Granville Township Request for Qualifications Construction Manager at Risk (CMAR)

Similar documents
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES ("RFQ") January 20, 2018

I. PROJECT DESCRIPTION

REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY

Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR

RICHMOND HEIGHTS LOCAL SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ( RFQ ) FOR OWNER S REPRESENTATIVE SERVICES

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA

Request for Qualifications (Design-Build Firm)

MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFQ GC 2015

Alpena County Sheriff s Office & Jail Expansion April 16, 2018 RFP for Construction Manager at Risk Services

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

Santa Ana Unified School District

REQUEST FOR PROPOSALS TRANSPORTATION SALES AND USE TAX REVENUE CONSULTING SERVICES

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

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

Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015

Request for Qualifications for General Contractors. 8th & Cooper Multi-use Project

Request for Proposal

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR LUBBOCK, TEXAS

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

Request for Qualifications (RFQ)

Academic Building Replacement (Capers Hall) The Citadel H PG. Request for Qualifications. For. Construction Management at-risk Services

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

REQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

REVISED Request for Proposal: Benton County Hearing Examiner Services

Jefferson. Street) V. Wood. their interest in that alter any. specification or o

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Request for Qualifications

Request for Proposal

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

FREEPORT HOUSING AUTHORITY NOTICE OF REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS

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

HOUSING AUTHORITY OF THE CITY OF TULSA

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR)

MANAGER SERVI ICES FOR

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

Request for Bid/Proposal

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES

REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

PHASE 1 STAFF FACILITIES LOCKER ROOM

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016

SCHOOL FACILITIES CONSTRUCTION AND IMPROVEMENT BONDS. Presented by: Rebecca C. Princehorn, Esq. & Sylvia L. Gillis, Esq.

BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER LINES

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

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

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

Cheyenne Wyoming RFP-17229

New Mexico Bidder s Number

RFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS

REQUEST FOR PROPOSALS TO PROVIDE CONSTRUCTION COST ANALYSIS SERVICES

The Firemen s Association of the State of New York

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern:

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

City of Caribou, ME Request for Proposals for Annual Independent Financial Auditing Services

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES. Issued February 19, 2018 Responses due March 5, 2018 at 3 pm local time

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

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

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

Discretionary Purchase Table of Contents. Discretionary Purchase Instructions 1. Code of Business Ethics Certification 2

CONSTRUCTION MANAGER AGREEMENT BETWEEN THE UNIVERSITY OF ROCHESTER AND. Insert CM Firm. Insert Name of Project. Insert Project Number

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

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

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

Request For Proposal (RFP) for

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

Request for Proposal Number #

REQUEST FOR PROPOSAL ID# For Banking Services for Lackawanna County

OFFICE OF THE SUMMIT COUNTY SHERIFF

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

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

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755

REQUEST FOR PROPOSAL (RFP) Legal Services for Xenia Community City School District

Transcription:

Article 1 Project Identification Granville Township Request for Qualifications Construction Manager at Risk (CMAR) Project Owner: Project Name: Project Description: Granville Township Trustees P.O. Box 315 Granville, OH 43023-0315 New Fire Station Construction 1833 South Main Street (a.k.a. Lancaster Road) Granville, Ohio 43023 The project is still pending a formal design but includes the construction of a modern fire station with living quarters for firefighter/ems personnel for the Granville Township Fire Department. Five apparatus bays are anticipated with adjacent ancillary spaces, an EMS treatment/triage room, physical training facilities and administrative offices for fire department and township administrative personnel. Architect/Engineer(A/E): Mull & Weithman Architects, Inc. 4525 Indianola Avenue Columbus, Ohio 43214 Project Estimates: Construction Budget: $3,200,000 Total Project Budget: $ 3,600,000 Anticipated Schedule Milestones: CM Contract Date: April 15, 2018 Notice to Proceed with Preconstruction Services: April 15, 2018 Submission of Guaranteed Maximum Price Amendment: Oct 1, 2018 Notice to Proceed with Construction: November 1, 2018 Substantial Completion of All Work: To Be Determined Final Completion of All Work: December 15, 2019 Article 2 Project Delivery and Scope of Construction Manager Services Project Delivery: The project will use the construction manager at risk project delivery system as described under O.R.C. Sections 9.33 through 9.334 and related provisions. 1

Form of Contract: Preconstruction Services: The contract is currently under development and will be provided during the RFP phase of the selection process. The Owner anticipates that the form will be similar to and adapted from the construction manager at risk contract published by the Ohio Facilities Construction Commission. A general description of the scope of services is below: The Construction Manager (CM) will work cooperatively with the Owner and A/E and will provide, among other items, cost estimating, budgeting, value engineering, constructability reviews, scheduling, and preconstruction planning. CM to state qualifications for conceptual estimating citing examples of successful projects The drawings and specifications for the Project are still within the initial stages, it is anticipated that the CM will work closely with the A/E as these are developed. Once the contract is executed, the CM will be required to engage in the 1) required subcontractor selection process; 2) the preparation and submission of a proposed Guaranteed Maximum Price Amendment through which the Owner and the CM will establish the Contract Sum, Contract Times, and the scope of work for the Project. The Owner, A/E, and the CM will meet to reconcile any questions, discrepancies, or disagreements relating to the qualifications and assumptions, the Basis documents, and other elements of the proposed Guaranteed Maximum Price Amendment. The reconciliation will be documented and approved by the Owner and the CM. At the completion of the reconciliation, the Owner and CM will amend the contract to establish the contract sum, contract times, and the scope of the work for the Project. The above steps may be repeated for additional amendments. The final negotiated contract sum must not exceed the construction budget. Construction Services: The CM must construct the Project in accordance with the contract documents including all schedule requirements. The CM will be responsible for the means and methods of construction, safety, and compliance with all applicable laws. The CM must procure subcontracts through competitive pricing and must hold all subcontracts, which must be on the subcontract form prescribed by Ohio Administrative Code Section 153:1-03-02. The Owner will have access to all books, records, documents, and other data pertaining to bidding, pricing or performance of the 2

Article 3 Selection Process contract that is in the CM s possession, its subcontractors, and its material suppliers. General: Selection Criteria: Short List: Request for Proposal: Pre-Proposal Meeting: The CM selection process will proceed as described under Ohio Administrative Code Section 153:1-6-01, which is a two step best value process in which contract award is based upon a combination of qualifications and price considerations. The Owner will select the CM using 1) a qualification based selection process during the RFQ stage to develop a short list and 2) a best value selection process during the RFP phase to make the final selection,. The qualifications based selection criteria are included in this RFQ. The best value criteria the Owner will use in evaluating proposals from the shortlisted firms will be set forth in the RFP and include factors the Owner identifies to derive or offer the greatest value to the Owner, combining both qualifications and fee. The Owner will evaluate each firm which responds to the RFQ. The Owner will rank those firms based on each firm s qualifications as well as the qualifications and experience of the particular personnel identified as the firm s proposed team for the Project. After evaluating the responses to this RFQ, the Owner will select a short list of no fewer than three candidates that it considers to be the most qualified, except if the Owner determines that fewer than three (3) firms are qualified, then it will only select the qualified firms. The Owner will send a Request for Proposals (RFP) to each of the shortlisted firms to invite those firms to submit pricing proposals containing their proposed preconstruction stage compensation fee, construction stage personnel costs, construction stage itemized general conditions costs, construction stage contingency percentage and construction stage fee percentage, The short-listed candidates will also receive a form of the contract; a set of design documents to the extent they exist; and a proposed Project schedule. The Owner will invite the short-listed firms to meet individually with the Owner before submitting a response to the RFP. The purpose of the Pre- Proposal meeting is to permit the short-listed firms to ask the Owner questions in an individual setting to assist the firms in their responses to 3

the RFP. The Owner will contact each short-listed firm to schedule these pre-proposal meetings. Interview: After submitting responses to the RFP, the Owner will interview each short-listed firm. The purpose of the interview will be to meet the proposed Project Team, become familiar with key personnel, and to understand the firm s project approach and ability to meet the Project s objectives. This will include defining project team leadership, their experience in similar projects and working together with clients and designer. The short-listed firms should be prepared to discuss with specificity the firm s capacity to conduct the work in compliance with the Project s budget and schedule requirements. The Owner will be responsible for coordinating and scheduling the interviews. Selection Schedule: Statement of Qualifications Due February 5, 2018 RFP Issued to Short Listed Firms February 15, 2018 Pre-Proposal Meetings February 26-28, 2018 Proposals Due March 5, 2018 Interviews March 12-13, 2018 Selection of Construction Mgr March 15, 2018 Finalize CM Contract negotiation March 20, 2018 Article 4 Statement of Qualifications Submission Submission Requirements: Firms are required to submit the current version of the Statement of Qualifications (OFCC Form F110-330) available at the OFCC website http://ofcc.ohio.gov/documents.aspx. When completing the Form F110-330 please note: 1. Contracting Authority and Owner-Agency as used in the form both refer to Owner as used in this RFQ. 2. It is the understanding of the Owner that EDGE Requirements do not apply to this project but firms replying to this RFQ are requested to provide EDGE requested information in Form F110-330. 3. When completing the Relevant Project Experience Matrix in Section F of Form F110-330, please refer to the following scope of work requirements for this RFQ: a) Construction Manager at-risk Pre-Construction Services (Public Projects) 4

b) Construction Manager-at-Risk Construction services (Public Project) c) Construction Manager at-risk Contract Sum (GMP) Pricing Experience d) Constructability Review Experience (Public Projects) Section H: Please submit the following information in response to this RFQ within Section H of Form F110-330. Provide a summary on one page or less, describing why your firm is the most qualified for the Project. Provide evidence of your firm s capacity to provide bonding in the amount of the Project s construction budget. Provide evidence of firm s worker s compensation insurance and a copy of firm s certificate of insurance showing current limits of liability for employer s liability, commercial general liability, business automobile liability pollution liability and professional liability. Indicate whether the firm intends to self-perform any construction work on the Project through a competitive process and if so, the nature of the work and capability of performing it. Describe the scheduling and cost-control systems the firm would propose to use for the Project. Describe the firm s track record of managing projects to the original schedule. Describe the firm s track record of managing projects to the original budget. Demonstrate how firm will develop and maintain a running list of Value Engineering (VE) items noting cost savings State experience in Energy efficient or LEED projects, including site logistics planning. Cite examples of Periodic Written Reporting to client and other methods of communication processes within the design, subcontractor and owner s representative team. Identify the number of OHSA willful citations the firm has received in the last three (3) years as well as the firm s experience modification rate (EMR) for each of the last three years. 5

Provide a list of at least three project or personal references Part II General Qualifications: At Part II, item 11b, include all the value of all work rather than only State work. At Part II, item 11c, include all the value of all work rather than only State work. Submission Instructions: Paper copies of the Statement of Qualifications should be stapled only. Do not use special bindings or coverings. Cover letters and transmittals are not required. While not required, electronic submittals can be sent to businessoffice@granvilletownship.org. Five hard copies of the Statement of Qualifications must be submitted in a sealed envelope that is marked: Granville Township Trustees Attn: Fire Station Project Statement of qualifications The Statement of Qualifications is due by 4:00 P.M. on February 5, 2018. Delivery should be to: Granville Township Trustees Jerry Miller, Fiscal Officer P.O. Box 315 Granville, OH 43023-0315 Article 5 General Provisions 6

Questions: Cancellation and Rejection: Definitions: All questions must be submitted in writing by email to Jerry Miller, Fiscal Officer, at businessoffice@granvilletownship.org no later than seven days before the above-stated deadline for submission of the Statement of Qualifications. Answers to any questions will be emailed to all firms receiving this RFQ which have provided an email address to the Owner. The Trustees may reject all proposals and cancel all or any portion of this solicitation at any time for any reason. The Trustees will have no liability to any proposer arising out of any cancellation of this solicitation or rejection of any related submission. The Trustees may waive minor variations in the selection process. Terms not otherwise defined but which are used in this RFQ are defined according to ORC Sections 9.33 through 9.334 and Sections 153.65 through 153.73, and related statutory and regulatory provisions. 7