CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

Similar documents
CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

DESIGN CONSULTING SERVICES DESIGN FOR STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03 AUGUST 23, 2013

REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: Removal and Replacement of EMC Signage

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

REQUEST FOR PROPOSAL FOR: Lakes Region Community College's Emergency Medical Services Curriculum Management

SNOW REMOVAL. River Valley Community College - Keene Academic Center

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

REQUEST FOR QUALIFICATIONS/PROPOSAL For CONSTRUCTION MANAGEMENT SERVICES FOR A NEW HVAC/ELECTRICAL TECHNOLOGY LABORATORY BUILDING AT

LAWN CARE River Valley Community College One College Drive Claremont, NH

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

REQUEST FOR PROPOSAL FOR: PROJECT GBC Great Bay Community College

REQUEST FOR DESIGN BUILD SERVICES FOR RENOVATIONS TO MACHINE TOOL SHOP Project NC 12-10

REQUEST FOR PROPOSAL FOR: NHTI Residence Hall Refrigerator/Microwave Units

REQUEST FOR PROPOSAL FOR: IT MANAGED AND PROFESSIONAL SERVICES CON NHTI, Concord s Community College COMMUNITY COLLEGE SYSTEM OF NH

SCOPE OF SERVICES: Work within this request for proposal (RFP) shall consist of three (3) services described as follows:

REQUEST FOR PROPOSAL FOR: MCC Instructional Design and Curriculum Development Services

CCSNH Request for Proposal Real Estate Services

REQUEST FOR PROPOSAL FOR: MICRO MARKET AT NASHUA COMMUNITY COLLEGE. July 21, 2017

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

REQUEST FOR PROPOSAL (RFP)

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Request for Qualifications

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Cheyenne Wyoming RFP-17229

Proposal No:

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Request for Proposals Architectural and Engineering Design Services associated with

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

REQUEST FOR PROPOSALS NATURAL HAZARD MITIGATION PLANNING SERVICES

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

GREENVILLE UTILITIES COMMISSION

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

Notice of Request for Proposals

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Request for Proposal # Executive Recruitment Services

Notice of Request for Proposals

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

BHP Project IFB #

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

Request For Qualifications Construction Management at Risk

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

REQUEST FOR PROPOSAL FOR: NHTI- Concord s Community College. Replacing a Cafeteria commercial dishwasher and associated equipment and finishes.

PHASE 1 STAFF FACILITIES LOCKER ROOM

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

Asbestos Survey Services

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

RFP GENERAL TERMS AND CONDITIONS

AGREEMENT FOR SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

WINDOW WASHING

Request for Bid #1667 (RFB) CONCRETE SERVICES

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

Request for Quotation (RFQ) RFQ Passenger Van

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

REQUEST FOR PROPOSAL Compensation Consulting

All equipment will be assembled and installed by the Supplier and or Contractor.

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

construction plans must be approved for construction by the City PBZ department.

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Knox County Government and Strategic Equipment and Supply

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Transcription:

LRC14-07CM CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH Project LRC14-07CM MARCH 24, 2014 LRC14-07CM Construction Management Services New Auto Building Page 1

LRC14-07CM Request for Qualifications For: Construction Management Services for a new New Automotive Building And Various Projects thru FY 17 at Lakes Region Community College Laconia, NH Purpose: - Lakes Region Community College is seeking qualifications from qualified, interested parties to provide Construction Management Services involving the construction of a new Automotive Building and Various Projects thru FY 17. The project will include: a New Automotive Building and Various Projects thru FY 17, which will be on the Lakes Region Community College campus. Construction of the new Automotive Training Center, associated parking which may be required if existing parking is displaced by the new building, and associated driveways. First Project Total Design, Construction, Furnishing and Equipment, etc. budget: $3.3 million. Project construction for the New Automotive Building to start Spring/Early Summer 2014 and have substantial completion by the end of May 2015. Lavallee/Brensinger Architects, Manchester, NH is the architect assisting LRCC in developing planning, performance criteria, specifications, construction management bid documents and construction administration according to LRCC and CCSNH requirements, administration needs and all applicable code requirements. Applicants must be registered to do business with the State of New Hampshire. The Construction Manager will assist Lakes Region Community College, the college administration and the designer in cost estimating, developing construction bid documents, bidding, contracting, quality control and quality assurance and managing all phases of construction. Applicants must have experience in Construction Management of projects of similar size and scope, experience in large scale new construction and renovation work in occupied buildings by college students and the ability to provide bonding and insurance coverage. LRC14-07CM Construction Management Services New Auto Building Page 2

LRC14-07CM STEP 1: Applicants are requested to provide five (5) copies of a qualifications package with the following documentation: Proposal Instructions: Each response must include the following information, see Exhibit B: 1. Name, address, brief history and description of firm. 2. Résumés of key personnel to be assigned to this project. 3. Related projects / areas of expertise / experience. Include descriptions of other projects managed by this firm and staff which are similar to this project. Include reference contact information. 4. A brief description of the firm s approach to working with designers, owners, and subcontractors. 5. A description of the quality control and quality assurance programs to be used by the firm. RFQ Due Date: Five (5) copies of the information above must be dated and signed by the submitter and received by Lakes Region Community College, ATTN: John Harrington, 320 Corporate Drive, Portsmouth, NH 03801 no later than 3 p.m. April 10, 2014. Also send an electronic copy via email to: memoore@ccsnh.edu, of the information by 3 p.m. April 10, 2014: Submissions received after that date and time will be marked as Late, will not be eligible for consideration in this process, and will be returned to the submitter unopened. There will be no exceptions to this requirement. Evaluation Process: All eligible responses will be considered for inclusion on a short list of accepted applicants. The short list of applicants will be determined no later than. April 17, 2014. STEP 2: A list of qualified candidates will be selected from the responses. Shortlisted candidates will be asked to submit a fully developed proposal for the work. Additional information regarding the proposal will be sent with the invitation. From Three to Five firms meeting the requirements of the Request for Proposal will be invited to interview. A selection committee chosen by the College will interview the candidate s team and be judged by the team on the attached criteria. The candidate with the highest score will enter into negotiations for the work. The purpose of the presentation is to showcase the ability and experience of the firms to provide construction management for the new Automotive Building. It is highly recommended for the firm to describe prior similar projects for this or other colleges. CCSNH reserves the right to retain and use any material supplied. LRC14-07CM Construction Management Services New Auto Building Page 3

The contract will be a Community College Construction Management Agreement. If no agreement is reached with the highest scoring firm negotiations will be terminated and negotiations with the runner up will be pursued. AWARD PROCESS: All responses will be reviewed by the Selection Committee. The Selection Committee shall evaluate the proposals and shall be composed of Lakes Region Community College Representatives and a CCSNH Representative. Interviews with the short listed firms will be held, April 22, 2014 (time will be confirmed). This decision shall be based on the criteria of the scoring sheet to be sent to the short listed firms. The successful applicant will then be asked to provide a proposal for the work. Lakes Region Community College will enter into negotiations regarding the terms of the contract with the highest ranked firm. Should Lakes Region Community College be unable to reach agreement on contract and price, they will proceed to negotiations with the next ranked firm. The RFQ/RFP process is a procedure allowing Lakes Region Community College to award this contract for Construction Management Services to the firm whose submittal best meets the interests of Lakes Region Community College. The Construction Manager Firm shall not begin work until a fully executed contract has been received and the Construction Manager Firm has received the notice to proceed. Proposal Inquires: all inquiries concerning this request shall be made in writing (email acceptable) and shall be submitted to Matthew Moore, P.E., Director of Capital Planning and Development, memoore@ccsnh.edu, 26 College Drive Concord, NH 03301, phone (603) 230-3565, cell (603) 724-5718. If necessary any updated information regarding the RFQ will be posted at www.ccsnh.edu/bidding/. SITE VISITS: The project area, which is planned to be just beyond the new Academic Building to the right as you face the main entrance, is available to visit at any time. CONTRACT INFORMATION FORM OF CONTRACT The Construction Manager Firm who is awarded the contract will need to complete an AIA 133 modified and AIA A201 modified contract (sample to be provided to those short listed) and provide the required Corporate Resolution (corporations/llc) or Partnership Certificate of Authority or Sole Proprietor Certification of Authority, whichever applies, to show the individual signing the contract is authorized to do so. INSURANCE: The Construction Manager Firm awarded the contract will need to furnish an insurance certificate. which includes the following: See Exhibit A below for full individual insurance requirements. CONTRACT TERM: The term of any resulting contract shall end on or before June 30, 2017. LRC14-07CM Construction Management Services New Auto Building Page 4

Lakes Region Community College shall have the right to terminate the contract at any time by giving the Construction Manager a thirty (30) day written notice. PAYMENT AND COMPENSATION: Payment terms: Partial payments are allowed once the work has been invoiced, approved, and accepted by Lakes Region Community College. ADDITIONAL INFORMATION: Applicants are responsible for having ascertained pertinent local conditions, such as equipment, conditions, locations, accessibility, and general character of the site, knowledge of conditions affecting the work. The act of submitting a proposal is to be considered as full acknowledgment that the applicant inspected the site and is familiar with the conditions and requirements of these specifications. The College reserves the right to make a written request for additional information from a Designer/Vendor to assist in understanding or clarifying a proposal. The responses are to be provided in writing. All local, state and federal regulations are to be followed. Any fines assessed to the College due to the lack of these regulations being followed will be the responsibility of the successful Construction Manager Firm. If applicable, vendor is responsible for calling Dig Safe System, Inc., a private locating service. Any fines, damages, etc. assessed to the College due to failure to obtain a Dig Safe permit and to have utilities located by a private company will be the responsibility of the successful Construction Manager. Shirts are required to be worn at all times on the work site, smoking is allowed only in vehicles. After the award, the Construction Manager shall submit a list of all key personnel and subconsultants. The College reserves the right to request a criminal background check on any employee of Construction Manager Firm. The College also in its discretion may decide that anyone with a criminal history, other than traffic violations that have not been annulled, will not be allowed to work at the project site. COMPLIANCE BY CONSTRUCTION MANAGER WITH LAWS AND REGULATIONS - EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the Construction Manager shall comply with all statutes, laws, regulations, and orders of federal, state, county or municipal authorities which impose any obligation or duty upon the Construction Manager, including, but not limited to, civil rights and equal opportunity laws. In addition, the Construction Manager Firm shall comply with all applicable copyright laws. During the term of any contract, the Construction Manager shall not discriminate against employees or applicants for employment because of race, color, religion, creed, age, sex, handicap, sexual orientation, or national origin and will take affirmative action to prevent such discrimination. If the contract is funded in any part by monies of the United States, the Construction Manager shall comply with all the provisions of Executive Order No. 11246 ( Equal Employment Opportunity ), as supplemented by the regulations of the United States Department of Labor (41C.F.R. Part 60), and with any rules, regulations and guidelines as the State of New Hampshire or the United States shall issue to implement these regulations. The Construction Manager further agrees to permit the State or United States access to any of the Construction Manager s books, records and accounts for the purpose of ascertaining LRC14-07CM Construction Management Services New Auto Building Page 5

compliance with all rules, regulations and orders, and the covenants, terms and conditions of a proposed contract. ADDENDUM: In the event it becomes necessary to add to or revise any part of this RFP prior to the scheduled submittal date, the College will post addenda at www.ccsnh.edu/bidding/.. Before your submission, always check for any addenda or other materials that may have been issued which would affect the RFQ/RFP. Any change, correction or deviation to this RFQ/RFP must be addressed in a written addendum. Verbal changes will not be allowed. The College reserves the right to waive any and all informalities in its best interest. LRC14-07CM Construction Management Services New Auto Building Page 6

LRC14-07CM EXHIBIT A REQUEST FOR QUALIFICATIONS Construction Management Services for a New Automotive Building And Various Projects thru FY 17 At Lakes Region Community College, Portsmouth, NH INSURANCE REQUIREMENTS TYPES OF INSURANCE REQUIRED Professional/Errors & Omissions Liability Insurance Professional or E&O insurance is required of all Architects and Engineers who provide the design and engineering for buildings and other structures. LIMITS OF INSURANCE REQUIRED Commercial General Liability: Contractor agrees to maintain in full force during the term of this contract and until the completion of this project Commercial General Liability insurance with the following minimum limits of liability: $1,000,000 per occurrence Limit for bodily injury/property damage $1.000, 000 per occurrence Personal and advertising injury $2,000,000 aggregate Products/completed operations $2,000,000 aggregate Policy aggregate $5,000 per person Medical expense Automobile Liability Insurance: Contractor agrees to maintain in full force during the term of this contract and until the completion of this project Commercial Automobile Liability insurance for all owned, non-owned, and hired vehicles/trucks. The minimum limit of liability shall be $1,000,000 each accident, combined single limit for Bodily Injury and Property Damage. LRC14-07CM Construction Management Services New Auto Building Page 7

Workers Compensation Insurance: Contractor agrees to maintain in full force and effect Workers Compensation insurance which provides statutory coverage for Workers Compensation claims and Employers Liability insurance subject to minimum limits of: $500,000 each accident Bodily injury by accident $500,000 each employee Bodily injury by disease $500,000 policy limit Bodily injury by disease or the minimum limits required by Contractor s Umbrella insurer. Workers compensation requirements as required by NH law must be followed, and includes, in part, providing proof by the Contractor of workers compensation insurance coverage for all of its employees on this site. The Contractor awarded the work is also to submit information as required under RSA 21-I: 81 B. This law requires, among other things, the Contractor to provide timely information on employee and subcontractor identity, including all CFOs and principals on a log for this purpose, and for the College to post this information on a publicly accessible website. (Note: Any exemptions demonstrated by the Contractor can be noted in the contract in Exhibit C.) Umbrella Liability Insurance: Contractor agrees to maintain in full force and affect Umbrella Liability insurance which provides excess following form coverage over the underlying Commercial General Liability, Automobile Liability, and Employers Liability policies previously described. The Umbrella/Excess policy will provide minimum limits of liability of $5,000,000 per occurrence and aggregate - and the aggregate limit should be provided on a per project or job or location basis. Professional Liability Insurance: Architect/Engineer agrees to maintain in full force during the term of this contract and for a period of one (1) year after the completion of this project, Architects and Engineers Professional Liability (Errors and Omissions) insurance subject to a minimum per occurrence and aggregate limit of $3,000,000. Note: The scope of coverage and limit provided by the policy shall encompass the Architect/Engineers obligations as defined in the project agreement. Personal Property Insurance: Builder s Risk coverage does not provide coverage for the Contractor s business personal property tools, equipment, etc. As such, coverage must be provided by Contractor for this exposure. The certificates are required to name Lakes Region Community College as additional insured. END OF EXHIBIT D LRC14-07CM Construction Management Services New Auto Building Page 8

LRC14-07CM EXHIBIT B REQUEST FOR QUALIFICATIONS Construction Management Services for a New Automotive Building And Various Projects thru FY 17 At Lakes Region Community College, Portsmouth, NH CONSTRUCTION MANAGER QUALIFICATION FORM THIS FORM IS TO SUBMITTED WITH THE PROPOSAL Qualifications to perform the work: Construction Manager must have a minimum of three (3) years experience with Construction Manager of projects of similar scope and complexity within 100 miles. NAME OF FIRM SUBMITTING PROPOSAL: Proposal Instructions: Each response must include the following information: 1) Name, address, of the Construction Management Firm. 2) Brief history and description of firm. (Include area of expertise and list past pertinent projects) LRC14-07CM Construction Management Services New Auto Building Page 9

3) List of key personnel to be assigned to this project.(include recent, with time employed with firm) Project Manager Principal in Charge 4) Related projects / areas of expertise / experience. Include descriptions of other projects of similar scope built by this firm. Include reference contact information. 5) A brief description of the firm s approach to project Construction Management. NAME OF REFERENCE PROJECT Location of Project Date work performed Description of Project Approximate Contract value Name of Owner Address Contact Information Phone END OF EXHIBIT E LRC14-07CM Construction Management Services New Auto Building Page 10