation Form for each of the tied firms upon which the Selection Committee members shall re-evaluate the tied firms in order to break the tie. Evaluation Criteria for Final Selection Possible Points Score I. Project Approach 0 – 15 Points Approach Value Points  Overall Methodology  Key Personnel / Team Organization  Site Issues  Design-Build Firm demonstration of experience in golf course projects  Proposed golf course renovation approach Proposed practice area(s) plan Very High 15 High 10 Acceptable 7 Low 3 Very Low 0 II. Time of Performance 0 – 15 Points Schedule Criteria Points  Overall CPM Schedule of Tasks and Durations  Key Milestones  Permitting Activities  Critical Decision Making/ Submittals Very High 15 High 10 Acceptable 7 Low 3 Very Low 0 III. Quality 0 – 35 Points Quality Value Points Page 8 of 12 RFQ2019-3147 Golf Course Renovations  Design  Aesthetics  Durability  Maintainability  Playability  Use of existing native features  Use of bunkers and waste areas Very High 35 High 28 Acceptable 21 Low 7 Very Low 0 IV. Fixed Contract Price 0 – 35 Points Cost Criteria Pts. Total Design & Construction Project Cost Low Bid and Bids up to Low Plus 1% 35 Within 5% of Low 28 Within 10% of Low 21 Within 15% of Low 7 Within 25% of Low 0 TOTAL SCORE 3. Stage Three: A final contract with be negotiated with the successful firm. If agreement is not reached, County will terminate negotiations and proceed to next highest ranked firm. The County will proceed with the number two ranked firm in the event that negotiations are being terminated with the number one ranked firm. At the County’s sole option, the negotiation cut-off date may be extended. The successful firm will be required to execute the Agreement provided with this RFQ. The successful firm must provide proof of insurance in accordance with the Agreement and execute the Payment and Performance Bond provided with this RFQ. C. ADDITIONAL INSTRUCTIONS TO BIDDERS Bidders are encouraged to read the following instructions carefully. Deviations, changes, modifications or failures to complete the bid can, and in some instances shall, invalidate the bid. 1. Date and Place of Bid Opening. Sealed bids will be received at the Martin County Administrative Center, PURCHASING DIVISION, 2401 S. E. Monterey Road, Stuart, Florida 34996, at the time set forth on the Advertisement for Bids (RFB). Bids received after the designated time and date will not be considered. Bids will be publicly opened and read. If an award of the Contract is made, it will be as soon thereafter as is practical. In case of a tie, a selection among the lowest tied responsive and responsible bidders shall be made in accordance with County policy. 2. Inquiries/Addenda. Verbal interpretations of the meaning of the Drawings, Specifications, or other Contract Documents will not be valid. Every request for interpretation shall be in writing and e- mailed to Purchasing at pur_div@martin.fl.us no later than 5:00 PM on Monday the week prior to the bid due date. The County will respond to all such requests for interpretation and any Page 9 of 12 RFQ2019-3147 Golf Course Renovations supplemental instructions in the form of written addenda and shall publish such addenda on the online bidding site not later than five (5) calendar days prior to the bid opening date fixed for the opening of bids. Bidders must acknowledge receipt of the addenda in their bid. Failure of any bidder to receive, or to acknowledge receipt of any such addenda shall not relieve such bidder from any obligation under its bid as submitted, provided, however, that failure to so acknowledge receipt of any such addenda may render a bid non-responsive and result in its rejection. Bidders are advised to contact the County prior to submitting bids to satisfy themselves as to the existence and number of all such addenda. All addenda so issued shall become part of the Contract Documents. 3. Preparation of Bids. Bids shall be submitted on the Bid Form(s) furnished, or upon an exact copy thereof, and must be signed by an authorized representative of the firm submitting the bid. The County shall not consider any information other than that contained on the Bid Forms; specifically, nothing written on the envelope in which the Bid Forms are contained will be considered except for purposes of identification. Bidders must quote on all items listed and failure to do so will disqualify the bid. The intent of the Bid Form is to secure a price for the work described in the Contract Documents. All bid preparation costs shall be borne by the bidder. The County will not be responsible for paying any bidder for its costs incurred in preparing its bid. 4. Credentials of Bidders/Licenses. All Bidders shall provide proof that they are properly certified or registered as a Contractor by the State of Florida applicable to this type of work. Other information, including, but not limited to, references and financial data shall be provided upon specific request by the County. 5. Bidders Disclosure. In each bid by an individual or firm, there shall be stated the name and address of every person having an interest in the bid; and in case of a corporation the names and addresses of its officers. Bids shall be signed by the person or member of the firm making the same, and in the case of a corporation, by some authorized officer or agent subscribing the name of the corporation and his own name. 6. Public Record. Bids become a “public record” and shall be subject to disclosure consistent with Chapter 119, Florida Statutes, thirty (30) calendar days after the bid opening or upon bid award in accordance with Chapter 119, Fla. Stat.. Marking a proposal “confidential” or “proprietary” does not exclude all or any part of the proposal from disclosure under public records requirements. To claim the proposal or a portion thereof as exempt or confidential and exempt from disclosure, you must state the basis of the exemption, including the statutory citation to an exemption created or afforded by Florida Statutes; state in writing and with particularity the reasons for the conclusion that the proposal is exempt or confidential and exempt; and if only a portion of the proposal is claimed to be exempt or confidential and exempt, provide a redacted version of the proposal showing those portions claimed to be exempt or confidential and exempt. Proposals submitted with claimed exemptions shall be reviewed and release of these records shall be at the County’s discretion. Failure to notify the County of claimed exemptions constitutes a waiver and the submittal will be released as requested. 7. Joint Venture. If the bid involves a joint venture, a copy of the joint venture agreement shall be included with the submitall. 8. Public Entity Crimes. Any bidder, or any of his suppliers, subcontractors, or consultants who shall perform work which is intended to benefit the County shall not be a convicted vendor or, if the Page 10 of 12 RFQ2019-3147 Golf Course Renovations bidder or any of his suppliers, subcontractors, or consultants of the bidder has been convicted of a public entity crime, a period longer than 36 months shall have passed since that person was placed on the convicted vendor list. The bidder further understands and accepts that any contract issues as a result of this solicitation shall be either voidable by the County or subject to immediate termination by the County, in the event there is any misrepresentation or lack of compliance with the mandates of Section 287.133 Florida Statutes. The County, in the event of such termination, shall not incur any liability to the respondent for any work or materials furnished. 9. Power of Attorney. Attorneys-in-Fact who sign bonds must file with the board a certified copy of their power of attorney to sign such bonds. 10. Delivery of Bids. The bid shall be submitted in a sealed envelope and must indicate on the outside, bidder name, bid name and number, and the bid due date. E-bidding is also acceptable through the online bidding site. The County shall not be responsible for bids improperly identified. If forwarded by regular mail or express mail, the sealed envelope containing the bid and marked as directed above, shall be enclosed in another envelope addressed to the U.S. Mail address indicated on the cover page. If forwarded by overnight courier services (other than United States Postal Service Express Mail), the sealed envelope containing the bid and marked as directed above, shall be enclosed in another envelope addressed to the street address indicated on the cover page. Bids may be hand-delivered. Bids by fax or e-mail will NOT be accepted. The County cautions bidders to assure actual delivery of mailed or hand-delivered bids directly to the Martin County Administrative Center, 1 st Floor, Information Desk, 2401 S. E. Monterey Road, Stuart, Florida. Confirmation of timely receipt of the bid may be made by e-mailing pur_div@martin.fl.us before bid opening time. Bids received after the established deadline shall not be considered. 11. E-bidding E-bidding through the online bidding site shall be accepted in lieu of a sealed bid as outlined above. However, the bidder shall be responsible for ensuring that the required bid documents are properly uploaded and accepted by the online bidding site. The County shall not be responsible for nor accept bids not properly uploaded by the bid due date and time. 12. Withdrawal of Bids. Prior to the bid opening, a bid may be withdrawn provided that the bidder submits a written request that is signed by an authorized representative of the firm that submitted the bid. However, modifications will not be accepted or acknowledged. 13. Notice of Intended Award. A bid tabulation will be posted as soon after the bid opening as possible on our website at www.martin.fl.us. Notice of award will be posted on the online bidding site. The County does not notify all bidders of award or intent to award. 14. Acceptance or Rejection of Bids. The County reserves the right to reject any and all bids when (i) such rejection is in the interest of the County; (ii) such bid is void per se; or (iii) the bid contains any irregularities, provided, however, that the County reserves the right to waive any minor irregularities and to accept the lowest responsible and responsive bid determined by the County. Bids may be considered irregular if there are omissions, unauthorized alterations of any forms, additions not called for, conditional or unauthorized alternate bids, or other irregularities of any kind. The County reserves the right to request a written confirmation of the bid and the responsibility of the bidder prior to the awarding of the Contract. Failure of the bidder to confirm the bid within seven (7) working days from the date of the County’s request may render the bid unresponsive and will entitle Page 11 of 12 RFQ2019-3147 Golf Course Renovations the County to award to the next lowest bidder and may require forfeiture of the bid bond. 15. Contractor’s Financial Ability. The apparent low, responsive bidder shall provide evidence of financial health prior to bid award upon request including but not limited to financial statements, cash flow projections, bank statements and tax returns. Failure to provide requested information shall deem the bidder non-responsible. 16. Responsible Bidder. Florida Statute 287.012(25) states that a “Responsible vendor” means a vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance. The County shall review factors, including but not limited to, past project performance, references and length of time in business and shall make the determination of responsibility in its sole discretion. A Contractor Performance Evaluation will be completed at the end of each project. An overall rating of “poor” will result in the Contractor being deemed “non-responsible” for future bids and will result in rejection of bid. 17. Responsive Bidder. A vendor that has submitted a bid, offer, proposal, quotation or response that conforms in all material respects to the solicitation. 18. Reliance Upon Bid. The County shall be entitled to rely upon all representations, including financial and other terms of performance, contained within a bid. The bidder further agrees to be bound to perform in accordance with its bid terms, including price. All bid terms, including price, shall be valid for a period of 90 calendar days from the date of the bid opening. 19. Contract. The bidder understands that this Request for Bids does not constitute a Contract with the bidder. County contracts are awarded only when a fully executed written agreement has been returned to the Bidder by the County. No one shall be entitled to rely on any other action as an award. The County will not be liable for any costs incurred by the bidder prior to execution of the contract by the parties. The bidder to whom the award is made shall, within fourteen (14) calendar days after receipt of the Contract, execute the Contract on the form attached and return it to the County. The executed Contract should be returned to the County accompanied by the required performance and payment bonds as set forth herein. If the bidder fails to execute the Contract or provide the insurance and bonds within fourteen (14) calendar days, there shall be just cause for the annulment of the award and forfeiture of the Bid Guaranty to the County. Award may then be made to the next lowest, responsible, and responsive bidder or the work may be re-advertised at the County’s sole discretion. 20. Equal Opportunity. The County recognizes fair and open competition as a basic tenet of public procurement. Contractors doing business with the County are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age or sex. 21. Utilitization of Small Business Concerns. It is the Policy of the United States, the State of Florida, or the County that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, hubzone small business concerns, small disadvantaged business concerns, and women-owned small business concerns (hereinafter “small business concerns”) shall have the maximum practicable opportunity to participate in performing contracts, including contracts and subcontracts. it is further the policy that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts with small business concerns. the contractor hereby agrees to carry out this policy in the awarding of Page 12 of 12 RFQ2019-3147 Golf Course Renovations subcontracts to the fullest extent consistent with efficient contract performance. the contractor further agrees to cooperate in any studies or surveys as may be conducted by the appropriate government agency as may be necessary to determine the extent of the contractor’s compliance with this clause. 22. Additional Vendor Requirements. The successful bidder(s) will be required to monitor the performance of his employee on a periodic basis while they are assigned to the County. The successful bidder(s) is required to comply with the Immigration Reform Act of 1986 (IRCA) which requires all individuals hired after November 6, 1986, to provide employers with proof of citizenship or authorization to work in the United States. 23. Federal, State and County Regulations. The successful bidder(s) and their employees shall conform to all Federal, State and County regulations while in performance of their contracts. Any individual found not to conform shall not be allowed to start to work or if started shall be required to leave the job site immediately. Continued violations by any Successful Bidder shall result in the immediate termination of the Successful Bidder contract. 24. Prohibited Communications. Potential bidders shall not communicate in any way regarding this contract with the Board of Commissioners, County Administrator or any County staff other than Purchasing personnel regarding this Request for Bid (RFB) from the time of bid advertisement through and including bid award. Such communication shall result in disqualification. 25. Conflict of Interest. Section 112.313, Fla. Stat., prohibits contracts with County employees, officers and advisory board members. All bidders must disclose the name of any Martin County officer or employee who owns, directly or indirectly an interest in the bidder's firm or any of its branches. Advisory Board Members may qualify for an exemption by submitting Commission on Ethics Form 3A with bid and filing such form with the Supervisor of Elections in accordance with Section 112.313(12)(b), Fla. Stat. 26. The County reserves the right to request clarification of information submitted and to request additional information of one or more firms after the deadline for receipt of Submissions. RFQ2019-3147