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

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

EXHIBIT 6 Preconstruction Work

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

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

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

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSALS

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

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

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

Chapter HEALTH & WELLNESS CENTER TASK FORCE CHARTER

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

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

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

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

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

Chapter 4 State Requirements for Educational Facilities Section 4.1

Request for Proposal for Construction Management Services

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

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

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

ATTACHMENT D SCOPE OF SERVICES

ATLANTIC PROVINCES ASSOCIATION OF LANDSCAPE ARCHITECTS

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

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

EXHIBIT II SCOPE OF CONTRACTOR'S SERVICES

North American Development Bank. Engagement of Consultants

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

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

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

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE

REQUEST FOR QUALIFICATIONS

The deadline for submittal of proposals is 4:00 PM, Pacific Time, January 8, 2014.

REQUEST FOR PROPOSALS

TOWN OF CHAPIN, S.C. Utilities Department

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

PLEASANT GROVE CITY FIRE STATION AND POLICE AND COURTSBUILDINGS

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

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

REQUEST FOR QUALIFICATIONS AND PROPOSALS

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

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

Document B252TM 2007

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

CONSTRUCTION MANAGEMENT AGREEMENT

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK FOR THE NEW

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

CONSTRUCTION DOCUMENTS Part 1

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

SADDLE CREEK CSD LANDSCAPE ARCHITECT REQUEST FOR PROPOSALS. (Boilerplate language, map and other contract language to be added on approval of Board)

Attachment 1 Architectural Services

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)

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

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

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

Request for Proposal for GC/CM Consultant Services Ferndale School District. Secondary High School GC/CM Program. October 19, 2018

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

EXHIBIT A. 1) General:

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSAL. Design-Build Services for Intensive Care Unit and Patient Tower Expansion St. Charles Medical Center - Bend.

RFQ for General Contractor-Construction Manager Page 1 of 11

1. PROJECT INFORMATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

NAPERVILLE PARK DISTRICT BUSINESS SERVICES DEPARTMENT

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

REQUEST FOR PROPOSAL EXECUTIVE SEARCH FIRM

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

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

REQUEST FOR PROPOSAL

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

Construction & Engineering 1845 East Russell Road Suite 300 Las Vegas, NV 89119

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

1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS

Science Technology Engineering and Mathematics (STEM) Initiative

City and County of San Francisco

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS

Request for Proposal For: 2018 American Bar Association Temporary Services

Terminal D South Expansion - Construction Manager-At-Risk (CMAR)

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

B ADDENDUM # 1

Procurement Documents for Progressive Design-Build Projects

PUBLIC CONTRACT CODE SECTION

CITY OF HAPEVILLE CITY ATTORNEY SERVICES

Owner s Representative SCOPE OF SERVICES

AVIATION AUTHORITY POLICY

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

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

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS

REQUEST FOR QUALIFICATIONS DESIGN BUILD SERVICES FACILITY IMPROVEMENTS AT MUSIC HALL, AFRICAN AMERICAN MUSEUM & AQUARIUM ANNEX FAIR PARK DALLAS, TEXAS

PLANNING AND BUILDING CHECKLIST. For Church Leadership

Lease-Leaseback Project Delivery Method

Transcription:

February 5, 2018 SUMMARY OF CM/GC SELECTION PROCESS FOR DIMMIT II APARTMENT BUILDING The Town of Winter Park requests proposals from qualified Construction Manager / General Contractor (CM/GC) firms for the Dimmit II apartment project. SCHEDULE FOR CM/GC SELECTION February 5, 2018 Distribute request for proposals (RFP) 9:00 am, February 19, 2018 Proposal deadline March 1, 2018 Notify firms chosen for interviews 10:00am, March 6, 2018 Interview Firms March 6, 2018 Town Council Award of CM/GC Contract WHERE TO SUBMITT PROPOSALS Two copies of the proposal must be submitted to the Town of Winter Park, PO Box 3327, 50 Vasquez Road, Winter Park, Colorado 80482-3327 no later than 9:00 a.m. (Town Hall clock) on the proposal deadline. Proposals shall be delivered in sealed envelope Titled: Dimmit II CM/GC Proposal. DOCUMENTS INCLUDED IN REQUEST FOR PROPOSAL The following documents are included in this RFP. 1. Conceptual Design/ Schematic Plan Set by email request to John Crone, Housing Manager jcrone@wpgov.com SITE LOCATION The Dimmit II parcel is a 1.12 acre parcel located at 480 Lion s Gate Drive, Winter Park, CO (behind the King s Crossing Center). PRELIMINARY PROJECT SCOPE ELEMENTS The work includes construction of a new 27 unit, 104 bedroom apartment building and associated site work. The project will include: 1. Building Construction 2. Site Improvements including a. Final Overlot Grading b. Stormwater Improvements c. Parking Lot Construction d. Landscaping CONSTRUCTION BUDGET AND SCHEDULE The total construction budget for the Dimmit II Apartment project and site work including construction and contingency, but excluding design fees is approximately $12.2 million. Additional funding is not currently available; therefore, the construction scope will be adjusted to ensure that the existing construction budget is not exceeded. Page 1 of 8

A design development set of construction plans at approximately 50% will be completed in spring 2018. Final Design is currently being awarded through an RFP process and the CM/CG will partner with the Town and the selected architect in providing constructability and cost savings ideas in completing 100% construction documents to be issued in early 2018. The Guaranteed Maximum Price (GMP), required project completion dates, and project milestones will be defined after the 75% complete construction document submittal. Construction may begin in June 2018 with completion by September 1, 2019. CM/GC BIDDING REQUIREMENT The Town requires that the CM/GC competitively bid the project to subcontractors. The CM/GC shall obtain bids from at least three other bidders for all scopes of the Work. The CM/GC may bid to self-perform scopes of work, but the CM/GC shall provide their bid by the sub-contractors bid deadline. Page 2 of 8

REQUIREMENTS FOR CM/GC PROPOSAL The submittal should be limited to 20 pages (double sided 8.5 x 11 format) not including applicable appendices. Provide the Town with two copies and one electronic copy (pdf) of the RFP. Using the RFP and attached documents each CM/GC shall develop a proposal including: 1. Lump Sum Fee for Preconstruction Services a. The Lump Sum Preconstruction fee shall be broken down as follows: i. Fee for Preconstruction services from CM/GC. 2. Fixed Fee - as a percentage of the cost of the work during the construction phase. 3. General Conditions Proposal show proposed monthly general conditions cost, line items, quantities, hourly rates for personnel, unit costs and extended dollars for the scope and schedule described by this request for proposal. 4. Maximum Price for General Conditions - (assuming a complete opening of September 1, 2019). Note general conditions should cover work starting in the construction phase through project closeout including cleaning, punch list, and closeout documentation. Adjustments or changes may be required to the General Conditions total cost when GMP #1 is submitted. The maximum price for general conditions and proposed schedule will be used to compare contractors equally on the basis of cost and proposed time to complete the work. 5. % Mark up on CM/GC Performed Change Orders-define a reasonable allowance for overhead and profit for CM/GC performed change orders. (Change orders for work performed by sub-contractors shall include the contractors fixed fee, but shall not include additional CM/GC mark up above the fixed fee.) 6. Project Team and Experience - Propose staffing levels and roles. Specify by name the key staff that will be assigned to the project. Designate by name the Project Manager, Superintendent, Estimator, Project Coordinator/ Project Engineer and any other key personnel proposed for the project. Define how many months the key personnel will be involved in the project and projected hours per month assigned to the project. Define the relevant project experience of proposed team members. Provide references for the key personnel. 7. Project Schedule and Recommendations - Provide your recommendations of the most cost effective schedule to accomplish the general objectives outlined in the project description that meet the project deadlines. Provide a preliminary project schedule. 8. Innovative Project Approach and Potential Project Cost Savings Propose project management procedures, strategies, and construction techniques that you see appropriate for this project. Propose cost saving construction means, methods, or products for this specific project. 9. Allocation of work- Indicate what scope of work the CM/GC is capable to self-perform for this project, and the scope of work that the CM/GC will individually and directly bid. GUIDELINES FOR PREPARING FEE AND GENERAL CONDITIONS PROPOSALS The Town is seeking a skilled, professional and dedicated partner to successfully complete construction of the Dimmit II Apartment project in a cost-effective, safe, and timely manner. The Town of Winter Park requests that contractors clearly demonstrate their capabilities. Contractors are strongly advised to involve the proposed management team members (for example: Preconstruction Manager/Estimator, Project Manager, Superintendent, and Project Engineer/Coordinator) in the proposal, estimate, schedule preparation and interview (if selected). Page 3 of 8

A. Scope of Services to be performed by Construction Manager/General Contractor 1. Pre-Construction Services The CM/GC will be selected while the design team is starting the final design. CM/GC shall provide preconstruction services from receipt of notice of award by Town of Winter Park Town Council. Preconstruction services are defined below. In general, the preconstruction services will include construction consulting, constructability review, cost estimating, scheduling, product recommendations, and value analysis services. a. Cost Estimating, Scope Management and Value Engineering The CM/GC shall prepare a cost estimate based on the updated DD Documents, and the 75% and 95% completed Construction Documents, and provide a complete review and comparison with the Design Team s Preliminary Project Scope Elements. It is expected that the DD, 75%, and 95% cost estimates be completed in two weeks time. The CM/GC shall be expected to identify and present scope adjustment, value engineering or cost reduction ideas generated as a result of the estimating process. The CM/GC shall work with the Design Team and Town to develop a scope of work that fits within the Town s available budget. b. Progress Meetings during CD Development The CM/GC shall work cooperatively with the selected architect and its sub-consultants as necessary through the completion of the construction documents. Attendance of bi-weekly meetings with Town and Design Team until the bidding process starts. c. Sequencing of Construction The CM/GC shall prepare a schedule of construction activities. The selected CM/GC will work with the Town and Design Team to create a final project schedule that will secure competitive pricing and perform the construction in a cost-effective and timely manner. d. Partnering Process The CM/GC shall participate in a formal partnering process with the Town and Design Team. The partnering process kick off meeting shall be held shortly after the Contract award. The selected firm shall include all key personnel in this meeting. The CM/GC s commitment to partnering shall carry through final project acceptance. e. Procurement Process The CM/GC will develop and recommend a procurement process for trade work, materials and equipment that will result in the development of the GMP. The CM/GC will be responsible for developing all necessary scope of work, invitations to bid, bid forms, contacting potential bidders, conduct the bidding per the Town s procurement process. The CM/GC will obtain a minimum of (3) bids for each trade and make bid results available for review by the Town and its selected architect. The Town will secure necessary building permits for the work. Other required permits needed for construction shall be secured and paid for by the Contractor. The Town will consider pre-selection of major sub-contractors. The contractor will work with the Town to develop a satisfactory process to select these team members based on competitive bid pricing and qualifications. Page 4 of 8

2. Construction Services: The following services are to be provided from the notice to proceed with Construction until Final Completion of Construction (and 2-year warranty): a. Furnish project management and supervisory services necessary to construct the project as defined by the Construction Drawings in accordance with the approved GMP and final construction schedule. B. CM/GC Fee for Pre-construction and Construction Services The Town will pay a fixed fee for the pre-construction services summarized in item A.1 above. The fee during the pre-construction services phase shall be lump sum dollar amount and will be paid upon completion of the construction drawings. The fee for the construction services summarized in item A.2 above shall be expressed as a lump sum, percentage of the Cost of the Work (the sum of parts C.1.b. and C.1.c., see below). C. Allocation of Costs 1. Categories of Construction Costs In developing the GMP for the project, construction related costs will be allocated into these four categories: a. CM/GC Fee; b. General Conditions and Requirements; c. The Work defined by the drawings, specifications and addenda; and d. Performance and payment bond premiums, Builder s Risk Insurance other insurance premiums paid by the Contractor for the project. The Town will pay building permits and tap fees, as necessary. If necessary or desirable, the Town will entertain alternative proposals for supplying required insurance policies. For purposes of this proposal, contractors shall develop firm amounts for item a and b and estimated amounts for item d above. The specific allocation of costs associated with the four parts above is described below. The breakout below will be used as a basis of comparing the fee portion of the proposals in an equivalent manner. Questions about items not listed should be directed to the Town for clarification. 2. Costs to be included in CM/GC Fee Costs that will be considered as included in the CM/GC Fee and are not directly reimbursable shall include all items listed below: a. Scheduling, timekeeper and accounting services provided during construction, b. Project Executives and other non-project management personnel, c. Contractor s professional liability insurance premiums; d. Lodging, travel or food expense of CM/GC s staff and employees, unless specifically requested by the Town; e. Extra printing required by CM/GC after GMP is established and accepted; f. Costs associated with corrective work, during construction or within warranty; g. CM/GC profit h. Expenses incurred in accordance with Construction Manager's standard personnel policy for relocation and temporary living allowances of personnel required for the Work, in case it is necessary to relocate such personnel from distant locations i. Regardless of what utilities are pot holed prior to the construction phase, the Contractor is required to abide by applicable laws and shall be responsible for pot hole costs during the Page 5 of 8

construction phase. j. Equipment maintenance costs for Contractor-owned equipment required for the project. Other items required to complete the work not specifically mentioned above or in items C. 3, 4 and 5.. 3. Costs to be included in General Conditions/General Requirements For the proposal each CM/GC shall develop a line item General Conditions/General Requirements cost showing items, quantities, units, hourly rates, unit costs and extended costs for those items deemed necessary to construct the project. The unit costs shall be used if adjustments or changes are required to the General Conditions costs when GMP #1 is submitted. The General Conditions will become a single line item in the GMP Schedule of Values. a. Employee costs (excluding bonuses or profit-sharing allocations) for personnel directly assigned to or performing management or supervisory work on the project. List other staff required for project. (1) General Superintendent; (2) Project Superintendent; (3) Project Manager; (4) Project Engineer; and (5) Project Coordinator/Administrator b. Costs for layout (Owner s survey data will be made available to the Contractor); c. Costs for periodic job-site clean-up, trash collection and trash removal; d. Temporary toilets used by construction personnel; e. Jobsite construction fencing, storage or tool trailers, f. Maintaining access to and protection of existing structures. g. Construction sign and on-site construction signage h. Jobsite communications (radios, cell phones, etc.); i. Mailing and shipping of shop drawings, samples, etc. j. Snow and ice removal (specify amount or use an allowance); k. Security costs; m. Final clean-up (specify amount) n. Assistance in start-up and owner orientation for building systems o. Preparation and issuance to Town, Record Drawings (red-lined as-built drawings) for use by the Design Team to complete final record drawings p. Preparation and issuance to Town Required Operating and Maintenance manuals. (specify amount) 4. Costs to be included in the Work a. Costs included in this category include: labor, materials, tools, equipment, delivery, handling and storage expenses, and supplier and subcontractor mark-ups for management, overhead and profit. 5. Costs for Bonds, Insurance and Permits At the time the final GMP is prepared, final costs for contractor performance and payment bonds, Builder s Risk insurance premiums, and other necessary insurance premiums will be prepared by the Contractor and identified separately as line items apart from General Conditions, Fee and the other costs of the work. If necessary or desirable, the Town will entertain alternative proposals for supplying required insurance policies. Page 6 of 8

GM/GC Selection Criteria: The Town of Winter Park will review the submitted information to evaluate contractors per the criteria listed below. Contractors are encouraged to clearly address each selection criteria in their proposal. The preliminary schedule and the fixed fee will be evaluated but will not be the sole determining factors for selection. While all facets of the selection criteria are important to the project, the priority of each selection criteria for this proposal is indicated as either high or medium. 1. P roposed team members experience and knowledge constructing: (High) a. Multi-family buildings b. Construction in Grand County and other resort communities While a CM/GC firm may have experience with similar projects, the experience and knowledge of the specific CM/GC employees is a key component of this selection process. In this proposal, the CM/GC firm shall designate by name and company title the specific company employees proposed to complete the work. 2. Proposed team members experience working together, working within their company, and working for and with municipalities. (HIgh) 3. Demonstrated product quality (High) 4. Innovative project approach (i.e. cost saving construction means, methods, scheduling, or products for this specific project.) (Medium) 5. Precision, clarity, and content of project schedule (Medium) 6. Demonstrated expertise in pre-construction services (Medium) 7. Fees (General Conditions, Preconstruction Services, Construction Markup) (Medium) 8. Structure and organization of proposed CM/GC team and company (Medium). For example, who besides the project manager, superintendent, and estimator are involved? How is field team supported by the office team? 9. Demonstrated ability to cooperate and work together with regulatory agencies, a government owner, and private design firm (Medium) 10. Clarity of proposal (Medium) 11. Company financial, legal, and safety records (meet or exceed local industry average) (Medium) Summary of Guaranteed Maximum Cost Contract: The Dimmit II apartment contract is a Guaranteed Maximum Price (GMP) contract. The contract is not a cost plus percentage of cost contract. In general, in a GMP contract the contractor guarantees that the project will be constructed in full accordance with the drawings and specifications and the cost to the owner will not exceed some total upset price. If the cost of the work exceeds the assured maximum, the contractor pays for the excess.a determination of the upset price by the contractor must be based on careful estimates of drawings and specifications. Clough, Page 7 of 8

Sears and Sears Construction Contracting. 2005. p142. At the completion of this contract any remaining contingency amount shall be returned to the Owner by issuance of a Change Order to the Contract. This action will result in a reduction to the total Guaranteed Maximum Price. NEXT (and Final) STAGE OF SELECTION PROCESS After reviewing the proposals the Town may elect to interview some, all, or none of the proposed CM/GC s. If selected to interview: 1. Each selected CM/GC will be given a total of 30 minutes to present to the Town Council. The presentation will be followed by approximately 30 minutes of questions, both related to the presentation and general questions regarding the firm, experience and proposed personnel. 2. The Council will evaluate proposals, results from the interviews, and the selection criteria, and select the CM/GC who is best qualified to complete this project. The Town will then formalize the recommendation and a contract will be executed with the approved contractor. PROVISIONS The Town reserves the right to reject any and all proposals and does not bind itself to accept any proposal for this work or any part thereof. The Town may waive any technical or formal defect in any proposal and shall have the right to ask for new proposals for the whole or parts of this work should the Town desire to do so or shall have the right to negotiate with any or other qualified CM/GC. The Town does not guarantee to provide a minimum/maximum amount of work or funding for this project. The Town does not guarantee that the plans as provided will be constructed as shown. Revisions and deletions may occur. While the Town intends to see this project through completion it does not guarantee that the project will go beyond construction drawings. The Town does not guarantee that the contractor selected through this process will be the contractor for the actual construction. The Town reserves the right to bid the construction portion of the project after construction drawings are complete. The Town of Winter Park reserves the right to evaluate information from any other source that may provide information on the contractor s qualifications for the performance of the work. Upon submission of the proposal, the contractor grants the Town the express permission to use all or portions of the contractor s proposals as needed by the Town. The terms Contractor, CM/GC, Construction Manager, and General Contractor are used interchangeably. QUESTIONS REGARDING THIS REQUEST FOR PROPOSALS Questions regarding this proposal shall be directed to John Crone, Housing Manager jcrone@wpgov.com or 970-726-8081. Page 8 of 8