Advertisement

Ad promo image large
  • Published Date

    December 7, 2019
    This ad was originally published on this date and may contain an offer that is no longer valid. To learn more about this business and its most recent offers, click here.

Ad Text

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK Wiliams County School District #8 invites qualifications from qualified individuals or firms to provide construction manage- ment at risk services to the District 33 Post-Construction Phase Project Close Out: Review Cortract Documents and prepare a checklist of items that must be submitted to District, Design Prolessional, or govermmental agencies for proper contract and agency closeout. Monitor and ensure compliance by contrac- tors and advise District conceming compliance. Verity requirements in the Contract Documents. The District is undertaking the construction of a Modular School Complex consisting of a permanent core structure and two attached modular wings. The building is intended to house 400 students, with the scope of the project having the capacity to expand. The proposed budget for the project is $45 million, but also has the potential for significant increases as budget allows. Commencement of the project will begin lanuary of 2020 and must be ready for occupancy by August 15, 2020. The facility wil include two modular wings consisting of 8 classrooms, restrooms and an office space. The complex wil also include a permanent core structure (multi-purpose room) to be used as a gymnasium and cateteria, including a food serving ine and storage for cafeteria tables. Punch List/Warranty. Participate in developing and distributing punch istis) with the Design Professional, and cause all punch ist and waranty items to be timely completed. Move In/Staff Training/Commissioning: Coordinate the anival and installation of all District furnished materials, furmiture and equipment items. Coordinate staff training for all mechanical, electrical, and low voltage systems, and assist the District's Maintenance & Operations department with equipment and system ocommissioning that may be specified The project includes the buiding, surrounding parking lots, landscaping and project site development, construction contin- gency and required special testing for the project. 4. REQUIRED INFOBMATION IN STATEMENT OF QUALIFICATIONS All materials submitted to the District in response to this Request for Qualifications shall remain the property of the District. Interested firms are invited to submit their qualifications as described below, with six (6) printed copies and one (1) electronic paf copy on a jump drive to: 41 Background Information Provide a brief history of you or the firm. Identity legal form, ownership, and senior officials of the company Describe number of years in business and types of business conducted. Identify proportion of construction management of overall business, and of K-12 public schol projects of overall business. Penny Soiseth, Board President Wikams County Schoo District 8 1 th Avenue W Wilston ND 58801 Identity each project on which you or the firm provided construction management at risk services in the past 5 years including: Questions regarding this RFQ may be directed to Penny Soiseth, Board President, telephone: 701-572-6359, facsimile 701-572- 9311, or penny soisethekt2ndus. Questions on this RF will not be accepted uniess they are in writing, electronic mail, or facsimile and submited on or before 4:00 p.m, CST, on December 27 2019 Name of project; Contact person and telephone number, and Person in charge of each project Al responses to this RFO must be received by 1:30 pm, CST, December 30, 2019 in a sealed envelope or bax, which is clearly labeled "Construction Manager at Risk" with the name of the party submitting the response. Emailed responses will not be accepted. services in the past 5 years. State the issues in litigation/arbitration, the status of litigation/arbitration, names of parties, and outcome. This RFQ does not commit the District to award a contract or to reimburse any applicant for costs incured in submiting qualifications. The District, in its sole discretion, reserves the right: to reject any or all responses submitted to negotiate with any respondent on a proposal: or to amend or cancel in part or in its entirety this RFQ Provide at least three reterences who have information regarding the proposers prior experience in project/construction management services INSTRUCTIONS FOR SUBMITTING STATEMENT OF QUALIFICATIONS 1GENERAL 42 Proposed Methodology and Capabilitles Describe the firm's techeical capabities for scheduling, budgeting cost estimating, constructing, managing, document control, and the peoduction of data for boand review To quality for consideration, a firm must be prepared to provide the expertise, resources, and personnel experience in project planning cost management, project control, pre-construction and construction techniques, value-engineering analysis, scheduling and quality assurance theoughout the planning and construction phases of the project 43 Cost and Fee Summary The District will negotiate the maximum price with the proposer selected The services to be performed by the construction manager at risk wil have as their objective the efficient, economical, and timely delivery of the project by managing the construction of the project within the time and cost limitations and withtin established quality requirements. The services wili be performed during the pre-construction phase and construction phase including working with the District and Design Professional in project planning, arrangement of bid packages, bidding and award of the trade cortracts, and management of construction until occupancy is achieved. 44 Insurance and Bonding Capacity Submit written certification or other appropriate evidence from your bonding company confirming that your firm will have bonding capacity id this project, estimated to be in excess of $5.000.00000,is added to your curent and anticipated work- load Submit confirmation that you will be able to maintain insurance imits no less than: - General Liebility: $2.000.000 minimum (with a minimum $5 milion umbrella policy) or the amount customarily carried by proposer, whichever is greater, combined single limit per occurrenice for bodily injury personal injury and property damage with an endorsement that shows the $200000 limit applies solely to this project (plus the $5 milion umbrella policy). General Liablity coverage shall specifically apply to the acts and/or omis- sions of contractors and its subcontractors. Moreover, the above General Liatility coverage shall be maintained in full force and effect for three (3) years from the date of completion of the project, and shal solely apply to this project. - Workers Compensation insurance must be carried to the full extent required by North Dakota law. - Automobile Liability: SLOD0.000 minimum or the amount customarily caried by the contractor, whichever is greater, combined single limit per accident for bodily injury and property damage. No aggregate limts may apply. Non-owned and hired automobile iabity must be included. The District intends to select the individual or firm that best meets the District's needs to perform the projecticonstruction management services as described in this RFQ The criteria on which the District makes its determination will not be limited to the schedule of lees, but wil also be based on ability and experience as described herein. 2. RESPONSIBILITES. OECONSTRUCTION MANAGER The construction manager at risk shall actively participate as a member of the project team with the Owner and the Design Professional beginning with providing a Statement of Probable Cost following the Programming Phase, following with design concept, constructabity and value engineering reviews, and construction cost estimating at the end of the Schematic, Design Development and during the Construction Document design phases. Thereater the construction manager at risk will manage subcontractor solicitation, subcontracting, construction and commissioning of the project. The purpose of these pre-construction and construction responsibilities is to provide the expertise necessary to ensure that the program objec- tives are realized and the project budget and schedule are met. 5. SELECTION CRITERIA Proposals wil be based on the information requested and provided The defined categories will be evaluated on a percentage score. All proposers understand and accept that the weighted selection criteria are both subjective and objective by nature and that the weight factor of each category is intended to define its relative importance. The final ranking of each firm will be based on a combined evaluation of all evaluation criteria 3. CONSTRUCTION MANAGEMENTAT RISK DUTIES The scope of the Construction Manager at Risk's scope of services includes, but is not limited to, the following 31 Pre-Construction Services Design Phase The construction manager at risk shall provide pre-construction services, including but not limited to attending and partic- ipating in design meetings with the District and Design Professional; identifying safe work practices and requirements for construction; assessing and recommending site logistics requirements, recommending phasing and sequencing of the work construction scheduling: cost estimating assessing alternative construction methods and products for value engineering and life cycle cost considerations; and, participating in the District's phased design and construction document reviews. Experience on any similar project Existing workloed and available capacity Key personnel experience on similar projects Salety record Familiarity with the location of the project Ablity to complete the project as scheduled Fees and expenses Compliance with state and federal laws Previous work for the district Other reasonatle inormation 10% 5% 15% 10% 15% 10% The construction manager at risk, in cooperation with the District, shall seek to develop subcontractor interest in the project, conduct pre-bid or pre-proposal meetings, advise the District about bidding or proposals, evaluate submissions by responsi- ble bidders and offerors, and enter into subcontracts for the execution of the work 5% 15 10% 32 Construction Phase Act as General Contractor, throughout the Construction Phase of the project, including all management activities. A selection committee composed of Williams County School District 8 Board President, Penny Soiseth, Architect Sean Sugden, Engineer Tyler Coulombe, and Contractor Chris Thomas, who will review the qualifications and rank the top three Administer and coordinate the work on a daily basis. Enforce performance, scheduling and notice requirements. Monitor schedule and cost information on the project. Document the progress and costs of the project. Report and advise proactively on potential schedule and budget variances and impacts. Recommend potential solutions to schedule and cost problems. held. The Board of Education and the selected construction manager at risk will negotiate a guaranteed maimum price and contract terms for the project. f the Board of Education cannot negotiate a satistaciory contract with the first selection, the Board of Education shall commence negotiations with the next most qualified If the Board of Education reaches agreement with a corstruction manager at risk on the maximum price and on contract terms, the governing body and the construction manager at risk shallenter a written contract for the general construction management at-risk construction services. Work cooperatively with District, Design Professional, and contractors to ensure that the project is delivered on time and within budget. Attend weekly job site meetings and prepare and circulate minutes. Evaluate and verify progress. Evaluate and process change order requests. Work with District to develop lists of incomplete or unsatistactory work. By submitting a proposal, the proposer acknowledges that the District has sole and absolute discretion in determining the selection criteria and in evaluating the proposer based on the selection oriteria REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK Wiliams County School District #8 invites qualifications from qualified individuals or firms to provide construction manage- ment at risk services to the District 33 Post-Construction Phase Project Close Out: Review Cortract Documents and prepare a checklist of items that must be submitted to District, Design Prolessional, or govermmental agencies for proper contract and agency closeout. Monitor and ensure compliance by contrac- tors and advise District conceming compliance. Verity requirements in the Contract Documents. The District is undertaking the construction of a Modular School Complex consisting of a permanent core structure and two attached modular wings. The building is intended to house 400 students, with the scope of the project having the capacity to expand. The proposed budget for the project is $45 million, but also has the potential for significant increases as budget allows. Commencement of the project will begin lanuary of 2020 and must be ready for occupancy by August 15, 2020. The facility wil include two modular wings consisting of 8 classrooms, restrooms and an office space. The complex wil also include a permanent core structure (multi-purpose room) to be used as a gymnasium and cateteria, including a food serving ine and storage for cafeteria tables. Punch List/Warranty. Participate in developing and distributing punch istis) with the Design Professional, and cause all punch ist and waranty items to be timely completed. Move In/Staff Training/Commissioning: Coordinate the anival and installation of all District furnished materials, furmiture and equipment items. Coordinate staff training for all mechanical, electrical, and low voltage systems, and assist the District's Maintenance & Operations department with equipment and system ocommissioning that may be specified The project includes the buiding, surrounding parking lots, landscaping and project site development, construction contin- gency and required special testing for the project. 4. REQUIRED INFOBMATION IN STATEMENT OF QUALIFICATIONS All materials submitted to the District in response to this Request for Qualifications shall remain the property of the District. Interested firms are invited to submit their qualifications as described below, with six (6) printed copies and one (1) electronic paf copy on a jump drive to: 41 Background Information Provide a brief history of you or the firm. Identity legal form, ownership, and senior officials of the company Describe number of years in business and types of business conducted. Identify proportion of construction management of overall business, and of K-12 public schol projects of overall business. Penny Soiseth, Board President Wikams County Schoo District 8 1 th Avenue W Wilston ND 58801 Identity each project on which you or the firm provided construction management at risk services in the past 5 years including: Questions regarding this RFQ may be directed to Penny Soiseth, Board President, telephone: 701-572-6359, facsimile 701-572- 9311, or penny soisethekt2ndus. Questions on this RF will not be accepted uniess they are in writing, electronic mail, or facsimile and submited on or before 4:00 p.m, CST, on December 27 2019 Name of project; Contact person and telephone number, and Person in charge of each project Al responses to this RFO must be received by 1:30 pm, CST, December 30, 2019 in a sealed envelope or bax, which is clearly labeled "Construction Manager at Risk" with the name of the party submitting the response. Emailed responses will not be accepted. services in the past 5 years. State the issues in litigation/arbitration, the status of litigation/arbitration, names of parties, and outcome. This RFQ does not commit the District to award a contract or to reimburse any applicant for costs incured in submiting qualifications. The District, in its sole discretion, reserves the right: to reject any or all responses submitted to negotiate with any respondent on a proposal: or to amend or cancel in part or in its entirety this RFQ Provide at least three reterences who have information regarding the proposers prior experience in project/construction management services INSTRUCTIONS FOR SUBMITTING STATEMENT OF QUALIFICATIONS 1GENERAL 42 Proposed Methodology and Capabilitles Describe the firm's techeical capabities for scheduling, budgeting cost estimating, constructing, managing, document control, and the peoduction of data for boand review To quality for consideration, a firm must be prepared to provide the expertise, resources, and personnel experience in project planning cost management, project control, pre-construction and construction techniques, value-engineering analysis, scheduling and quality assurance theoughout the planning and construction phases of the project 43 Cost and Fee Summary The District will negotiate the maximum price with the proposer selected The services to be performed by the construction manager at risk wil have as their objective the efficient, economical, and timely delivery of the project by managing the construction of the project within the time and cost limitations and withtin established quality requirements. The services wili be performed during the pre-construction phase and construction phase including working with the District and Design Professional in project planning, arrangement of bid packages, bidding and award of the trade cortracts, and management of construction until occupancy is achieved. 44 Insurance and Bonding Capacity Submit written certification or other appropriate evidence from your bonding company confirming that your firm will have bonding capacity id this project, estimated to be in excess of $5.000.00000,is added to your curent and anticipated work- load Submit confirmation that you will be able to maintain insurance imits no less than: - General Liebility: $2.000.000 minimum (with a minimum $5 milion umbrella policy) or the amount customarily carried by proposer, whichever is greater, combined single limit per occurrenice for bodily injury personal injury and property damage with an endorsement that shows the $200000 limit applies solely to this project (plus the $5 milion umbrella policy). General Liablity coverage shall specifically apply to the acts and/or omis- sions of contractors and its subcontractors. Moreover, the above General Liatility coverage shall be maintained in full force and effect for three (3) years from the date of completion of the project, and shal solely apply to this project. - Workers Compensation insurance must be carried to the full extent required by North Dakota law. - Automobile Liability: SLOD0.000 minimum or the amount customarily caried by the contractor, whichever is greater, combined single limit per accident for bodily injury and property damage. No aggregate limts may apply. Non-owned and hired automobile iabity must be included. The District intends to select the individual or firm that best meets the District's needs to perform the projecticonstruction management services as described in this RFQ The criteria on which the District makes its determination will not be limited to the schedule of lees, but wil also be based on ability and experience as described herein. 2. RESPONSIBILITES. OECONSTRUCTION MANAGER The construction manager at risk shall actively participate as a member of the project team with the Owner and the Design Professional beginning with providing a Statement of Probable Cost following the Programming Phase, following with design concept, constructabity and value engineering reviews, and construction cost estimating at the end of the Schematic, Design Development and during the Construction Document design phases. Thereater the construction manager at risk will manage subcontractor solicitation, subcontracting, construction and commissioning of the project. The purpose of these pre-construction and construction responsibilities is to provide the expertise necessary to ensure that the program objec- tives are realized and the project budget and schedule are met. 5. SELECTION CRITERIA Proposals wil be based on the information requested and provided The defined categories will be evaluated on a percentage score. All proposers understand and accept that the weighted selection criteria are both subjective and objective by nature and that the weight factor of each category is intended to define its relative importance. The final ranking of each firm will be based on a combined evaluation of all evaluation criteria 3. CONSTRUCTION MANAGEMENTAT RISK DUTIES The scope of the Construction Manager at Risk's scope of services includes, but is not limited to, the following 31 Pre-Construction Services Design Phase The construction manager at risk shall provide pre-construction services, including but not limited to attending and partic- ipating in design meetings with the District and Design Professional; identifying safe work practices and requirements for construction; assessing and recommending site logistics requirements, recommending phasing and sequencing of the work construction scheduling: cost estimating assessing alternative construction methods and products for value engineering and life cycle cost considerations; and, participating in the District's phased design and construction document reviews. Experience on any similar project Existing workloed and available capacity Key personnel experience on similar projects Salety record Familiarity with the location of the project Ablity to complete the project as scheduled Fees and expenses Compliance with state and federal laws Previous work for the district Other reasonatle inormation 10% 5% 15% 10% 15% 10% The construction manager at risk, in cooperation with the District, shall seek to develop subcontractor interest in the project, conduct pre-bid or pre-proposal meetings, advise the District about bidding or proposals, evaluate submissions by responsi- ble bidders and offerors, and enter into subcontracts for the execution of the work 5% 15 10% 32 Construction Phase Act as General Contractor, throughout the Construction Phase of the project, including all management activities. A selection committee composed of Williams County School District 8 Board President, Penny Soiseth, Architect Sean Sugden, Engineer Tyler Coulombe, and Contractor Chris Thomas, who will review the qualifications and rank the top three Administer and coordinate the work on a daily basis. Enforce performance, scheduling and notice requirements. Monitor schedule and cost information on the project. Document the progress and costs of the project. Report and advise proactively on potential schedule and budget variances and impacts. Recommend potential solutions to schedule and cost problems. held. The Board of Education and the selected construction manager at risk will negotiate a guaranteed maimum price and contract terms for the project. f the Board of Education cannot negotiate a satistaciory contract with the first selection, the Board of Education shall commence negotiations with the next most qualified If the Board of Education reaches agreement with a corstruction manager at risk on the maximum price and on contract terms, the governing body and the construction manager at risk shallenter a written contract for the general construction management at-risk construction services. Work cooperatively with District, Design Professional, and contractors to ensure that the project is delivered on time and within budget. Attend weekly job site meetings and prepare and circulate minutes. Evaluate and verify progress. Evaluate and process change order requests. Work with District to develop lists of incomplete or unsatistactory work. By submitting a proposal, the proposer acknowledges that the District has sole and absolute discretion in determining the selection criteria and in evaluating the proposer based on the selection oriteria