city of goldsboro - ncdda · successful adaptive reuse. project budget & schedule the city and...
TRANSCRIPT
Release Date: January 23, 2019
City of Goldsboro North Carolina
RFP 2019-001
Professional Planning & Market Consultant Services
Request For Proposals
for a
Building Adaptive Reuse & Market Study
of Goldsboro Union Station & Its Surrounds
PROFESSIONAL PLANNING & MARKET CONSULTANT SERVICES FOR BUILDING ADAPTIVE REUSE & MARKET STUDY, UNION STATION & SURROUNDS REQUEST FOR PROPOSALS TABLE OF CONTENTS
I. Goal Statement, Project Organization & Direction…… 1-2
II. Project Description………………………………………............. 2-4
III. Service Summary & Scope……………….…………………………. 4
IV. Project Schedule/Budget & Proposal Content…………. 5-6
V. Selection Criteria…………………………………………………….. 6
VII. Evaluation Criteria…………………..……………………………… 7
VIII. Insurance Requirements………….…………………………….. 8
IX. Required RFP Submittal Forms………………………………. Appendix 1
Downtown Goldsboro
Early Photo of Union Station
PROFESSIONAL PLANNING & MARKET CONSULTANT SERVICES FOR BUILDING ADAPTIVE REUSE & MARKET STUDY, UNION STATION & SURROUNDS REQUEST FOR PROPOSALS GOAL STATEMENT
The City of Goldsboro is requesting proposals from qualified firms to
complete an adaptive reuse feasibility study for the historic Goldsboro
Union Station Building (and property) located at 101 N. Carolina Street
within the City of Goldsboro.
PROJECT ORGANIZATION
All firms responding to this RFP shall be experienced in developing
adaptive reuse feasibility studies and shall demonstrate the possession of
sufficient resources to complete all of the tasks, activities, and reports
outlined within this document.
PROJECT DIRECTION
The primary interface between a selected consulting firm and the City
will be through the Downtown Development Director. An advisory
committee (which will be representative of other city staff, NCDOT Rail
Division staff and possibly local stakeholders will participate;
approximately eight total individuals) will be created and the selected
firm should plan to meet with this committee on at least three occasion.
This committee shall be responsible for guiding the completion of the
work outlined herein by the selected consulting firm.
Proposals shall be submitted to Catherine Gwynn, City Finance Director
(919-580-4356), City of Goldsboro, 200 N. Center Street, PO Drawer A,
Goldsboro, NC 27533, no later than 10:00 A.M., Tuesday, February 19,
2019. Three hard copies shall be submitted, as well as a pdf file emailed
to: [email protected] . Facsimile submissions will not be accepted.
All questions related to this RFP shall be directed to Julie Metz via email:
Julie Metz
Downtown Development Director
Page 1
Downtown Goldsboro
Early Union Station Photo
Union Station Postcard
City of Goldsboro
The consultant team shall indemnify and save harmless the City of
Goldsboro and its officers, agents, and employees from all suits, actions
or claims of any character brought for any injury or damages received or
sustained by any person, persons, or property by reason any act of the
design-build team, its agents or employees, in the performance of the
contract. The consultant team shall furnish a Certificate of Liability
Insurance from an insurance company, licensed to do business in the
State of North Carolina within ten (10) days after award of the contract.
The consultant team will take affirmative action in complying with all
Federal and State requirements concerning fair employment and
employment of the handicapped and concerning the treatment of all
employees with regard to discrimination by reason for race, gender,
color, religion, sex, national origin, or physical handicap.
The City of Goldsboro invites and encourages participation in this
procurement process by businesses owned by minorities, women, and
disabled business enterprises. The City of Goldsboro reserves the right
to reject any and all submittals and to terminate the Request for
Proposals process at any time.
PROJECT DESCRIPTION
Built in 1909 and listed in the National Register of Historic Places,
Goldsboro Union Station (GUS) is considered to be one of North
Carolina’s most ambitiously designed stations. The two-story station
building is nearly 10,000 square feet situated on a property that
encompasses two city blocks or a bit over 6.1 acres.
It was constructed to accommodate the Atlantic Coast Line, Norfolk
Southern and the Southern Railway. GUS operated passenger services
until 1968. It was later purchased by Arthur Perry in 1972 and became
part of Goldsboro Builders Supply Company, a private business that
remained there until 2006.
In 1999, NCDOT began a study to consider passenger rail connecting
Raleigh and Wilmington; several routes were considered. A 2005 report
of this study indicated that a route designed to go through Goldsboro
was a favored design noting the Station could serve as a hub. When the
Page 2
Early Union Station Photo
2008 Select Demolition of Non-Significant Ancillary
Buildings on Union Station Property
2008 Stabilization Work and Flag Raising Ceremony
Celebrating Acquisition & Stabilization Investment
property became available in 2006, NCDOT acquired it and a partnership
was formed with the City of Goldsboro with an intent and goal to
rehabilitate it and secure it for future passenger rail service. Prior to
NCDOT conveying the property to the City in April 2009, NCDOT made
multiple improvements to the property with the intent of positioning
GUS for future grant investments. An environmental study, historic
finishes analysis, stabilization work and ancillary demolition of non-
significant additions was conducted. A site feasibility needs study was
conducted in 2008-09 to examine the possibilities of utilizing Union
Station as the impetus for a multi-modal transportation facility. An
architectural firm was hired in 2009 to begin the professional services
associated with Phase 1 (Union Station building and site) of the project
and construction bid document drawings were completed in December
2010. Almost simultaneously, a short and long range Gateway (now
GWTA) transportation study was being conducted to provide the system
information needed to gain confidence in a new facility at the Union
Station property and begin developing the multi-modal facility complex
concept. GWTA is Goldsboro and Wayne County’s local urban fixed-route
and rural demand response transit service agency. Unfortunately, further
rehabilitation of the Union Station building has been unsuccessful to
date, due to the fact that its primary intended use, commuter and/or
intercity passenger rail, are currently unscheduled/unfunded projects.
This uncertainty has made it uncompetitive in the grant market.
Interest to develop a GWTA administrative office and a transit system
hub facility resulted in a 2011 conceptual design phase utilizing FTA/Bus
& Bus Facilities funds the City received in FY 2009. These conceptual
plans were progressed to construction plans and the project was funded
with part of a 2013 USDOT Transportation Infrastructure Generating
Economic Recovery (TIGER) grant. Construction of the 4,800 square foot
GWTA facility and the 6.1 acre property was completed in November
2015.
An additional NCDOT/City investment of $578,000 resulted in a partial
roof replacement in 2018 utilizing clay tiles for the main upper story of
the building. Original plans were to replace the entire roof with the clay
tiles but several unforeseen structural and roof decking issues caused the
project scope to be reduced in order to stay within budget.
2009 Centennial Birthday Celebration of Union Station
Built in 1909
Artistic Rendering of GWTA Transit Transfer Facility Based on Construction
Drawings
Artistic Rendering of Union Station and Multi-Modal Transportation Complex
Page 3
The City is currently rethinking the use of the building because: 1) It is an
architecturally and historically significant structure to our City and local
historic district; 2) Its condition is deteriorating; 3) Without a planned
use, it is difficult, if not impossible, to attract outside funding; 4) The City
is not capable of funding a complete rehabilitation and is not interested,
at this time, to incur reoccurring maintenance and management
expenses for a building with no use; 5) We believe there are creative,
adaptive reuse opportunities that Goldsboro’s market can support that
will result in a productive use for the building; 6) Furthermore, we
believe there are creative financial tools and/or partnerships as well as
revenue opportunities to make the project feasible and interesting; 7)
We believe numbers 5 and 6 are needed in order for us to retain Union
Station for future generations and assure its availability for passenger rail
use when that service becomes available.
Cost estimates for the rehabilitation of Union Station are outdated. The
last comprehensive cost estimate was completed in late 2011. The site
work, parking lot and streetscape portions of the project were funded
and completed as part of the 2013 TIGER grant. We believe, based on
the 2011 estimates, that a complete rehabilitation, based on the existing
plans and our desire for GUS to be a historic rehabilitation, is
approximately $9M.
SERVICES SUMMARY
• Planning Services
• Market Analysis Services
• Committee Interactions/Meetings
• Stakeholder/Citizens Interviews or Other Means to Acquire Input
• Findings and Recommendation Report that Identifies Feasible
Projects, Addressing Uses and Financial Interests.
• Prepare Cost Estimates.
The City will provide all available information contained in the City’s files
relative to Union Station.
SCOPE
The scope entails the examination and recommendation of feasible
adaptive reuse ideas supported by either known local demand/interest or
GWTA Transfer Center Constructed Per Rendering &
Plan, 2015
Union Station Column in Rear Temporarily Stabilized;
2008
Page 4
Union Station Columns Along Front
market analysis and a study of potential financing mechanisms for each.
In addition, consultant team should consider the geographic context to
the extent deemed appropriate and necessary to support Union Station’s
successful adaptive reuse.
PROJECT BUDGET & SCHEDULE
The City and NCDOT have available funds to support this study with a
budget not-to-exceed $90,000. Considering the due date for proposal
submittal is February 19, 2019, and there is a possibility of interviews, we
anticipate a bid award in late March, 2019 with a study start by mid-April,
2019 with completion and a submitted report by early October, 2019.
PROPOSAL CONTENTS
Proposals need to address or include the following and be limited to 20
pages, front and back, excluding the cover letter and table of contents:
A. Cover Letter
B. Table of Contents
C. Team Profile:
• Firm name, address, telephone number, principal/CEO, and
contact information including email
• Identify, by name, the members of the planned assigned team,
their roles and responsibility, and experience
• Identify the team’s experience and familiarity with similar
adaptive reuse feasibility studies. Provide a summary of at least
three (3) similar projects and include the following:
1) Building name and address
2) Client name, email address and telephone number
3) Description of the project
4) Size of project (gross square feet)
5) A brief statement regarding the challenges of the project and
your recommended approach to addressing those challenges
6) Estimated (or actual if implemented) cost of project
7) A comment on the status of the building today
Union Station Interior Photo; Most Doors & Hardware Still
In Place
Union Station Interior Photo
Union Station September 2018 with New Tile Roof
Downtown Goldsboro
Page 5
• Capacity for this project and ability to meet proposed deadline
• Statement of experience with NCDOT and USDOT funded projects.
Statement of experience in working with the complexity of
historic structures and the tools that affect their reinvestment,
such as building codes, financial incentive tools, etc.
D. Project Approach: Describe your team’s project approach and
schedule to get to a report with recommendations for feasible
adaptive reuse project opportunities
E. Understanding of Project: Briefly state your understanding of the
project and the need
F. All attached forms included in Appendix 1 shall be filled out and
turned in at the time of RFP submission. The required forms in
Appendix 1 will not count towards the 20-page limitation
Please do not include your proposed fee for services in this document.
Fees will be negotiated with the team selected based on qualifications,
RFP response and interview.
Debarment Status - By submitting a Proposal, the Respondent certifies
that neither it nor any affiliated entity is currently debarred from
submitting bids or has otherwise agreed not to submit bids on contracts
with any government or business entity. If the Respondent experiences a
material change in its debarment status after the application is submitted
and prior to the award of the contract for the project, the Respondent
shall notify the City of Goldsboro of the change in writing at the time the
change occurs or as soon thereafter as is reasonably practicable. If at any
time during the evaluation process the Respondent is issued a debarment
judgment, then this will be considered grounds for automatic
disqualification.
SELECTION CRITERIA
Reponses to this RFP will be evaluated by a Selection Committee (SC)
representing City interests, potentially including the Interim City
Manager, Downtown Development Director, Planning Director, Travel &
Tourism Director and a representative from NCDOT Rail Division. This SC
may seek the advice and input of others as they may deem appropriate.
Center Street Fountain
Page 6
South Center Street, Downtown Goldsboro
Early Photo
A non-specified number of firms will be identified to meet with the SC for
an interview. The selected consultant(s) may then be contacted for
additional information concerning the proposal and contractual
information. Based on the findings of the SC per the qualifications and
response packages, a firm/team will be selected. At that time, fees for
services, schedule and other criteria will be negotiated. Upon agreement
of the terms, the proposal will be taken to the City Council of the City of
Goldsboro for contract approval.
EVALUATION CRITERIA
The following factors will be used in evaluating the firms’ proposals and
awarding of the contract:
1. Proposed Approach to the Project (15%);
2. Demonstrated Understanding of the Project (15%);
2. Experience of Proposed Personnel (15%);
3. Experience with Similar Projects (15%);
4. Demonstrated Skills Related to Similar Challenging Issues that
Result in Creative Yet Realistic Approaches (20%);
5. Evidence and Confidence to Meet the Schedule (5%); and
6. References (15%).
The Selection Committee will assign a numerical value of 1-5 to each of
the above considerations (one being a low score and five being a high
score) and apply the weighted value shown above. The teams with the
highest score will be chosen for interviews and further consideration in
the project.
The City of Goldsboro reserves the right to accept a response that does
not satisfy all requirements but which, in the City’s sole judgment,
sufficiently demonstrates the ability to produce, deliver, design, permit
and construct and renovate the Center and to satisfy the major
requirements set forth in the RFP. The City reserves the right to interview
any or all respondents set forth in the RFP, or to ask for additional
information or clarifications. By completing and submitting to the
Proposal, the team allows the City to call any person, business, group or
organization that may have information to determine the team’s ability
to complete the project as presented.
Downtown Goldsboro
Picture Taken With Union Station Behind Photographer
Looking Toward Downtown
Page 7
Drone Photo of Property Today.
Award of a contract to one does not mean that the other proposals
lacked merit, but that, all factors considered, the selected proposal was
deemed most advantageous to the City of Goldsboro
REQUIRED INSURANCE
Minimum Scope of Insurance:
• General Liability
• Worker’s Compensation Insurance
• Professional Liability, when applicable
Minimum Limits of Insurance:
General Liability — No less than $1,000,000, with $2,000,000 being the
preferred limit per occurrence for bodily injury, personal injury and
property damage. General aggregate limit shall apply separately to each
project/location and limit shall not be less than the required occurrence
limit.
Workers Compensation and Employers Liability - Workers Compensation
as required by the State of North Carolina and Employers Liability limits
of no less than $1,000,000 for bodily injury per accident.
Deductibles and Self-Insured Retention - Any deductible or self-insured
retention must be declared to and approved by the city.
STATEMENT
Pursuant to 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II:
Equal Employment Opportunity (41 C.F.R. Part 60); Davis-Bacon Act (40
U.S.C. 3141-3148); Copeland “Anti-Kickback” Act (40 U.S.C. 3145);
Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708);
Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution
Control Act (33 U.S.C. 1251-1387); Debarment and Suspension (Executive
Orders 12549 and 12689); Byrd Anti-Lobbying Amendment (31 U.S.C.
1352); Procurement of Recovered Materials (2 C.F.R. § 200.322); and
Record Retention Requirements (2 CFR § 200.324)
Mural Downtown
Page 8
APPENDIX 1
City of Goldsboro Required Forms for RFP Submittals
STATE OF NORTH CAROLINA AFFIDAVIT of COMPLIANCE
CITY OF GOLDSBORO with N.C. E-Verify Statutes
I, ________________________________ (hereinafter the “Affiant”), duly authorized by and on
behalf of ____________________________________ (hereinafter the “Employer”) after being first
duly sworn deposes and says as follows:
1. I am the __________________________ (President, Manager, CEO, etc.) of the Employer and possess the full authority to speak for and on behalf of the Employer identified above.
2. Employer understands that “E-Verify” means the federal E-Verify program operated by the United States Dept. of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law.
3. ____ Employer employs 25 or more employees in the State of North Carolina, and is in compliance with the provisions of N.C. Gen. Stat. §64-26. Employer has verified the work authorization of its employees through E-Verify and shall retain the records of verification for a period of at least one year.
____ Employer employs fewer than 25 Employees and is therefore not subject to the provisions of N.C. Gen. Stat. §64-26.
4. All subcontractors engaged by or to be engaged by Employer have or will have likewise complied with the provisions of N.C. Gen. Stat. §64-26.
5. Employer shall keep the City of Goldsboro informed of any change in its status pursuant to Article 2 of Chapter 64 of the North Carolina General Statutes.
Further this affiant sayeth not.
This the _______ day of _______________, 20____.
______________________________
Affiant
STATE OF NORTH CAROLINA
COUNTY OF ____________________ Sworn to and subscribed before me, this the _____ day of _____________, 20____. ______________________________ [SEAL] Notary Public My commission expires: ____________________
MINORITY AND/OR DISADVANTAGED BUSINESS PARTICIPATION REQUIREMENTS Provide with the bid - Under GS 143-128.2(c) the undersigned bidder shall identity on its bid (Identification of Minority and/or Disadvantaged Business Participation Form) the minority/disadvantaged businesses that it will use on the project with the total dollar value of the bids that will be performed by the minority businesses. Also, list the good faith efforts (Affidavit A) made to solicit minority participation in the bid effort NOTE: A contractor that performs all of the work with its own workforce may submit an Affidavit (B) to that effect in lieu of Affidavit (A) required above. The MB/DB Participation Form must still be submitted even if there is zero participation. After the bid opening - The Owner will consider all bids and alternates and determine the lowest responsible, responsive bidder. Upon notification of being the apparent low bidder, the bidder shall then file within 72 hours of the notification of being the apparent lowest bidder, the following: An Affidavit (C) that includes a description of the portion of work to be executed by minority/disadvantaged businesses, expressed as a percentage of the total contract price, which is equal to or more than the 10% goal established. This affidavit shall give rise to the presumption that the bidder has made the required good faith effort and Affidavit D is not necessary; *OR* If less than the 10% goal, Affidavit (D) of its good faith effort to meet the goal shall be provided. The document must include evidence of all good faith efforts that were implemented, including any advertisements, solicitations and other specific actions demonstrating recruitment and selection of minority businesses for participation in the contract NOTE: Bidders must always submit with their bid the Identification of Minority and/or Disadvantaged Business Participation Form listing all MB/DB contractors, vendors, and suppliers that will be used. If there is no MB/DB participation, then enter none or zero on the form. Affidavit A or Affidavit B, as applicable, also must be submitted with the bid. Failure to file a required affidavit or documentation with the bid or after being notified apparent low bidder is grounds for rejection of the bid
Policy Statement
The City of Goldsboro has established a Disadvantaged Business Enterprise (DBE) program in
accordance with regulations of the U.S. Department of Transportation (DOT), 49 CFR Part 26. The City
of Goldsboro has received Federal financial assistance from the Department of Transportation, and as a
condition of receiving this assistance, the City of Goldsboro has signed an assurance that it will comply
with 49 CFR Part 26.
It is the policy of the City of Goldsboro to ensure that DBEs are defined in part 26, have an equal
opportunity to receive and participate in DOT–assisted contracts. It is also our policy:
1) To ensure nondiscrimination in the award and administration of DOT – assisted contracts;
2) To create a level playing field on which DBEs can compete fairly for DOT-assisted contracts;
3) To ensure that the DBE Program is narrowly tailored in accordance with applicable law;
4) To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to
participate as DBEs;
5) To help remove barriers to the participation of DBEs in DOT assisted contracts;
6) To assist the development of firms that can compete successfully in the market place outside the
DBE Program.
The Financial Analyst for the City of Goldsboro has been delegated as the DBE Liaison Officer. In that
capacity, the Financial Analyst is responsible for implementing all aspects of the DBE program.
Implementation of the DBE program is accorded the same priority as compliance with all other legal
obligations incurred by the City of Goldsboro in its financial assistance agreements with the Department
of Transportation.
Disadvantaged business enterprise or DBE means a for-profit small business concern—
(1) That is at least 51 percent owned by one or more individuals who are both socially and
economically disadvantaged or, in the case of a corporation, in which 51 percent of the
stock is owned by one or more such individuals; and
(2) Whose management and daily business operations are controlled by one or more of the
socially and economically disadvantaged individuals who own it.
The City of Goldsboro will never exclude any person from participation in, deny any person the benefits
of, or otherwise discriminate against anyone in connection with the award and performance of any
contract covered by 49 CFR part 26 on the basis of race, color, sex, or national origin.
In administering its DBE program, the City of Goldsboro will not, directly or through contractual or
other arrangements, use criteria or methods of administration that have the effect of defeating or
substantially impairing accomplishment of the objectives of the DBE program with respect to
individuals of a particular race, color, sex, or national origin.
The City of Goldsboro will report DBE participation to FTA on a semi-annual basis, using the Uniform
Report of DBE Awards or Commitments and Payments, found in Appendix B to the DBE regulation.
The City of Goldsboro will create a bidders list, consisting of information about all DBE and non-DBE
firms that bid or quote on DOT-assisted contracts. The purpose of this requirement is to allow use of the
bidders list approach to calculating overall goals.
Identification of Minority and/or Disadvantaged Business Participation
I, ,
(Name of Bidder)
do hereby certify that on this project, we will use the following minority and/or disadvantaged business
as construction subcontractors, vendors, suppliers or providers of professional services.
Firm Name, Address, and Phone # Work Type *Minority Category
*Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I),
Female (F) Socially and Economically Disadvantaged (D)
The total value of minority/disadvantaged business contracting will be
($) .
State of North Carolina AFFIDAVIT A – Listing of MB/DB Good Faith Efforts
County of
(Name of Bidder)
Affidavit of
I have made a good faith effort to comply under the following areas checked:
Bidders must earn at least 50 points from the good faith efforts listed for their bid to be considered
responsive. (1 NC Administrative Code 30 I.0101)
1 – (10 pts) Contacted minority/disadvantaged businesses that reasonably could have been expected to submit a quote
and that were known to the contractor, or available on State or local government maintained lists, at least 10 days
before the bid date and notified them of the nature and scope of the work to be performed.
2 --(10 pts) Made the construction plans, specifications and requirements available for review by prospective
minority/disadvantaged businesses, or providing these documents to them at least 10 days before the bids are due.
3 – (15 pts) Broken down or combined elements of work into economically feasible units to facilitate
minority/disadvantaged participation.
4 – (10 pts) Worked with minority/disadvantaged trade, community, or contractor organizations identified by the Office
of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of
minority/disadvantaged businesses.
5 – (10 pts) Attended prebid meetings scheduled by the public owner.
6 – (20 pts) Provided assistance in getting required bonding or insurance or provided alternatives to bonding or
insurance for subcontractors.
7 – (15 pts) Negotiated in good faith with interested minority/disadvantaged businesses and did not reject them as
unqualified without sound reasons based on their capabilities. Any rejection of a minority/disadvantaged business
based on lack of qualification should have the reasons documented in writing.
8 – (25 pts) Provided assistance to an otherwise qualified minority/disadvantaged business in need of equipment, loan
capital, lines of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit
that is ordinarily required. Assisted minority/disadvantaged businesses in obtaining the same unit pricing with the
bidder's suppliers in order to help minority/disadvantaged businesses in establishing credit.
9 – (20 pts) Negotiated joint venture and partnership arrangements with minority/disadvantaged businesses in order to
increase opportunities for minority/disadvantaged business participation on a public construction or repair project when
possible.
10 - (20 pts) Provided quick pay agreements and policies to enable minority/disadvantaged contractors and suppliers to
meet cash-flow demands. The undersigned, if apparent low bidder, will enter into a formal agreement with the firms listed in the
Identification of Minority/Disadvantaged Business Participation schedule conditional upon scope of
contract to be executed with the Owner. Substitution of contractors must be in accordance with GS143-
128.2(d) Failure to abide by this statutory provision will constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of the minority business commitment and
is authorized to bind the bidder to the commitment herein set forth.
Date: Name of Authorized Officer:
Signature:
Title:
State of____________________, County of
Subscribed and sworn to before me this day of 20
Notary Public
My commission expires
SEAL
State of North Carolina --AFFIDAVIT B-- Intent to Perform Contract
with Own Workforce.
County of
Affidavit of
(Name of Bidder)
I hereby certify that it is our intent to perform 100% of the work required for the
contract.
(Name of Project)
In making this certification, the Bidder states that the Bidder does not customarily subcontract
elements of this type project, and normally performs and has the capability to perform and will
perform all elements of the work on this project with his/her own current work forces; and
The Bidder agrees to provide any additional information or documentation requested by the
owner in support of the above statement. The Bidder agrees to make a Good Faith Effort to utilize
minority/disadvantaged suppliers where possible.
The undersigned hereby certifies that he or she has read this certification and is authorized to bind
the Bidder to the commitments herein contained.
Date: Name of Authorized Officer:
Signature:
Title:
State of__________________, County of
Subscribed and sworn to before me this day of 20
Notary Public
My commission expires
SEAL
State of North Carolina - AFFIDAVIT C - Portion of the Work to be
Performed by Minority/Disadvantaged
Firms County of
(Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.)
If the portion of the work to be executed by minority/disadvantaged businesses as defined in GS143-128.2(g)
and 128.4(a),(b),(e) is equal to or greater than 10% of the bidders total contract price, then the bidder must
complete this affidavit. This affidavit shall be provided by the apparent lowest responsible, responsive bidder
within 72 hours after notification of being low bidder.
Affidavit of I do hereby certify that on the (Name of Bidder)
(Project Name)
Project ID# Amount of Bid $ I will expend a minimum of % of the total dollar amount of the contract with minority/disadvantaged
business enterprises. Minority/disadvantaged businesses will be employed as construction subcontractors,
vendors, suppliers or providers of professional services. Such work will be subcontracted to the following
firms listed below.
Attach additional sheets if required
Name and Phone Number *Minority/
DBE Category
Work Description
Dollar Value
*Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I),
Female (F) Socially and Economically Disadvantaged (D)
Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with Minority/Disadvantaged
Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to
fulfill this commitment may constitute a breach of the contract.
The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind
the bidder to the commitment herein set forth.
Date: Name of Authorized Officer:
Signature:
Title:
State of____________________, County of
Subscribed and sworn to before me this day of 20
Notary Public
My commission expires
SEAL
861203402 00410-6
State of North Carolina AFFIDAVIT D – MB/DB Good Faith Efforts
County of
(Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.)
If the goal of 10% participation by minority/disadvantaged business is not achieved, the Bidder shall provide the
following documentation to the Owner of his good faith efforts: Affidavit of I do hereby certify that on the (Name of Bidder)
(Project Name)
Project ID# Amount of Bid $
I will expend a minimum of % of the total dollar amount of the contract with HUB certified/ minority
business/disadvantaged enterprises. Minority/disadvantaged businesses will be employed as construction subcontractors, vendors,
suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below.
(Attach additional sheets if required)
Name and Phone Number *Minority Category
Work Description
Dollar Value
*Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I),
Female (F) Socially and Economically Disadvantaged (D)
Examples of documentation that may be required to demonstrate the Bidder's good faith efforts to meet the goals set forth in these
provisions include, but are not necessarily limited to, the following: A. Copies of solicitations for quotes to at least three (3) minority/disadvantaged business firms from the source list provided
by the State for each subcontract to be let under this contract (if 3 or more firms are shown on the source list). Each
solicitation shall contain a specific description of the work to be subcontracted, location where bid documents can be
reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received.
B. Copies of quotes or responses received from each firm responding to the solicitation.
C. A telephone log of follow-up calls to each firm sent a solicitation.
D. For subcontracts where a minority/disadvantaged business firm is not considered the lowest responsible sub-bidder,
copies of quotes received from all firms submitting quotes for that particular subcontract.
E. Documentation of any contacts or correspondence to minority/disadvantaged business, community, or contractor
organizations in an attempt to meet the goal.
F. Copy of pre-bid roster.
G. Letter documenting efforts to provide assistance in obtaining required bonding or insurance for minority/disadvantaged
business.
H. Letter detailing reasons for rejection of minority/disadvantaged business due to lack of qualification.
I. Letter documenting proposed assistance offered to minority/disadvantaged business in need of equipment, loan capital,
lines of credit, or joint pay agreements to secure loans, supplies, or letter of credit, including waiving credit that is
ordinarily required. Failure to provide the documentation as listed in these provisions may result in rejection of the bid and award to the next
lowest responsible and responsive bidder.
The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the
bidder to the commitment herein set forth.
861203402 00410-7
Date: Name of Authorized Officer: _
Signature: _
Title:
State of__________________, County of
Subscribed and sworn to before me this day of 20
Notary Public
My commission expires________________________
SEAL