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

Similar documents
REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

Request for Qualifications Construction Manager at Risk

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY

Contractor s Qualification Statement

Contractor s Qualification Statement

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

Job No REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS

State of North Carolina Prequalification for Single Prime Contractors

ADVERTISEMENT FOR BIDS

PREQUALIFICATION PACKAGE FOR

IRVING Independent School District

I. PROJECT DESCRIPTION

OFFEROR S STATEMENT OF QUALIFICATIONS

PREQUALIFICATION QUESTIONAIRE

Madera Unified School District

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

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

State of North Carolina Prequalification for Single Prime Contractors

Acknowledgment Form - page 1 of 2

FOCUS DESIGN BUILDERS CONTRACTOR S QUALIFICATION STATEMENT

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801)

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

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

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

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

Request for Qualifications

Botetourt County Public Schools

EXPERIENCE AND QUALIFICATION STATEMENT OF

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

GRAYSON COLLEGE 6101 Grayson Drive Denison, TX Telephone: (903)

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

RFP # Construction Manager at Risk Services 2017 Additions and Renovation Projects

Contractor s Statement of Qualifications for (Insert Project Name) (Insert Owners Name Here) (Insert Owners City and State Here)

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

EXHIBIT 3 OWNER'S INSTRUCTIONS FOR EXPERIENCE QUESTIONNAIRE AND CONTRACTOR'S FINANCIAL STATEMENT

SUBCONTRACTOR S QUALIFICATION SUBMITTAL

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

PURCHASING OFFICE REQUEST FOR QUALIFICATIONS INVESTMENT BROKER DEALER SERVICES RFQ NO

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223

RFP No Attachment No. 1 Company Overview

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

REQUEST FOR PROPOSAL District Auditing Services

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

Request for Qualifications (RFQ) for Architectural/Engineering Services for Waxahachie Independent School District

Request for Risk Management and Insurance Broker Services

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

GRAND PRAIRIE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. Program Management Services for Facilities Construction/Upgrades/Maintenance

Submittal Guidelines RFQ# Master Site Plan

REQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS

REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

PROPOSER'S QUALIFICATIONS STATEMENT

Addendum #1 RFQ #MM MCCD Measure MM Bond Program DSA Inspector of Record (IOR) Multiple Award MSA March 19, 2019

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK BEXAR COUNTY COMMUNITY ARENAS BOARD BEXAR COUNTY, TEXAS FREEMAN COLISEUM PHASE II RENOVATIONS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

PREQUALIFICATION FOR GENERAL CONTRACTORS

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

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

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

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

REQUEST FOR ANNUAL PRE-QUALIFICATION OF PUBLIC WORKS CONTRACTORS

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

INDUSTRIAL DEVELOPMENT AUTHORITY OF THE COUNTY OF PRINCE WILLIAM APPLICATION STATEMENT

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

RFP No Attachment No. 1 Company Overview

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

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

Exhibit B-1 MEP Subcontractor Questionnaire

Plano Independent School District Competitive Sealed Proposal

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK)

New Mexico Bidder s Number

Request for Proposal Number #

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

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

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

Request For Qualifications Construction Management at Risk

Request for Qualifications Number 1470 General Construction Services

5/17/2013 BEST VALUE PROCUREMENT METHOD RFP PROCUREMENT METHOD EVALUATION CRITERIA FOR GOODS & SERVICES RFP FACTORS

City of Presque Isle, Maine Chip Sealing Request for Bids

Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION

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

Wilson County Criminal Justice Center th Street, Floresville, Texas TG # May 2014

GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY

Re: Financial Advisory Services, Request for Qualifications # RFQ. Solicitation Notice

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

** completed qualification form to City: State: Zip: Telephone: Fax:

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Transcription:

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES Pursuant to the provisions of Texas Education Code 44.038, as amended, it is the intention of the Liberty Hill Independent School District (the District ) to select via the twostep process a Construction Manager-at-Risk for the construction of the District s 2010 Bond Program as generally described in Section I of this Request for Qualifications ( RFQ ). Persons or entities submitting proposals in response to this Request for Qualifications are referred to herein as offeror(s). Proposals are to include the information requested in Section II of this RFQ in the sequence and format prescribed. Offerors must submit with the proposal one signed original Execution Form set out in Section III. In addition to and separate from the requested information, offerors submitting proposals may provide supplementary materials further describing their capabilities and experience. PROPOSALS MUST BE RECEIVED NO LATER THAN 3:00 P.M., CST, ON MONDAY, JANUARY 10, 2011 Any proposal received after such time will not be considered and will be returned unopened. Proposals will be received by: Dr. Rob Hart, Superintendent of Schools Liberty Hill Independent School District Mailing: 14001 W. Hwy 29, Liberty Hill, Texas 78642-0068 Physical: 14001 W. Hwy. 29, Liberty Hill, Texas 78642 This is a two-step process. In step one, following the deadline for receipt, the District's staff will receive, publicly open, and read aloud the names of the offerors. Within 45 days following the date of the opening District staff will evaluate and rank each proposal submitted in relation to the selection criteria set forth herein. A recommendation will be made to the Board of Trustees as to the ranking of the proposals. The District will select not more than five (5) offerors solely on the basis of qualifications or reject all proposals. In step two, the District will request additional information, including the offerors' proposed fee and price for fulfilling the general conditions. Based on responses in step two, the District will select a construction manager or reject all proposals. CMAR RFQ (two step) Page 1 of 8

Pursuant to Texas Education Code 44.031 and 44.038, the District will rank the proposals in step one based on the following criteria: CRITERIA Upon receipt of Qualification Submittals (Step 1), the Evaluation Team will review and evaluate the responses based on the following evaluation criteria: Area 1 (03%): Organization Area 2 (20%): Experience of the Construction Manager (CM) Area 3 (10%): Financial Strength Area 4 (23%): Past Performance of the CM/CM@R Methodology Area 5 (23%): Proposed Personnel and Management Team Area 6 (16%): Reputation Area 7 (05%): Uniqueness The District reserves the right to conduct interviews or other additional evaluation processes that are deemed necessary by the District to assist in a complete and thorough evaluation of the Proposers. All responses in your proposal may be used to rank offerors based on the criteria. The District reserves the right to verify the accuracy and completeness of all responses by utilizing any information available to the District without regard to whether such information appears in your proposal. By submitting a proposal, each offeror agrees to waive any claim it has or may have against the District, the Architect/Engineer, and their respective trustees, agents and employees, and any reference sources, arising out of or in connection with the administration, evaluation, or recommendation of any proposal; waiver of any requirements under the proposal documents; acceptance or rejection of any proposal; and award of a contract. The District shall have no contractual obligation to any offeror, nor will any offeror have any property interest or other right in the contract or Work being proposed unless and until a contract is unconditionally executed and delivered by all parties, and all conditions to be fulfilled by the construction manager have either been so fulfilled by the construction manager. CMAR RFQ (two step) Page 2 of 8

I. SCOPE OF WORK, FORM OF CONTRACT A. Scope of Work. The work consists of construction of the following: Project 1 New High School Construction Cost $60,023,406 Start Construction September 2011 Substantial Completion June 2013 Project 2 Existing High School Renovation Construction Cost $2,790,234 Start Construction February 2012 Substantial Completion June 2013 Project 3 Existing Junior High School Renovation Construction Cost $7,175,913 Start Construction October 2011 Substantial Completion May 2013 Project 4 Liberty Hill Elementary - Kitchen/Cafeteria Renovation Construction Cost $1,211,725 Start Construction March 2011 Substantial Completion August 2011 Project 5 Burden Elementary - New Parking Lot Construction Cost $106,468 Start Construction May 2011 Substantial Completion August 2011 Project 6 Sixth Grade Campus Renovation Construction Cost $365,109 Start Construction May 2013 Substantial Completion October 2013 CMAR RFQ (two step) Page 3 of 8

B. Form of Contract. The contract between the District and the construction manager shall be the Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work plus a Fee with a Guaranteed Maximum Price, AIA Document A133-2009, as amended by the District and attached as Exhibit A. The General Conditions shall be the General Conditions of the Contract for Construction, AIA Document A201-2007, as amended by the District and attached as Exhibit B. II. INFORMATION TO BE PROVIDED BY OFFERORS Qualifications submittals are to include the information requested in this questionnaire in the sequence and format prescribed. Each selection criteria is associated with certain questions and will be evaluated based on this format. Failure to respond in this sequence and format will result in reduction of points or disqualification. Supplemental materials providing additional information may be attached if limited to three pages. Please provide the following information concerning your firm: A. Organization 1. Name of firm. a. Address of principal office. b. Telephone and fax numbers. c. Form of business organization (corporation, partnership, individual, joint venture, other). d. Year founded. e. Primary individual to contact. 2. How many years has your organization been in business in its current capacity? 3. How many years has your organization been in business under its present name? Under what other or former names has your organization operated? 4. If your organization is a corporation, answer the following: date of incorporation, state of incorporation, president s name, vice president s name(s), secretary s name, treasurer s name. 5. If your organization is a partnership, answer the following: date of organization, type of partnership (if applicable), name(s) of general partner(s). 6. If your organization is individually owned, answer the following: date of organization; name of owner. 7. If the form of your organization is other than those listed above, describe it and name the principals. 8. Does your company principally work in the Central Texas area? 9. What is the dollar value of work done within a 60mile radius of the District for the four-year period of 2006-2010, and what percentage of your total work does this represent? CMAR RFQ (two step) Page 4 of 8

10. (See attachment of this document.) In accordance with the Texas Education Code, Title 2, Public Education, Chapter 44, Fiscal Management, Subchapter B, Purchases; Contracts, 44.034: a. A person or business entity that enters into a contract with a school district must give advance notice to the District if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. 11. List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable. 12. List jurisdictions in which your organization s partnership or trade name is filed. B. Experience of the Construction Manager 1. Work over the last five years: List each of the last 10 Texas public school projects constructed by your organization (omit no projects). For each project, provide the name, nature of the project/function of the building, size (square footage), location, cost, delivery method used, date of notice to proceed, contractual completion date, actual completion date, owner and architect (and their telephone numbers), and what type of project (new or addition/renovation). 2. What percentage of your work in the last five years has been public school construction? 3. What percentage of work for the past 10 years has been for repeat clients? Please break down between commercial and educational clients. 4. List the categories of work that your organization normally performs with its own forces. Would you propose to do any work with your own forces or to bid all work to subcontractors? 5. List any subcontractors in which your organization has some ownership and list these categories of work those subcontractors normally perform. 6. Claims and suits. (If the answer to any of the questions below is yes, please attach details.) a. Has your organization ever failed to complete any work awarded? b. Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? c. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 7. Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 8. Please provide examples of work that your firm considers to be exceptional. Also, CMAR RFQ (two step) Page 5 of 8

list the project and contact and telephone number. 9. List five (5) school projects where your firm, as a Construction Manager-At-Risk, has had input in building design and has demonstrated leadership, innovation, and technical expertise. Give examples of your input. 10. List the HVAC, electrical, plumbing, drywall, and masonry subcontractors for your last five (5) school projects, along with contacts and telephone numbers. C. Financial Strength 1. Attach a financial statement, preferably audited, including your organization s latest balance sheet and income statement showing the following items: a. Current assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Noncurrent assets (e.g., net fixed assets, other assets). c. Current liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). d. Noncurrent liabilities (e.g., notes payable). e. Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding shares par value, earned surplus and retained earnings). 2. Name and address of firm preparing attached financial statement and date thereof. 3. Is the attached financial statement for the identical organization named under Item 1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). 4. Will the organization whose financial statement is attached act as guarantor of the contract for construction? 5. Provide name, address and telephone number of your financial institution. 6. Surety: Name of bonding company and name and address of agent. Performance and Payment Bonds for 100% of the construction cost will be required upon submission of the guaranteed maximum price (GMP). D. Past Performance of the CM/CM@R Methodology 1. Describe your organization s concepts for working in a team relationship with the Owner and Architect during the design and construction of major projects. Describe your organization s methods for estimating costs, and for scheduling during the design/documents phase. 2. Savings: Describe your organization s concept and reasoning for the disbursement of savings realized during construction. 3. Contingencies: Describe your organization s concept for cost contingencies during design and during construction. What is your organization s concept for the disposition of contingency funds after the completion of the project? 4. Cost Information: Your firm would be required to make all cost information during CMAR RFQ (two step) Page 6 of 8

design and construction available to Owner and Architect. Describe how this information would be furnished and how the Owner and Architect would be assured that it is complete and accurate. 5. Please provide examples of pre-construction services provided in past school projects and the results of those services. Also, list the school project and project contact. 6. Provide five (5) examples of your input and ideas during the design phase of school projects that has resulted in: a. Improved air quality. b. Reduced maintenance and/or operating costs. c. Reduced construction cost, and/or resulted in a better school facility. 7. List five (5) school project examples where your firm has provided cost saving ideas after establishment of the GMP and your ideas and efforts have resulted in decreasing the cost of construction and/or shortening of the construction schedule. Provide details. 8. How does your firm propose to deal with the current steel, concrete, and petroleumbased product cost escalation in the marketplace, relative to the completion of this project? a. Describe your firm s warranty program, in particular, staffing, reporting, followup procedures. b. What is your record and philosophy on Change Orders? E. Proposed Personnel and Management Team 1. Are the CM s personnel experienced in similar school projects? 2. Have the proposed personnel demonstrated the ability to achieve quality work? 3. Given the scope and schedule of the project, identify the specific Project Manager/Job Superintendent, Estimator and Field Operations personnel who would work on the project(s). Provide a resume and references for each individual. Prior to contracting with a construction management firm, the Owner will interview the Project Manager/Job Superintendent that will be assigned to the project(s). The Project Manager/Project Superintendent will be required to remain on the project through final completion unless the Owner directs for any personnel to be removed. The CM may request that a Project Superintendent or a Project Manager be removed from the project only with the approval of the Owner. F. Reputation 1. Demonstrate examples of the CM Team Player relationship and how any adversarial situation during construction was remedied. 2. Has the CM demonstrated a long-term presence in the Central Texas market? 3. Have past client expressed a willingness to work with the CM again? CMAR RFQ (two step) Page 7 of 8

4. For six (6) of the projects listed above (reference Items B.1 and B.3), identify a representative of the owner and a representative of the architect (provide name, telephone/fax numbers) whom we could contact as references regarding your organization s services. References should include owners of education projects of comparable scope. G. Uniqueness 1. What do you feel is unique about your firm s contribution to the Liberty Hill Independent School District building program? End of Questionnaire III. EXECUTION FORM The foregoing is true and correct. The District, or any authorized representative of the District, is authorized by the undersigned to contact any firm, institution, or person to obtain information about our firm s services, financial condition, and any other information which the District might determine as being desirable. Offeror: By: (Signature) (Printed Name) (Title) CMAR RFQ (two step) Page 8 of 8