REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

Similar documents
REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Owner s Representative SCOPE OF SERVICES

VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

Chapter 4 State Requirements for Educational Facilities Section 4.1

ATTACHMENT D SCOPE OF SERVICES

CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS

Document B252TM 2007

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

TOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR

EXHIBIT 6 Preconstruction Work

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT at RISK SERVICES FOR THE BECKER COUNTY JAIL DETROIT LAKES, MN

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

REQUEST FOR PROPOSALS

PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services

CLEAN WATER SERVICES AND CAROLLO ENGINEERS, INC. RECITALS. 1. District and Consultant previously entered into the Master Contract.

PUBLIC CONTRACT CODE SECTION

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

REQUEST FOR QUALIFICATIONS

Audio Sessions. Session 4 PROCUREMENT. Construction Contract Administration Education Program

DRAFT. Request for Proposal for Construction Manager at Risk Services ASHRAE. New Headquarters Building. Peachtree Corners, GA

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

CONSTRUCTION MANAGEMENT CORE COMPETENCIES

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

CONSTRUCTION DOCUMENTS Part 1

REQUEST FOR PROPOSAL Financial Statement Audit (FYE 2014, 2015 & 2016)

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Document Synopses by Series

Chapter 2 Parties to the Contract

EJCDC Contract Documents for America s Infrastructure Buy online at

Table of Contents. Project Agreement Schedule 14

UNIFIED FACILITIES GUIDE SPECIFICATIONS

Facilities Planning and Construction (FP&C)

January 22, Table of Contents

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

INSTRUCTIONS TO BIDDERS

A62 PRE-CONSTRUCTION MEETING AGENDA

PLEASANT GROVE CITY FIRE STATION AND POLICE AND COURTSBUILDINGS

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016

A62 UT PRE-CONSTRUCTION MEETING AGENDA

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities

BID NO FOOD SERVICEE

Attachment 1 Architectural Services

REQUEST FOR PROPOSAL FOR. CONSTRUCTION MANAGER and DESIGN TEAM FOR. Downtown Preservation Project URBAN RE DEVELOPMENT AUTHORITY OF PITTSBURGH

Audio Sessions. Session 5 MEETINGS. Construction Contract Administration Education Program

DRAFT ITEM GP-100 ITEM GP-100 CONTRACTOR QUALITY CONTROL PROGRAM 1.1 GENERAL

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

REQUEST FOR PROPOSALS For AUDIT SERVICES

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

EJCDC Contract Documents for America s Infrastructure Buy online at

Owner's Representative Scope Matrix - D/B Rev 10/28/2013

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES

SAN MATEO COUNTY FAIR REQUEST FOR PROPOSALS ADVERTISING, MARKETING & PUBLIC RELATION SERVICES RFP #

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Ground Transportation Management Services

Department of Public Works Division of Engineering. Nassau County, New York

EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center

AMERICAN INSTITUTE OF ARCHITECTS (AIA) DOCUMENT SUMMARY

Purchasing and Procurement Policy

North American Development Bank. Engagement of Consultants

2. Clarification: The building address is 801 Henderson Street.

Construction Contracts

REQUEST FOR COMPETITIVE PROPOSALS FOR ARCHITECTURAL SERVICES CITY OF PERRIS

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

The construction phase, of course, is the execution of the work as required by the contract documents when the building is finally built.

Professional Practice 544

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

REQUEST FOR QUALIFICATIONS (RFQ-18084) CONSTRUCTION MANAGEMENT AT RISK (CMAR) SERVICES STATEMENT OF QUALIFICATIONS (SOQ)

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

Pre-Construction Conference Discussion Guide

Construction Family of Documents

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS


Main Building Auditorium

FACILITIES MANAGEMENT

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

REQUEST FOR PROPOSAL (RFP) for the Construction of Base Building Requirements for the new Alaska Gallery exhibit.

Request for Proposal. for. Building Commissioning Services

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Education Construction & Management Development Advisory Services

Transcription:

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September 22, 2017

TABLE OF CONTENTS I. REQUEST FOR PROPOSAL II. PROJECT DESCRIPTION III. SCOPE OF SERVICES IV. SELECTION PROCESS V. STATEMENT OF QUALIFICATIONS

I. REQUEST FOR PROPOSAL A. The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Not at Risk Services required for the construction of: Base 3 & Training Facility. B. To facilitate the selection of the Construction Manager Not at Risk for this project, interested firms/teams are invited to submit a proposal for consideration. The proposal should contain, at a minimum, the information requested in Section V of this Request for Proposal. C. 3 copies of the proposal must be submitted to, and received by the office listed below no later than 2:00 PM, Local Time, Wednesday, October 11, 2017. Craig Meckfessel St. Charles County Ambulance District 4169 Old Mill Parkway St. Peters, MO 63376 D. A team of St. Charles County Ambulance District officials will evaluate the proposals. A recommended selection will be forwarded to the St. Charles County Ambulance District Board of Directors for their consideration and approval. Negotiation of a Construction Management Services contract is expected to commence directly thereafter. E. Questions concerning this project may be directed to: Craig Meckfessel St. Charles County Ambulance District 4169 Old Mill Parkway St. Peters, MO 63376 636-344-7643 Interested firms, and all representatives there of, are prohibited from contacting any elected officials until after a final selection has been made by the St. Charles County Ambulance District. II. PROJECT DESCRIPTION

A. The proposed project will include the demolition of existing Base 3 and Training Center and the construction of a single and/or multiple use facilities on District owned property at the corner of Old Mill Parkway and Jungerman Road (see attached boundary survey). Construction will include approximately 5,400 sq. ft. of space dedicated for use as an EMS Station, approximately 10,000 sq. ft. of space to serve as an EMS training facility, required site work and parking. No modifications are currently proposed for the existing District HQ facility on the same site. III. SCOPE OF SERVICES A. PROJECT PLANING & CONSULTANT PROCUREMENT SERVICES Construction Manager shall provide the following Project Planning Services to help define the projected scope of work and an implementation plan. 1. Review facility needs at each of the existing District facilities. 2. Review information relevant to the Project, including predesign studies, preliminary site plans, current building program/utilization, Owner research, project concepts, proposed building program, environmental investigation and remediation reports, building systems analysis reports, applicable city/state regulations. Construction Manager shall assist the Owner in selecting, retaining and coordinating the professional services of all design consultants, surveyors, special consultants and testing laboratories required for the Project. As such, the Construction Manager shall: 1. Consult with and advise the Owner on strategies for the procurement of all required professional services. 2. Develop all Request for Qualifications and administer all consultant selection processes. 3. Assist the Owner and their Legal Counsel in the application of applicable Local and State procurement protocols. 4. Assist with the negotiation of all professional service contracts. B. PRE-CONSTRUCTION SERVICES Construction Manager shall provide the following services during the Design and Bidding phases of the project. 1. Construction Manager shall provide recommendations to the Owner and Architect regarding construction feasibility, value engineering, availability of materials and labor, time requirements for installation and construction, and factors relating to costs, including costs of alternative designs or materials in a manner consistent with the Project Program, Budget and Schedule, and possible cost reductions and

economies if and when necessary to reconcile the Project Budget, Program, and Schedule. 2. Construction Manager shall review and comment on the drawings and specifications for the Project (the "Construction Documents"), as they are prepared by the Architect. Construction Manager shall assist the Owner in the evaluation and recommendation of appropriate design alternatives in light of the Owner s Project Program and the Project Budget and Schedule. 3. Upon approval by Owner of design development plans and specifications, Construction Manager shall (a) lead the process on behalf of the Owner in reviewing and coordinating the preparation by the Architect and other Project consultants of the Bid Documents; and (b) make recommendations regarding alternative solutions whenever design details appear to (i) adversely affect construction feasibility, the Project Program, Budget or Schedule; or (ii) cause the Project to deviate from the approved requirements of Owner. 4. Construction Manager shall update cost estimates and revise the Project Budget from time to time as the design is developed and the drawings are prepared, construction contracts for the Project are negotiated, awarded and executed and shall provide a variance summary with each update, including recommendations on any necessary corrective action for unfavorable variances from the then-current Project Budget. 5. In consultation with the Architect and Owner, Construction Manager shall provide value engineering services to analyze and make recommendations concerning availability of materials and labor, time requirements for installation and construction, and other factors related to costs, including costs of alternative designs or materials, and possible cost reductions and economies. 6. Construction Manager shall act as Owner s representative in coordinating and assisting the Architect in the preparation of bid documents. Construction Manager shall manage the bid process and execution of contracts in accordance with Owner s requirements. 7. Construction Manager shall review the working drawings and make recommendations regarding the potential use of separate bid packages and phased construction. Construction Manager shall be capable of managing multiple primes in lieu of a General Contractor. 8. Construction Manager shall assist with coordination of FF&E (Furniture, Fixtures, and Equipment) design, acquisition and integration of, Information Technology, Security, Audio/Visual and other building systems. 9. Construction Manager shall prepare site logistics plans and operational impact plans for inclusion in the bid documents.

10. Construction Manager shall assist with pre-bid conferences to familiarize bidders with the bid documents and any special or unique systems, materials or methods. 11. Construction Manager shall review bids, prepare analyses and make recommendations to Owner for award of a contract for the Project. C. CONSTRUCTION SERVICES The Construction Manager shall provide full construction management services during the construction phase, including but not limited to the following: 1. Construction Manager shall represent the Owner in its communications with the Architect, Contractor(s), and Consultant(s); schedule, attend, and conduct progress meetings, regular on-site meetings to review construction progress and pay requests and to provide appropriate recommendations to the Owner concerning the Owner's decisions on construction matters, including, where necessary, alternative designs or materials; and coordinate, review and advise the Owner concerning, change orders, submittals, and requests for information. 2. Construction Manager shall provide onsite oversight and management of any Owner Direct contracts. 3. Construction Manager shall (i) assist and review the processing of change orders, (ii) advise Owner concerning the necessity for, scope of and recommended cost of change orders, and (iii) negotiate, on Owner s behalf, all change orders with Contractor. The final Project Budget and/or Project Schedule, as applicable, will be revised to reflect approved change orders. 4. Construction Manager shall review applications for payment by the Architect and Contractor, review and certify certificates for payment issued by Architect and make written recommendations to Owner concerning payment. 5. Construction Manager shall schedule and conduct meetings to discuss such matters as procedures, progress, coordination, and scheduling of the Work. 6. Construction Manager shall direct Contractor (and others, where appropriate) to prepare and update a critical path schedule for completion of the applicable work. In the event of delays impacting the critical path schedule, Construction Manager shall make recommendations to Owner for corrective action by Contractor and review Contractor s recommendations for corrective action. 7. Contruction Manager shall enforce Contractor's contract to maintain a daily log containing the number of workers, equipment, work accomplished, daily weather, problems encountered and other relevant data as the Owner may require. Although Construction Manager shall not guarantee the performance by Contractor,

Construction Manager shall recommend courses of action to the Owner when Owner or Construction Manager becomes aware that requirements of any Project construction contract are not being fulfilled, or when Contractor falls behind in its schedule; shall communicate recommendations, as directed by the Owner, to Contractor on behalf of the Owner; shall monitor Contractor's performance of such recommendations; and shall report Contractor's progress to the Owner on at least a monthly basis. 8. Construction Manager shall notify Owner in writing, with photos and supporting documentation, if Construction Manager becomes aware that the work of Contractor is not being performed in accordance with the requirements of the Contract Documents. Construction Manager shall review any and all test reports and notify the Owner, the Architect and the Contractor, as appropriate, of deficiencies in the work in which Construction Manager becomes aware and shall advise the Owner of projected consequences of such default and shall make recommendations to Owner with respect thereto. With the written authorization of Owner, Construction Manager shall reject work which does not conform to the requirements of the applicable Contract Documents. 9. Construction Manager shall obtain from Contractor record drawings or, if required by the applicable Project construction contract, as-built drawings, as construction completes. 10. Construction Manager shall record the progress of the Project on a monthly basis and shall include the following: 1. Work completed for the period: 2. Project schedule status: 3. Cash-flow and forecast reports; and 4. Project photos 5. 4 week look ahead 11. Together with the Architect and Owner, Construction Manager shall monitor and observe the testing and start-up of all utilities, systems and equipment for the Project and review test reports. 12. Construction Manager shall complete the final close-out of the Project by (i) obtaining, or causing the Contractor to obtain, all government approvals required for the legal use and occupancy of the Project, (ii) obtaining all warranties, guaranties, bonds, insurance certificates, installation manuals, and other items required pursuant to the Project construction contracts, (iii) obtaining all affidavits, waivers, and releases the contractors are required to provide pursuant to the Project construction contracts to achieve final completion of the Project, (iv) analyzing all claims (including change order disputes and other claims for extra compensation) asserted by the Contractors and the Architect, (v) collecting and/or otherwise resolving any and all back charge claims that Owner may assert against any Architect or Contractors, and/or )vi) representing Owner at meetings and/or inspections scheduled by Owner

and held to resolve problems relating to design, physical condition or operation of the Project to seek enforcement of warranties. 13. With the Architect and the Owner s maintenance personnel, Construction Manager shall observe the Contractor s final testing and start-up of utilities, operational systems and equipment and observe any commissioning as the Contract Documents may require. IV. SELECTION PROCESS A. The St Charles County Ambulance District intends to award the Construction Management Services Contract to that qualified firm which best demonstrates the commitment and application of experience, resources and methods to the unique construction requirements, as well as the cost and schedule objectives established by St Charles County Ambulance District. B. Your written response to this RFP will be used to evaluate your firm s or team s qualifications, those of your proposed project team members and the suitability of your indicated approach or plan for the project. If deemed necessary, a short list of firms or teams may be selected for follow-up interviews. C. At each stage of the process, St Charles County Ambulance District will consider any number of individual factors weighing on each firm or team s qualifications. These considerations will include but are not limited to: 1. The experience and capabilities of the firm involved. 2. The experience and capabilities of key personnel involved and the willingness to commit designated key personnel to this specific project. 3. The ability of the project team to interact and work with diverse public and private groups or representatives who may be concerned with the impact of the projects. 4. How well the approach or plan of the project team appears to integrate with the St Charles County Ambulance District s specific needs. 5. Financial stability and general reliability of the firms individually as well as any proposed team, as indicated by documents, historic projects and references. 6. A demonstrated ability to bring projects in on schedule and within budget. D. Though this request for proposal specifically requests information regarding your proposed compensation, St Charles County Ambulance District reserves the right

to reject any and all proposals, to waive any informality in them and to reject the lowest cost proposal for any reason. V. STATEMENT OF QUALIFICATIONS A. Responses to this RFP should be in the same order as requested. Responses should be specific and precise with adequate detail to accurately define your qualifications for performing the services required. Limit your responses to the information requested by each section. Any additional information that you wish to submit should be included in a separate section marked Supplemental Information. B. GENERAL COMPANY QUALIFICATIONS Provide the following general information regarding your company and its qualifications for this project. 1. Brief history and general overview of your company. Include the total number of employees at your firm and a breakdown of your staff by project role (i.e. number of project managers, project engineers, superintendents, etc.) 2. List in spreadsheet format all projects your organization has completed in the past 5 years (or is currently working on) as a CM for a political entity. Include a brief description of the project, the contract amount, the final date of completion, owner, and architect contact/reference. 3. Select three First Responder Facilities your firm completed as the Construction Manager within the last five years. Specifically relate how your experience with these projects will be applied in the execution of this project. 4. What percentage of your work is repeat business with previous clients? Provide references for Owners who have used your CM services more than once. C. PROJECT MANAGEMENT PLAN Provide a management plan that sufficiently defines your management and technical approach to the project. Include in your response the information requested in the following items: 1. Provide an organization chart showing your firm s proposed project organization, showing key project positions identified by title and showing

lines of authority/responsibility and communication. Provide the name of each individual that your firm recommends for each key project position (i.e., project executive, project manager, superintendent, project engineer, etc.). Include resumes of key personnel with a description of the roles they will assume on this project and a list of related project experience. 2. Submit the location where home office support services will be performed, and a detailed description of how all of the services will be coordinated and managed. Also include to what extent the field organization will be staffed with local personnel versus relocated permanent personnel. 3. Submit your plan to provide Quality Assurance and Control for this Project throughout the pre-construction and construction phases. 4. Describe your procedures for reviewing and processing of shop drawings and other submittal s. 5. Describe your procedures for processing changes orders, including review and auditing of subcontractor pricing.. D. PROPOSED COMPENSATION 1. Submit the following compensation information in a SEPARATE SEALED ENVELOPE clearly labeled with your firm s name, address, and the following: Construction Management Compensation Proposal. This submission WILL NOT BE OPENED until a qualifications based selection has been made and the selected firm is notified of the District's intent to negotiate a contract with that firm. 2. Please state your preferred Lump Sum Fixed Cost for all Planning and Preconstruction Services defined in Section III Scope of Work, Article A and B. This Cost shall include all overhead, profit, labor/staffing, materials, expenses and reimbursables. 3. Please state your preferred Lump Sum Fixed Cost to provide all Construction Phase services identified in Section III Scope of Work, Article C including: a. The potential oversight/management of multiple Owner Direct Prime Contractors. HOWEVER, Construction Manager not at risk shall not be permitted to bid on or perform any work on the project. b. All overhead, profit, expenses, home office labor/staff and field labor/staff.

c. A construction duration of 18 months for the phased demolition and subsequent construction of the Base 3 and Training facility or facilities. d. A construction value for the project of $4,500,000 and a total program budget of $5,500,000. e.