REQUEST FOR PROPOSALS. For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT. May 1, 2018

Similar documents
ATTENTION CONTRACTORS

Oregon State University RFQ for A&E Services Strategic Framework Plan. Attention Firms

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA

REQUEST FOR PROPOSALS

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Chapter 3 DESIGN. C. Project Scope: The Designer may proceed only with the authorized scope of work. Scope changes must be approved by the OFD-PM.

VFA SAMPLE RFP (DETAILED FACILITY CONDITION ASSESSMENT)

Residence Hall Phase XVI Code Item 308 Code Item 312 Advanced Planning

UNIFIED FACILITIES GUIDE SPECIFICATIONS

Student Government Office Renovations Design/Construction Administration Services Code Item 305

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

Ohio Public Employees Retirement System. Request for Proposal

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

Gila River Indian Community Utility Authority

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR PROPOSALS. LCVCB Marketing Agency of Record. Lincoln City, Oregon

Career Center Advance Planning/Design Services Code Item 321

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

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

UNC Chapel Hill Informal Contracting Guidelines

REQUEST FOR QUALIFICATIONS FOR Design-Build Services for the University of Washington Seismic Improvements

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

House Doctor Consulting Services Application Package

Request For Proposal Of Printing and Design Services. Marketing Department

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

SECTION 6.2: CONTRACT MANAGER

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

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS

Town of York, Maine Request for Qualifications

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

Ipswich Public Schools

REQUEST FOR PROPOSALS

FACILITIES MANAGEMENT

Workforce. Strategic Planning. Request for Proposals

CITY OF BLUE ASH REQUEST FOR QUALIFICATIONS TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR THE DESIGN OF THE

Ohio Public Employees Retirement System. Request for Proposal

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS

Selection of Contractor Step 5. June 2013

FACILITIES MANAGEMENT

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR QUALIFICATIONS DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA REPLACEMENT SCHOOL PROJECT NO

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

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

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

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

PROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

Workforce Investment Board Of Southeast Missouri

Request For Proposal Procedures

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

REQUEST FOR INFORMATION HUMAN RESOURCE INFORMATION SYSTEM. No. FY

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR REAL ESTATE BROKERAGE SERVICES FOR THE CITY OF TOLLESON

Dates/Times: p.m. Pacific Time.

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

INFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM

Subject: Statement of Qualifications for Public Safety Building Design

Request for Proposal: Controlled System Separation Feasibility Study

ADVERTISEMENT FOR BIDS

Enterprise Asset Management Software

Request for Bids Instructional Design for Tribal Justice Online Training Courses

Request for Proposals

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

AVIATION AUTHORITY POLICY

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

The Richland-Lexington Riverbanks Park District ("District") requests the submittal of Qualifications for Q /19/13-Specialty Contract Design

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

PORT OF TACOMA REQUEST FOR PROPOSALS No FUNCTIONAL JOB ANALYSIS SERVICES

REQUEST FOR PROPOSALS

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

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

CAMPUS ACCESS CONTROL SYSTEM SERVICES Solicitation #1526

REQUEST FOR PROPOSAL

INVITATION TO NEGOTIATE FLORIDA STATE UNIVERSITY

City and County of San Francisco. Office of Labor Standards Enforcement (OLSE)

NISQUALLY RED WIND CASINO REQUEST FOR QUALIFICATIONS / PROPOSAL FOR MASTER PLANNING SERVICES

Both envelopes must have the following information in the lower left hand corner:

March 10, 2016 by 4:00 p.m. February 11, 2016 by 4:00 p.m. RFP-16104

REQUEST FOR PROPOSALS. Police Management and Operations Study

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

City of Jacksonville Beach

AUDIT COMMITTEE CHARTER

DESIGN-BUILD PROCUREMENT AND ADMINISTRATION

REQUEST FOR PROPOSALS RFP # LE TELEHANDLER WITH INTER-CHANGEABLE ATTACHMENTS DEPARTMENT OF ROADS, NAVAJO DOT

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

REQUEST FOR PROPOSAL. Commissioning Services College of Pharmacy Building Construct New Facility University of Iowa #

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUEST FOR PROPOSALS TO PROVIDE PLANNING, RECOMMENDATIONS, AND CONTRACT DOCUMENTS FOR PIPELINE INSPECTION AND CONDITION ASSESSMENT FOR THE

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

ASUN Operating Procedure 5001: Hiring Process for Staff & Faculty (Full-Time)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

Transcription:

REQUEST FOR PROPOSALS For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT May 1, 2018 PROJECT WEBSITE: https://secure.orpu.org/bid www.orpin.oregon.gov ISSUE DATE: May 1, 2018 RFP CLOSING (DUE) DATE: May 18, 2018 3:00 PM, PST NO LATE RESPONSES WILL BE ACCEPTED SUBMITTAL LOCATION: Eastern Oregon University Attn. Carol Franks Facilities & Planning 1 University Blvd. La Grande Oregon 97850

TABLE OF CONTENTS I II III IV V VI VII VIII IX X XI XII XIII INTRODUCTION PROJECT DESCRIPTION PROJECT SCHEDULE CM/GC SELECTION CM/GC SELECTION SCHEDULE DESIRED SCOPE OF SERVICE INSTRUCTIONS TO RESPONDENTS SELECTION CRITERIA EVALUATION PROCESS SUBMITTAL INFORMATION PROPRIETARY INFORMATION SELECTION PROTEST CONTACT INFORMATION XIV ATTACHMENTS

I INTRODUCTION Eastern Oregon University (EOU) is requesting Proposals from CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR firms (hereafter referred to as the CM/GC ) interested in proving construction management and general contractor services for the North Campus Restoration Completion project (hereafter referred to as the Project ). Response to this RFP is the initial step in the selection process to retain CM/GC services for Conceptual Design through Project Final Completion. After assessment of submitted responses to this RFP, the selection process may include on-campus interviews. Once selected, the CM/GC will be required to sign an EOU CM/GC s Contract (Attachment A) with a Not-to-Exceed ( NTE ) fee plus an allowance for reimbursable expenses. II PROJECT DESCRIPTION Eastern Oregon University s main data center (a hub for all data networking and telecommunications from which distribution occurs to all buildings on campus) is located in the basement of Pierce Library. A secondary data center is located in the basement of Inlow Hall. This secondary location is a backup server and data storage location used to fail-over some services from the main data center in Pierce. Both locations have been problematic over the years and have put EOU at risk for multiple failures, including flooding and HVAC issues. Additionally, these locations are in desperate need of repair to continue to meet current campus needs. The purpose of this project is to build a data center in a safe and secure location. It has been determined that Ackerman 210 be remodeled to achieve the purpose of this project. Ackerman 210, originally built to be a theater, has a very high ceiling and corresponding stage and has been used primarily as a classroom for many years. The plan is to build a data center on the south end of the existing classroom and remodel the north end of the existing classroom to include an improved teaching classroom. The stage is to be removed from the north end of the existing classroom to offset some of the area lost by building the data center. This work will be completed on the second floor of an existing building. Ackerman 210 is surrounded by active offices and is currently used for teaching classes and for other events.

FIGURE 1 - CONCEPTUAL LAYOUT III PROJECT SCHEDULE The Project schedule will be more fully developed during the design phase of the project; however, it is imperative that the majority of the work, especially completion of the classroom remodel, be complete by the time classes begin in the fall of 2018 (September 26, 2018). Any work that occurs on the data center or otherwise after that time is subject to work-hour adjustments such that classes, events, and other uses are not disturbed. Hummel Architects is currently beginning design development with the intention of having construction documents completed by June 15, 2018. Work on Ackerman 210 cannot start prior to Commencement (June 16, 2018). IV CM/GC SELECTION Based on qualifications and beginning with this RFP, EOU will select a CM/GC firm to provide design & planning services for this project. Responses to this RFP will be evaluated by EOU s CM/GC Selection Committee. The Committee will be chaired by the Project Manager, and may be comprised of EOU faculty, administrators, and staff. Responses will be reviewed, scored and ranked according to solicitation criteria, reference investigations, and other information gleaned during the evaluation process. A short list of up to three (3) firms may be invited to an interview to allow them to promote their team, talent, and abilities. (The number of firms selected for interview may vary if EOU

determines it is in its best interest to do so.) The winning firm will ultimately be selected based on their qualifications and overall merits as determined by the Selection Committee. EOU will then enter into negotiations regarding scope and fee with the winning firm. If EOU declares the scope and fee negotiations with the winning firm as failed, EOU will initiate scope and fee negotiations with the #2 ranked firm, etc. EOU retains the right to declare this entire RFP process as failed at any time up until entering into a Contract with the CM/GC. Once selected, the CM/GC will be required to sign an EOU CM/GC s Contract (Attachment A) with a Not-to-Exceed ( NTE ) fee plus an allowance for reimbursable expenses. EOU is an ASA/EEO employer. V CM/GC SELECTION SCHEDULE May 1, 2018 May 18, 2018 May 21 & 22, 2018 May 23-29, 2018 May 30-June 5, 2018 June 6, 2018 June 6, 2018 June 7-8, 2018 June 11, 2018 June 12, 2018 Advertise RFP Responses due (@ 3:00 pm) Notify Shortlist Protest Period Ends Interviews Selection Recommendation Notice to Proceed to Selected Team Negotiate Scope & Fee Review Public Improvement Contract Processed Start Construction The Project schedule will be more fully developed during the design phase of the project; however, it is imperative that the majority of the work, especially completion of the classroom remodel, be complete by the time classes begin in the fall of 2018 (September 26, 2018). Any work that occurs on the data center or otherwise after that time is subject to work-hour adjustments such that classes, events, and other uses are not disturbed. Hummel Architects is currently beginning design development with the intention of having construction documents completed by June 15, 2018. Work on Ackerman 210 cannot start prior to Commencement (June 16, 2018). VI DESIRED SCOPE OF SERVICES The tasks performed by the selected CM/GC firm will include: a. Work with the staff of Facilities Management & Campus Planning, members of the Project Steering Committee and Architect (Hummel

Architects) to plan and design all construction management and general contractor elements. b. Review and become familiar with the EOU 2012 Campus Master Plan and current relevant sections of EOU Standard Specifications. c. Work with EOU s project management team in the selection of subcontractors. d. Provide professional construction management to ensure accomplishment of the performance, budget, and schedule of the project. e. Develop and execute a construction schedule. f. Perform site visits to confirm existing conditions, take part in planning and design workshops and design presentations. g. Maintain site safety and ensure contractor safety. h. Work closely with all project partners to minimize dust, noise, interruptions, and other nuisances. i. Provide general contractor services during construction phases of the Project and participate in pre-construction meetings. A sample of EOU CM/GC Contract is appended to this RFP. Review this agreement carefully and note any concerns you may have related to this document. VII VIII INSTRUCTIONS TO RESPONDENTS Responses should be contained in a soft-bound (comb or spiral binders) document, and must be signed by a person with the authority to commit the firm. It should follow the format outlined below in numerical order, and must be limited to 15 single-sided pages including pictures, charts, graphs, tables and text that the firm deems appropriate in response to this RFP. Page size is limited to 8 ½ x 11 inches with basic text information no smaller than 12 point type. The front and back cover, cover letter, tab pages, and resumes of key personnel will not count toward the page limit. Telephone and facsimile transmitted submittals will not be accepted, and no responses received after the closing date and time will be considered. All electronically submitted proposals must also have hard copy proposals submitted as well. Failure to comply with these instructions may result in rejection of your response. Please note that throughout this selection process EOU will not accept responses or queries that require EOU to pay the cost of production or delivery. SELECTION CRITERIA Respondents will be evaluated on the basis of the following criteria and a general assessment score described at the end of this section. (The number in parenthesis represents the items weighted value.) Please follow the format outlined below in numerical order. 1. Firm Background (weight 10) -- Describe your firm s history. Include information identifying your firm s strengths and specialties in construction management and general contracting, and an organizational chart.

2. Firm Workload (weight 10) -- Discuss your firm s capability and capacity to perform the work within the time limitation set for this project. 3. Firm Experience and Success (weight 20) Identify at least five (5) recently constructed projects that are similar in size, scope, and complexity to this Project designed by current members of your firm preferably those listed as Key Personnel. Include photos of each project, not artist s renderings, unless project is currently under construction. Verify contact information for those persons listed on the form. Describe your firm s experience with projects for institutions of higher education in general, and with any of the seven Oregon public universities in particular. 4. Project Approach (25) Describe the approach your firm would take to manage your role as CM/GC from the perspectives of assisting during design, bidding phase services, construction phase services, budget compliance, schedule compliance, quality control, and team communications. Include your methodology of managing workload, coordination, sequencing, control of resources, how the work will be tracked and kept on schedule. 5. Key Personnel (weight 25) Provide a list of key personnel (with resumes and references) proposed for the Project. Briefly describe the role and responsibility of each team member, and the estimated time they will dedicate to this project. Clearly state how long each individual has worked in the construction management and general contractor profession, and how long they have been employed by the represented firm. 6. References Provide the names, addresses, and phone numbers of three Project owners as references for your firm s qualifications for this Project. These references should be from owners that have recently completed projects that are closely related to the project identified in this solicitation. Ideally, these references would be from the same projects noted in item 3, above. Verify that the contact information is current and that the individuals identified have had direct involvement with the referenced project. EOU personnel may also check with other reliable sources, which can provide information on each respective firm. While reference results themselves will not be scored, results obtained in reference checks may be used to score other evaluation criteria. General Assessment (weight 10) In addition to the selection criteria listed above, each firm will be evaluated and scored on the overall content, tone, and quality of the material submitted, i.e. how well the document as a whole conveys a clear understanding of the requirements of the RFP, the general nature of the Project and the scope of services. IX EVALUATION PROCESS Each member of the Selection Committee will score each of the above categories between 0 and 5, and multiply that number by the weight assigned to the respective category. (The General Assessment score will be scored in the same way.) The weighted scores will then be added to obtain individual total scores for each firm. A maximum total of 500 points is possible. The Selection

Committee will then meet to discuss the strengths and weaknesses of each firm, collectively tally the scores, and rank the respondents score from highest to lowest. Up to three (3) finalists may be selected to proceed to the finalist short list interview process. Following the selection of finalists, two or three firms may be invited to participate in an interview with EOU s Selection Committee. NOTE: EOU may modify the number of firms to interview if EOU determines it is in its best interest to do so. X SUBMITTAL INFORMATION Submit five (5) hard copies of responses to: EOU Facilities & Planning Office Attn. Carol Franks 1 University Blvd. La Grande, OR 97850 Submit one (1) electronic copy of response to: cfranks@eou.edu Submit responses by 3:00 PM, Friday, May 18, 2018. Documents received after that time will not be considered. NOTE: Respondents are responsible for the timely delivery of the requested materials. If respondent relies on a commercial delivery service, e.g. UPS, FedEx, etc., and their delivery is late, due to no fault of the respondent, the following steps must be taken: 1) documented proof of this contracted delivery must be provided to EOU; 2) an electronic version of the qualification submittal must be received prior to the closing date and time; and 3) all hard copies must be delivered before noon of the following day. If these steps are not taken, the submittal will be rejected and classified as non-responsive. XI PROPRIETARY INFORMATION This RFP and one copy of each original response received, together with copies of all documents pertaining to the award of a contract, shall be retained by EOU and made a part of the Project record which shall be open to public inspection after CM/GC selection is announced. If a response contains any information that is considered a trade secret under ORS 192.501(2), each sheet of such information must be marked with the following legend: This data constitutes a trade secret under ORS 192.501(2), and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS Chapter 192. The Oregon Public Records Law exempts from disclosure only bona fide trade secrets, and the exemption from disclosure applies only unless the public interest requires disclosure in the particular instance. Therefore, non-disclosure of documents or any portion of a document submitted as part of a response may depend upon official or judicial determination made pursuant to the Public Records Law.

In order to facilitate public inspection of the non-confidential portion of the statement of qualifications, material designated as confidential shall accompany the statement, but shall be readily separable from it. Prices, makes, model or catalog numbers of items offered, scheduled delivery dates, and terms of payment shall be publicly available regardless of any designation to the contrary. XII XIII XIV SELECTION PROTEST Any respondent to this RFP who claims to have been adversely affected or aggrieved by the selection of a competing respondent shall have seven (7) calendar days after selection notification to submit a written protest of the selection. Address protests to the following: Luke Aldrich, Organizational Transformation and Capital Projects Manager, 1 University Blvd., La Grande Oregon 97850. Submit protests no later than seven (7) days after announcement of the selection. CONTACT INFORMATION Direct all questions and/or comments regarding this RFP to the following: Luke Aldrich Project Manager Ph. 541.962.3395 E-mail: laldrich@eou.edu ATTACHMENTS The following appendices are included in this RFP: - Attachment A: EOU CM/GC Sample Contract - Attachment B: Eastern Oregon General Conditions for Public Improvement Contracts - Attachment C: EOU 2012 Campus Master Plan (link listed below) - Attachment D: EOU Campus Standard Specifications (link listed below) END OF RFP