REQUEST FOR QUALIFICATIONS FOR


[PDF]REQUEST FOR QUALIFICATIONS FOR...

0 downloads 239 Views 162KB Size

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES ("RFQ") February 9, 2014 Note—The deadline for submission of qualifications statements is March 11, 2014 1.

INTRODUCTION

Columbus Downtown Development Corporation ("Owner") is seeking qualifications statements from firms to provide construction manager at risk services for the construction of the new Veteran's Memorial Museum Project in Columbus, Ohio ("Project"). If your firm is interested in being considered, please respond by submitting your qualifications statement as instructed in Section 5 below. The Project budget, including hard and soft costs and exhibit work not under the CM, is approximately $50,000,000 . The construction budget is approximately $33,000,000. The Project will be funded in part by charitable donations and grants from the State of Ohio and Franklin County. Construction is expected to start by March 31, 2015, and substantial completion is targeted for September 15, 2016. The architect for the Project is Allied Works Architecture, Inc., and the landscape architect for the Project is Olin Partnership, Ltd., and TBD exhibit designer for the Project (collectively, the "Design Team"), each of which is in contract with Owner. 2.

PROJECT DELIVERY

The Project will be constructed using the "construction manager at-risk" project delivery format generally described below. Owner intends to enter into a contract with a firm which provides the best combination of competence, a fair and reasonable fee, and compliance with all the requirements prescribed in this RFQ. The Construction Manager selected will be expected to execute an AIA A133 Owner and Construction Manager Agreement(“CM Agreement”), with Supplemental Conditions prepared by Owner, and which will be distributed with the Request for Proposal (“RFP”). The process will be conducted in accordance with the Ohio Revised Code, and the work will be prevailing wage. A. Pre-Construction Phase Services. Construction Manager will work cooperatively with the Design Team consisting of multiple prime consultants and any other consultants to the Project that may be retained by Owner, including, but not limited to an owner’s representative, and Construction Manager will provide, among other services, cost estimating, budgeting, value engineering, constructability review, scheduling and pre-construction planning throughout the pre-construction phase. Construction Manager shall deliver detailed cost estimates at the 75% level of completion of the schematic design documents, the 75% and 100% level of design development documents, the 75% level of completion of the construction documents and as otherwise agreed to by the parties.

When the construction documents prepared by the Design Team are at a stage of completion specified in the CM Agreement, such partially completed documents (the "GMP Documents") shall be provided to Construction Manager, together with a draft of the Design Team's detailed listing of any material incomplete design elements and the Design Team's statement of intended scope with respect to such incomplete elements (the "Prose Statement"). Construction Manager shall then submit to Owner and the Design Team its proposed guaranteed maximum price ("GMP"), guaranteed completion date ("GCD"). Construction Manager, Owner and the Design Team (along with selected engineers and consultants) shall meet to reconcile any questions, discrepancies or disagreements relating to the GMP qualifications and assumptions, the GMP Documents or the Prose Statement. The reconciliation shall be documented by an addendum to the GMP qualifications and assumptions that shall be approved in writing by Owner, the Design Team and Construction Manager. Construction Manager shall then submit to Owner, for Owner's approval, Construction Manager's proposed final GMP and GCD based upon the GMP Documents, the approved GMP qualifications and assumptions and the Prose Statement. Contingent upon Owner's approval of the final GMP and GCD, the parties will enter into a GMP Amendment to the CM Agreement. The final negotiated GMP will not exceed the Project budget for construction and the GCD will be mutually agreed upon. If the proposed GMP exceeds such Project budget or Owner and Construction Manager cannot agree on a GCD, then Owner may terminate the CM Agreement and seek bids for completion of the Project from other firms. The parties will engage in an "open book" process in which Owner, the Design Team and Construction Manager will review bids for trade work (to the extent bids are available at the time the GMP is established), the costs proposed for general conditions/overhead of Construction Manager, the fee of Construction Manager, and in which Owner shall have access to all books, records, documents and other data in Construction Manager's possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the agreement. All work will be bid (except as expressly approved by Owner for self-performance) and the GMP will be reduced if actual bids are less than the line items provided in the GMP by the amount of the savings. B. Construction Phase Services. Construction Manager shall construct the Project pursuant to the construction documents and in accordance with Owner's schedule requirements, including the GCD. Construction Manager shall select subcontractors based on competitive pricing submitted by prequalified subcontractors in accordance with criteria approved by Owner. Construction Manager shall hold all subcontracts and shall be fully responsible for the means and methods of construction, project safety, project completion within the schedule agreed upon in the pre-construction phase, monitoring compliance with EDGE (defined below), equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to Owner. C. Project Schedule. Owner and Design Team anticipate the following construction schedule for this Project:

-2-

Design:

January 16, 2014 – September 15, 2014 (8 months)

Construction Documents:

September 16, 2014 – March 15, 2015 (6 months)

Construction Administration: March 16, 2015 – October 15, 2016 (19 monthsSubstantial Completion) Project Closeout: 3.

October 16, 2016 – December 15, 2016 (2 months)

INTERVIEWS AND SELECTION

Construction Manager shall be selected using (i) a qualification based selection process during this RFQ stage to develop a short list of construction management firms, and then (ii) a subsequent “best value” selection process during the RFP stage described in Section 3.B for the final Construction Manager selection. Neither this Request for Qualifications, nor any proposal submitted, nor the selection of any proposals, nor any negotiations with any Construction Manager will impose any obligation or liability on Owner. A. Qualifications Phase/Short-Listing of Firms. Each firm responding to this RFQ will be evaluated and selected based on its qualifications and the qualifications and experience of the particular individuals identified as the firm's proposed team for the Project. Statements of qualifications and proposal should include information regarding the firm’s history; education, experience and availability of owners and key technical personnel; the technical expertise and availability of the firm’s staff; and references. The firms will be evaluated based on the following criteria and scoring distribution: 1. 2. 3. 4. 5.

Professional qualifications of the firm Demonstrated abilities to meet schedule deadlines Past performance on similar projects Qualifications of key individuals assigned to the project Typical fee structure and contract

15 25 25 25 10 100

After evaluating the responses to this RFQ, Owner will select a short list of no fewer than three candidates that it considers to be the most qualified, except if Owner determines that fewer than three firms are qualified, it will only select the qualified firms. B. Request for Proposals. The short listed firms shall be sent a Request for Proposal ("RFP") that will invite the firms to submit pricing proposals containing their proposed fees for construction services, itemized general conditions costs and individual staff billing rates. The short-listed candidates will also receive (i) a description of the Project, including a statement of available design detail; (ii) a description of how the GMP shall be determined, including the estimated level of design detail upon which the GMP shall be based; (iii) the form of CM Agreement; (iv) a request for a pricing proposal; and (v) a proposed Project schedule. -3-

C. Interview. After submitting responses to the RFP, the short-listed firms may be interviewed by Owner. The purpose of the interview will be to meet Construction Manager’s proposed Project team, become familiar with key personnel, and understand the Project approach and ability to meet Owner's stated objectives for the Project. Please be prepared to discuss with specificity the firm's capacity to perform the work in compliance Owner's timetable and budget. In consideration of time, interviews will be limited to key personnel consisting of no more than (7) members. Owner will notify each short-listed firm to schedule individual times for the interviews D. Selection of Construction Manager and CM Agreement. After the interviews, Owner and CM shall enter into the CM Agreement in the form attached to the RFP. E.

4.

Selection Schedule. Owner's schedule for selection of the Contractor is as follows: March 11, 2014

Deadline for Submitting Qualifications Statements

March 11-14, 2014

Owner Review Qualifications Statements and Shortlist Firms

March 14, 2014

RFP Issued to Shortlisted Firms

March 21, 2014

Pre-Proposal Meeting

March 31, 2014

Deadline for Submitting Responses to the RFP

April 2, 2014

Conduct Interviews

April 2, 2014

Owner Selects Construction Manager

April 15, 2014

Construction Manager Agreement to Owner's Board

REQUESTED SUBMISSIONS

Proposers are requested to submit the following information in response to this RFQ: Professional Qualifications of the Firm

(15 points)

1.

History: State your firm’s history and organization, how the firm services projects in Central Ohio, knowledge of the local area, and working relationships with local subcontractors and suppliers. Discuss the firm’s facilities and equipment. Provide the contractual relationship, name, full mailing address, and a brief description of the role of each firm that will be involved in the performance of this contact. Ohio Adm. Code 156-1-6-01(C)(1)(f).

2.

Other: Include any other information here that you feel will be relevant to the decision making process.

Scope of Services & Demonstrated Abilities to Meet Deadlines -4-

(25 points)

Please include all the details listed below, and, when relevant, organize them into PreConstruction, Construction and Post-Construction categories of when the services are provided. 1.

Present and Anticipated Workload: Discuss your ability to take on this project in terms of workload and the availability of qualified personnel, equipment, and facilities to perform the required services competently and expeditiously. Compare present and expected future volume versus previous year’s volumes. Ohio Adm. Code 153:1-61(C)(1)(b).

2.

Bid Packages: A. Discuss how your firm will handle the bidding process and subcontractor prequalification. B. How do you typically structure the bid documents and what do they include? C. How will you get adequate subcontractor involvement and bid coverage? D. How will you timely prepare bid packages, issues, addenda and bulletins?

3.

Cost Control: A. State the philosophy for cost monitoring and control, and identify tools and procedures used to monitor costs. Include the frequency of budget updates. B. How does firm prevent the unnecessary usage of contingency C. Provide layout of cost tracking worksheet to be used during Project. D. Describe firm’s experience and process for pricing contemporary architecture.

4.

Scheduling: A. Address the type of scheduling system you would propose for this project. B. How do you protect the owner from scheduling problems or delays? C. How will you protect the owner from weather related delays or impacts? D. Does the firm utilize resource/cost loaded schedules and discuss benefits of such, if any. E. How frequent are schedule updates prepared and who holds this responsibility?

5.

Quality Control: A. State your philosophy and describe how you will assist and protect the owner during the change order process. B. Discuss punch list procedures and steps to produce timely close-out of the work. C. How will you assure construction quality? D. If CM intends to self-perform any division of work, indicate how CM will manage craftsmanship of its own staff.

6.

Contingency: Describe the CM’s approach to the use of CM contingency on the project. Describe the circumstances in which a CM uses its contingency. Describe the circumstances in which the CM would expect work to be paid from the Owner’s contingency.

7.

Insurance, Bonding and Financial Capacity: A. Identify your insurance carriers and the limits of your general liability insurance, automobile insurance, umbrella coverage and professional liability insurance. B. What is your firm’s bonding capacity? C. How much would be available for this project? D. Would you post a bond for your company’s

-5-

performance? E. What is your firm’s latest financial position? F. Does your firm have a policy/position for bonding subcontractors? If so, what vehicle of subcontracting bonding do you use? How does subcontractor bonding benefit the Owner? G. How will your firm satisfy the financial assurances required to be made by a construction manager under R.C. 9.333 and Ohio Adm. Code 153:1-4-02? Ohio Adm. Code 153:1-601(C)(1)(d). Inability to post a payment and performance bond shall be cause for disqualification. 8.

Claims Management: Is your firm currently, or has it in the past five years, been involved in any claims, litigation, and/or arbitration? If so give details. Discuss your strategy for management and resolution of claims and disputes.

9.

Technology: Discuss how your firm implements technology advances in the prosecution and management of construction. Specifically, does your firm utilize BIM, and are proposed team members trained to use BIM for design and construction coordination?

10.

Teamwork and Collaboration: Owner is contracted with three (3) internationally renowned design firms that are not local to Central Ohio. Owner is highly involved and takes the “hands on” approach to oversight of all design and construction activity. The Project is high profile with countless stakeholders. - Describe your experience working with critically recognized architects and your process for doing so. -Provide a narrative of your strategy to create collaboration among the project team and provide examples from past projects.

11.

Additional Information: Discuss what special advantages your firm can offer for this project.

12.

Discuss your firm’s history of performance with meeting goals of any diversity and inclusion programs required by a public authority or by applicable law and compliance with applicable affirmative action programs. Include your firm’s DBE, FBE and MBE participation policies. Ohio Adm. Code 153:1-6-01(C)(1)(e).

Past Performances on Similar Projects 1.

(25 points)

List experience with 3-5 projects of similar size and complexity. Include the name of the project, location, dates of construction, project size, cost, and owner and architect references, with phone numbers, who can speak to your firm’s past performance with respect to factors such as control of costs, quality of work, dispute resolution, administration of subcontractors, and meeting of deadlines. Ohio Adm. Code 153:1-6-01(C)(1)(c).

-6-

2.

Facilities: Specifically make note of your experience with civic and iconic facilities and museums.

3.

Structure: Note experience with irregularly shaped concrete structures; building to a high level of craft, detail, and finish; and building structurally expressive buildings that utilize structure as finish.

4.

Landscape/hardscape: Note experience with highly integrated landscape and hardscape packages.

5.

Complete Relevant Project Experience Matrix.

Qualifications of Key Individuals

(25 points)

1.

Firm’s Project Team Organization: Describe the team organization you propose for this project.

2.

Describe project leadership and decision making structure. Provide a project organization chart. Include how your team communicates with the client.

3.

Provide names and resumes of key office and field staff members that would be assigned to this project, including their technical training, education, and experience. Demonstrate successful related experience of the proposed staff members working as a team. Highlight pertinent experience. Estimate the percentage of total project hours projected for each participant, and the percentage of each individual’s time on this project vs. other ongoing projects. Ohio Adm. Code 153:1-6-01(C)(1)(a).

4.

Specifically document at minimum, 15 years of successful superintendent experiences for the main field representative on projects in excess of $10 million.

5.

Complete Key Personnel Participation in Example Projects matrix.

Fee Structure & Contract

(10 points)

1.

The CDDC is looking for a Guaranteed Maximum Price (“GMP”) that it can rely upon. What controls would you suggest to ensure that the GMP is meaningful?

2.

Would you agree to a construction manager fee as a fixed sum?

3.

Will you agree not to charge an extra fee on change order costs or claims that ultimately increase construction costs? Would you agree not to charge general -7-

conditions percentage on change order costs or claims unless such fee is demonstrable with actuals? 4.

Will you agree to the contract prepared by the CDDC? NOTE: ALL PROPOSALS SHOULD BE BASED UPON THE EXPECTATION THAT ANY SUCCESSFUL CONSTRUCTION MANAGER WILL BE EXPECTED TO SIGN AN AIA BASED CONTRACT WITH SUPPLEMENTAL CONDITIONS, PREPARED BY THE CDDC. THE FORM OF THAT CONTRACT WILL BE DISTRIBUTED WITH THE REQUEST FOR PROPOSAL.

5.

INSTRUCTIONS FOR SUBMISSIONS

A. Response Deadline. Responses to this RFQ must be received in a sealed envelope clearly marked “Statement of Qualifications for Construction Management Services” and delivered to the address in Section 5.B. by 4:00 p.m. on February 7, 2014. Responses that are received after this date and time will not be considered. B. Submission. Six copies and one electronic copy of the qualification statement are to be submitted by 4:00 p.m. on February 7, 2014. Responses must be sent to: Columbus Downtown Development Corporation, Attn: Director of Construction, 150 S. Front Street, Suite 210, Columbus, Ohio 43215. [email protected]. All material submitted in response to this RFQ becomes the property of Owner. Owner may choose to retain or return these materials to those who submit them, at the expense of the party requesting their return. C. Questions; Inquiries. Questions regarding interpretation of the content of this RFQ must be directed to: Columbus Downtown Development Corporation, Attn: Director of Construction, 150 S. Front Street, Suite 210, Columbus, Ohio 43215; [email protected]. Answers to any questions will be in writing and shall be posted on the website with the RFQ. It is incumbent upon candidates to check for updates to the Request for Qualifications on the website throughout the RFQ period. D. Communications. Firms considering responding to this RFQ are strictly prohibited from communicating with any member of Owner's staff, as all questions must be directed to the person identified in Section 5.C. E. Cancellation; Rejection. Owner reserves the right to reject all qualifications statements and cancel at any time for any reason this RFQ, any portion of this RFQ or any phase of the Project. Owner shall have no liability to any proposer arising out of such cancellation or rejection. Owner reserves the right to waive minor variations in the selection process. F. Proposer Costs. Owner assumes no responsibility for costs incurred in the preparation, presentation or submission of the qualifications statements.

-8-

Example Project Name (Place "X" under Project Scope)

1

2

3

4

5 Scope: CM Defined Scope (Describe Other Relevant Scope Here)

Scope: Project Completed Within Original Stated Schedule

Scope: Highly Integrated Landscape & Hardscape

Scope: Irregularly Shaped Concrete Structures; Structurally Expressive; Structure as Finish

Scope: Project Completed Within Original Stated Budget

Scope: Internationally Renowned Designers; Critically Acclaimed Architects

Scope: Contemporary Architecture

Scope: Iconic and Civic Facilities; Museums

Scope: CM at Risk Construction Services

Scope: CM at Risk Preconstruction Services

RELEVANT PROJECT EXPERIENCE MATRIX Major Scope of Work requirements as identified in the project advertisement

KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS NAMES OF KEY PERSONNEL

EXAMPLE PROJECTS (Fill in "Example Projects Key" section below before completing table. Place "X" under project key number for participation in same or similar role.)

ROLE IN THIS CONTRACT

1

2

3

4

EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT

NO. TITLE OF EXAMPLE PROJECT

1

6

2

7

3

8

4

9

5

10

5

6

7

8

9

10