REQUEST FOR QUALIFICATIONS AND PROPOSALS

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS AND PROPOSALS"

Transcription

1 REQUEST FOR QUALIFICATIONS AND PROPOSALS CONSTRUCTION MANAGER AT RISK SERVICES Preconstruction Phase Services and Construction Phase Services Sheridan Economic and Educational Development Authority Sheridan Wyoming Project Enterprise High Tech Park Yellowtail Drive Sheridan, WY November 1, 2017 Contact: Karen Kelly Arete Design Group,, LLC 45 East Loucks, Suite 301 Phone: (307)

2 REQUEST FOR QUALIFICATIONS AND PROPOSALS CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES PRECONSTRUCTION AND CONSTRUCTION PHASE SERVICES TO: Prospective CMAR Candidates FROM: Kent Andersen, Facilities Director Sheridan College SUBJECT: The procurement of Construction Manager At Risk (CMAR) services by a qualified CMAR Firm to participate in a collaborative process to assist in the development and finalization of the design; to provide scheduling and budget input; to provide bidding services for potential sub-contractors; to influence the methods, phasing and sequencing of the construction phase; and participate in the construction delivery for construction of the new Project Enterprise. The Project is located at Tract 1 of Sheridan High Tech Gateway II Subdivision, 1401 High Tech Dr., DATE OF ISSUE: November 1, 2017 Responses to this Request for Qualifications/Proposals for CMAR services will be received at the Arete Design Group, LLC, 45 East Loucks, Suite 301, until November 28, 2017 at 2:00 pm local time. RESPONSES RECEIVED AFTER THAT TIME AND DATE WILL BE DEEMED NONCOMPLIANT WITH THIS RFQ/RFP AND WILL NOT BE ACCEPTED. FAX OR RESPONSES WILL NOT BE ACCEPTED. Any questions which arise from this request shall be addressed to the Project Architect as follows: Arete Design Group, LLC 45 East Loucks, Suite 301 T: (307) karenk@aretedesign.group DESCRIPTION OF THE PROJECT: SEEDA will be administrating this new building project that is owned by the Sheridan Economic and Educational Development Authority and will be leased to a manufacturing company. The new 90,000 sf manufacturing facility is located on a green field site on High Tech Dr, Sheridan WY. The project involves approximately 70,000 sf metal building manufacturing area 20,000 sf post and beam heavy timber office space and 10,000 sf of basement on 9 acres. The project is applying for a Wyoming Business Council grant and anticipates award in January Proceeding to bidding and construction is dependent on this award. The bidding will consist of two to three bid packages to facilitate schedule to break ground in Spring Completion of the manufacturing portion is desire by January 4, 2019, at which time the tenant wishes to occupy this while construction continues on the office area. The office is desired to be complete by March 1, The project is currently in schematic design, which will be completed mid-november, Programming and design for the spaces in the entire building will be done and priorities set to the new

3 spaces. It is the desire of the Owners to make the grant money reach as far as possible to meet the program for the tenants and comply with Entryway design requirements. INTENT OF RFQ: The intent of this solicitation is to identify qualified CMAR candidates interested in participating in a collaborative process to renovate an existing facility in a timely and cost-efficient manner. SEEDA may short-list responsive proposers and interview the top candidates. From the qualified CMAR candidates, SEEDA will select the CMAR firm which is best qualified and best suits the needs and intent regarding the Project. It is anticipated that the selected CMAR will initially provide Preconstruction phase services and pending the SEEDA s financial conditions for the Project are met, will move forward with Construction Phase services. FORM OF AGREEMENT / CONTRACT STRUCTURE: The SEEDA will utilize a contract structure based on a modified American Institute of Architects (AIA) Document A133 (2009) - Standard Form of Agreement Between Owner and Construction Manager as Constructor and AIA A General Conditions of the Contract for Construction. The contract format will address both Preconstruction Phase and Construction Phase services and will contain structures and provisions specific to construction contracts for SEEDA in accordance with Wyoming State Statute. The selected CMAR will participate in all Preconstruction Phase activities including, but not limited to, comment on design, value engineering, estimating, constructability review, subcontract procurement and bidding processes. At or near the completion of Preconstruction Phase, the CMAR will submit a Guaranteed Maximum Price (GMP) for all Construction phase services for the SEEDA and Architect s review and approval. Prior to any transition to Construction phase services, the CMAR will be required to provide SEEDA with performance, payment and material bonding in the full amount of the proposed GMP. PRECONSTRUCTION PHASE SERVICES: The specific scope of Preconstruction Phase services will be negotiated as part of the contract structure referred to above, based on the selected CMAR s input as well as the SEEDA s requirements. In general, however, those Preconstruction services are expected to include; 1. Consult with, advice, assist, and provide recommendation on all aspects of the planning and design. 2. Provide information, estimates, and participate in decisions regarding construction materials, material sourcing, methods, systems, phasing, and costs to assist in determinations that are aimed at providing the highest quality facility within the budget, schedule, and energy requirements. 3. Review in-progress design documents and provide input and advice on construction feasibility, alternative materials, and availability of materials and equipment. 4. Review completed design documents and suggest modifications to improve completeness and clarity. 5. Provide input regarding the current construction market bidding climate, status of key subcontract markets, etc. 6. Recommend division of work to facilitate procurement and award of qualified trade contracts, considering such factors as bidding climate, improving or accelerating construction completion, minimizing trade jurisdictional disputes, and related issues.

4 7. Develop and continuously monitor the Project critical path schedule and recommend adjustments in the design documents or construction bid packaging to ensure completion of the project in the most expeditious manner possible, while addressing and meeting schedule requirements. 8. In conjunction with the Project Architect, prepare construction cost estimates for the Project at appropriate times throughout the design phases of the work. Notify SEEDA and design team immediately if the CMAR s construction cost estimates appear to be exceeding the City s construction budget and/or the Guaranteed Maximum Price (GMP). 9. Develop and furnish a Guaranteed Maximum Price (GMP) in accordance with the contract requirements for review and approval. 10. In the event that the CMAR is unable to furnish a satisfactory GMP, SEEDA retains the right to terminate the contract and initiate a new process for the construction of the project. BIDDING AND CONSTRUCTION PHASE SERVICES: In addition to the receipt and approval of a satisfactory GMP, the movement of the Project into the Bidding and Construction Phase with the CMAR is also contingent upon Project financing determinations to be made by the SLIB board no later than January 18, In the event that all conditions are met and the Project moves into the Bidding and Construction Phases: Bidding Phase Services are expected to include developing front-end specifications, soliciting bidders for the different construction trades needed for the project, putting together contractor bid packages, bidding the project to the various sub-contractors, submitting bid results along with recommendations to the Owner and Architect for review, and providing sub-contracts for awarded sub-contractors. Construction Phase Services are anticipated to include general oversight and management of the Project, overall responsibility for the timely completion of the Project, and delivery of the Project in accordance with the requirements of all Contract Documents, including but not limited to the Drawings, Specifications and General and Supplemental Conditions. PROPOSAL CONTENT AND INSTRUCTIONS TO PROPOSERS: The proposal submitted in response to this RFQ must be in the format outlined below and must be signed by an officer of the CMAR firm with proper authority to commit the firm. All proposals should be clear and concise, and emphasis should be placed on the specific qualifications of the people who will actually perform the work under this contract on behalf of the CMAR and the specific approach to be taken by the CMAR to the execution of the work. The Proposal is limited to 15 pages and should in clear and concise fashion address each of the criteria listed below: 1. Experience: Capabilities and work load availability of key personnel that will be assigned to this project, including Project Manager and Superintendent - include resumes listing relevant experience. Experience with CMAR projects expected. 2. Past Performance on Specific Building Experience: Describe your past experience on other projects and strategies specifically for this project in providing services for (A) Owner group made of multiple stakeholders, (B) staging construction for partial occupancy, (C) large, manufacturing type facilities (D) sites with significant grade/drainage to work with. 3. Past Performance: Experience with successful Construction Management At Risk projects. Must be able to show a minimum of three (3) successful projects in excess of $9,000, in the past 5 years. Indicate whether each project was delivered within the GMP and on Schedule. For the three projects (3), list the percentage delta between the initial GMP estimate and the actual GMP. Also indicate is multiple bid packages were used.

5 4. Past Performance: Submit a list of a minimum of six (6) references with addresses and current phone numbers as follows: Two (2) Subcontractor references; Two (2) Architect/Engineering firm references (other than Arete); Two (2) Owner references. 5. Financial Solidarity and Risk: Describe any litigation, major disputes, contract defaults and/or lien situations with which your firm has been involved within the last five (5) years. Provide information demonstrating financial health and ability to fully bond a $11,800, project as evidenced by a letter from an appropriate surety. List safety record statistics. 6. Special Qualifications: Describe any unique or extraordinary skills or qualifications that your firm would bring to this Project, and how the selection of your firm would bring measureable added value to the Project. 7. Scheduling: Methodology and/or software used to organize and communicate milestones, sequencing, phasing, Critical Path, and schedule. 8. Estimating and Cost Control: Explain how your firm stays current and accurate with the construction costs and bidding conditions in this area. Describe your firm s methodology and experience with Value Engineering, use of contingency, and/or similar cost control methods. How do you prequalify bids? 9. Provide a brief description of the pricing structure that you would contemplate utilizing for both (A) Pre-construction, (B) Bidding, and (C) Construction Phase Services (no actual costs, fees, hourly rates, percentages, etc., required at this time simply a general description of the pricing structure for both phases of service) SELECTION PROCESS AND TIMELINE: The Project Team s selection of a CMAR will be based on the criterion set forth above, the interview process conducted by the Project Team, and their judgment as to which candidate best meets the Project s needs. SEEDA presently anticipates that the interview process will be take place the week of December 4th and final selection completed prior to December 8, 2017, however that date is subject to change and SEEDA reserves the right to reject all proposals, or select a firm with or without an interview. Provide 5 copies of the proposal and a digital copy on thumb drive. END OF DOCUMENT