CONSIDERING GC/CM There are some benefits and risks to using GC/CM. Departments should consider these carefully.
|
|
|
- Sabina Ross
- 10 years ago
- Views:
Transcription
1 Department of Finance and Administrative Services ALTERNATIVE PUBLIC WORKS GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) GENERAL INFORMATION INTRODUCTION This manual provides the policy framework, procedures and guidance regarding the use of the General Contractor/Construction Manager (GC/CM) alternative public works delivery method. It is written for City departments. PCSD issues all forms, templates, contract boilerplates and similar documents to be used throughout the GC/CM contracting process. BACKGROUND RCW provides the GC/CM approach to public works. A GC/CM is procured through a multi-part selection process that includes consideration and evaluation of the GC/CM bidder qualifications and experience together with some cost elements. The GC/CM is selected early in design and generally assists the Owner in evaluating the project during the design phase and then provides construction management services. This type of project delivery is sometimes called Construction Management at Risk because the contractor assumes part of the project construction risk. The GC/CM delivery method is intended to create a more collaborative relationship between the City and the General Contractor that is not found in a traditional design-bid-build delivery method. The collaborative approach is a core philosophical component to make any GC/CM project successful. The Washington State Legislature established an oversight board for Alternative Public Works, called the Capital Projects Advisory Review Board (CPARB) in 2005 through RCW CPARB reviews alternative public works procedures and projects and provides guidance to state policymakers to enhance public works contracting methods. The 2007 Legislative Session created the Project Review Committee (PRC) to work under CPARB. The PRC is responsible to review and approve Public Body certification and project approval applications for the utilization of GC/CM and Design/Build delivery methods of construction. The City of Seattle has been certified by the PRC to approve City GC/CM projects until January 4 th, By the Seattle Municipal Code (SMC), City Purchasing and Contracting Services Division (PCSD) provides centralized responsibility to bid, contract and administer public works contracting for all City departments, including alternative delivery methods. CONSIDERING GC/CM There are some benefits and risks to using GC/CM. Departments should consider these carefully. Benefits Allows a scored selection process that weighs various elements including qualification and cost to select the contractor. Selection based upon Best Value, not lowest responsive, responsible bid. Allows for early involvement of the contractor so information regarding cost, schedule and constructability are discussed through design development. Early involvement also allows: Better budget control Constructability reviews Value engineering to optimize the cost and performance of the project Team approach Fewer change orders Time savings Balances and mitigates risk between the Owner, Designer and the Contractor Having both the designer and the contractor involved during the design phase can improve communication and provide a realistic, well-thought out schedule. Can increase WMBE opportunities Can potentially save money by allowing a chance to change design and scope to meet project budget GC/CM CITY PURCHASING AND CONTRACTING SERVICES DIVISION 1
2 before the maximum allowable construction cost is negotiated. Also, early involvement of the contractor allows greater understanding of costs and gives the City time to allocate costs before they are incurred. Risks GC/CM is difficult and complex, particularly for City staff without past GC/CM experience. Indiscriminate use of GCCM can impact the bid pool as not all contractors have experience with GCCM. State guidelines should be carefully followed in selecting projects for GCCM. The Proposal process takes longer and more project staff time than a traditional bid. A Project Team with less experience is the greatest risk in project success, and one of the most common reasons for failure. There is a significant learning curve for the Owner s staff. There are complexities to the GC/CM contract that can allow unintended costs, if the experienced contractor knows them and the City project manager has less experience. The Project Team needs to be very comfortable and experienced in the new GC/CM approach, so they don t revert back to traditional contracting and construction roles. Negotiation of a MACC requires experienced staff The invoicing and cost controls for the Work is more complex as there are several cost accounts to manage and earned value for several subcontractors for the actual work performed. An Owner may see increased cost for the work that is self-performed by the GC/CM because there is a lack of competition, although this can be mitigated by the Owner reviewing and approving the GC/CM subcontract package plan that will be developed during pre-construction. What Departments Should Know GC/CM is a qualifications-based, negotiated-price contract GC/CM is not for every project and is more challenging to administer than traditional design-bidbuild, cost administration is more complex and the QA/QC approach is different. The key to a successful project is an experienced Project Team Requires a teaming mentality. Careful review, understanding and management of costs is key Federal funding programs don t usually accept GC/CM as an appropriate delivery method PCSD has responsibility and authority for all processes in public works including GC/CM. If contemplating GC/CM, consider training from PCSD, a consultant or a course such as those available from the AGC. PURCHASING AND CONTRACTING SERVICES DIVISION 2
3 Definitions Addendum Administering Department Alternative Public Works Authorized Signer Bid Packages Buyout Buyout Difference Contract Analyst (CA) GC/CM Contracting Method GC/CM Initial Project Review Form GC/CM Percent Fee General Contractor/ Construction Manager (GCCM) MACC Risk Contingency Maximum Allowable Construction Cost (MACC) Negotiated Support Services A written or graphic document, issued to all Proposers prior to the proposal due date which modifies or clarifies the RFQ/PA and becomes part of the contract. The City department funding and managing the project. Alternatives to standard design-bid-build public works construction contracting procedures, authorized by RCW An Administering Department Director or designee. See PCSD for the authorized signer list in your department. Subcontracted scopes of work related to a specific work trade and for which a single subcontract is let by the GC/CM. A process of reconciling the negotiated MACC with the actual cost of all the subcontracts and purchased goods. The negotiated subcontractor dollar amount less the actual bid amounts for all subcontracts. A positive difference is known as a buyout savings to the project. A negative difference is covered by the GC/CM. Staff from the PCSD Contract Compliance Team will be assigned to monitor social equity requirements. CAs may be involved in planning and developing the Social Equity Program and/or working with the GC/CM s staff to ensure social equity initiatives on the project. An alternative public works procedure, authorized by through , where the City contracts with a firm to provide services during the design phase (pre-construction services) and to provide general contractor and construction management services during the construction phase for a negotiated maximum allowable construction cost (MACC), a percent fee bid by the firm based on the MACC, and a bid fixed price for general conditions work. This form is filled out by the Administering Department Project Manager. It documents the justification for using the GC/CM contracting mechanism and outlines the Project Team and funding. Covers overhead and profit, taxes, Payment and Performance Bond and insurance. It is applied to the estimated MACC and to the negotiated MACC in the GC/CM Construction Services Agreement and is applied to deductive or additive change orders. A firm the City has selected and agreed with on a maximum allowable construction cost to provide pre-construction services during the design phase and to act as construction manager and general contractor during the construction phase. Contingency negotiated together with the MACC, typically 2-2.5% of the total cost of subcontracting packages. Permitted use is only the coordination of the work. (RCW ). Not allowed to be used on omitted specified general condition items. It may be used for things like mistakes or omissions in subcontract buyout, etc. Use requires Owner s (Administering Department s) approval in advance. The negotiated construction costs which includes 4 components: -the maximum cost of the work to construct the project (total of subcontract packages) -percentage for risk contingency -negotiated support services -approved change orders Also referred to as reimbursable expenses. Items a contractor normally manages on a construction project that are not able to be quantified during selection and bidding of specified general conditions, such as surveying, hoisting, safety enforcement, temp power, temp toilets, trash removal, etc. It also can be a negotiated lump sum. PURCHASING AND CONTRACTING SERVICES DIVISION 3
4 Administering Department WMBE Expert PCSD Pre-Construction Services Project Manager (PM) The individual in the Administering Department who will manage and monitor WMBE utilization for the project. Works with PCSD and the GC/CM to meet contract WMBE goals Department of Finance and Administrative Services, City Purchasing and Contracting Services Division. This is the agent in the City that has been certified (delegated) authority by the State to bid, execute and administer GC/CM projects. During the design phase of the project, the GC/CM provides construction-related services such as constructability analysis, value engineering, cost estimating, scheduling, life-cycle cost design considerations, and alternative construction options for costs savings, and sequencing of the work to make the construction process smooth and produce a better product. The scope of work for GC/CM during pre-construction services does not include professional services such as civil engineering, which are the Owner s responsibility. The City of Seattle employee in the Administering Department who is responsible for management of the project through Completion. Project Team RFQ/PA Risk Assessment Roundtable Review Social Equity Program Specified General Conditions Sr. Program Administrator (PA) Stakeholders Total Contract Cost WMBE Expert for the GC/CM Contractor WMBE Plan The group of individuals that take the project from planning through construction. A Project Team includes the Project Manager, project engineer, Administering Department WMBE Expert, design consultants and the GC/CM. PCSD will assign a Senior PA to work with the Project Team to advise and guide the project. Request for Qualifications with proposed project approach. Part of the decision to pursue a GC/CM public works delivery method will be determined by what risks the proposed project contains and whether those risk are in the public interest to transfer to a Contractor. It will be the Project Team s responsibility to identify the project risks and attach them to the Contracting application. The process used to facilitate agreement between PCSD and the Administering Department on the appropriateness of the project and Project Team to deliver the project using the GC/CM process. Social Equity initiatives negotiated with the apparently successful GC/CM proposer by PCSD to be administered in both pre-construction and construction services. The program is material to the GC/CM contract. Programmatic elements may include a WMBE plan, inclusion commitments, apprenticeship, equal benefits or other social equity approaches. Bid as part of the selection and covers the cost for meeting all of the requirements of the General Conditions (Div 0 and 1) including items like the administration of the subcontracting plan, cost accounting, progress scheduling, project meetings, safety plan, quality control, and warranties. The PCSD staff assigned to guide the GC/CM project. The PA will advise and assist the Project Team, and ensure State and City policies, process and guidelines are addressed. End users of the project or people or communities impacted by the construction. Fixed amount for the Specified General Conditions Work, Percent Fee on the MACC, and the MACC. A person that works for the GC/CM, who is an expert on construction and alternative public work WMBE utilization outreach and strategies. PCSD has a list of such consultants on the City Consultant Roster. A GC/CM s proposed and committed strategies, program(s) and initiatives to ensure WMBE inclusion on a project. Submitted with their responses to the RFQ/PA and evaluated by PCSD and the Administering Department WMBE Expert Representative. A WMBE plan may be discussed and revised with the apparently successful proposer prior to Award of the preconstruction services contract. PURCHASING AND CONTRACTING SERVICES DIVISION 4
5 STEP 1: CONTRACTING METHOD ASSESSMENT A. Assessment The department starts by reviewing the contracting method that best serves the project. This should be done early in the project life, no later than schematic design (typically 10%). The Project Team should consider all public works methods, including traditional design-bid-build. B. RCW minimum project qualifiers Please contact Aleanna Kondelis if you are considering GC/CM or By law, GC/CM may be used for public works projects with a total contract cost at or above $10 Million* where the project has at least one of the following: Complex scheduling, phasing or coordination; Construction to an occupied facility; which must continue to operate during construction; Involvement of the GC/CM during the design stage is critical to the success of the project; A complex or technical work environment; or Specialized work on a building that has historic significance. *There are certain rare exceptions to the $10 million criteria. For further information please contact Aleanna Kondelis. C. Other things to consider Federal funding typically does not allow for alternative delivery methods, please check with PCSD if your project has Federal funds. Other elements that lend themselves to a good candidate for GC/CM include: The Project Team has experience in both standard public works delivery and GC/CM The site and/or existing facility conditions are difficult to define; The risk of unforeseen conditions are difficult to characterize and quantify; The project would attract qualified and experienced GC/CM firms; and It is early enough in the project life cycle to take advantage of GC/CM benefits such as value engineering, constructability analysis, sequencing, and sustainable construction methods. (Early is interpreted as schematic design and is typically understood to be somewhere between 10 and 30% design) D. Risk Assessment Part of choosing a proper contracting mechanism is identifying and understanding risks. The right contracting mechanism should mitigate as much risk as possible. PCSD can assist with identifying project risks and contracting options for mitigation. E. Your Project Team Experience has proven that the project success depends on the right team. In fact, RCW requires an experienced team and the State requires us to document this information. The most important elements are experienced practitioners in GC/CM, and dedicated team members who have the time and capacity to be dedicated to the project. The importance of a dedicated and experienced team cannot be overstated. Teams should include: at least one member that has delivered a standard design-bid-build project of similar size and/or scope one team member that has delivered at least one GC/CM project of similar size and/or scope one team member that is in construction management Additionally, it is vital that all Project Team members can be dedicated to the project from selection to close-out. Temporary or borrowed resources are a great risk factor. Project Managers are encouraged to seek Team PURCHASING AND CONTRACTING SERVICES DIVISION 5
6 members among City staff with GC/CM experience. PCSD must prove to the State that we met the legal requirements for the Project Team. PCSD and Law may counsel Administering Departments about their team. The City s Project Team A Project Team will have a PCSD Senior Program Administrator (PA) to provide advice, templates and forms, answer questions, collect data for reporting to CPARB and assist throughout the life of the project. PCSD will also request Law assign an attorney to the project, to serve as an advisor, provide legal guidance and support to the Administering Department team. A Project Team, at a minimum, needs to also have the following people with these roles: Project Manager Project Engineer (may be the project manager or the construction manager, see duties) Construction Manager Designer of record and/or Industry Expert GC/CM Consultant (Optional) Administering Department WMBE Expert In charge of the project from concept to close out, central point of contact for the project. Acquires funding Develops timelines Hires consultants and controls deliverables Defines programmatic outputs In charge of final selection documents Oversees the development of evaluation criteria Selects members of the Selection Committee Makes all project decisions that are not technical Is not a consultant In charge of any technical requirements of the project Will be the main decision maker for the City regarding technical design Reviews all technical specifications and makes decisions regarding the City s choice on design elements Is not a consultant In charge of managing the construction of the project Helps make decisions about cost categories as they relate to field management Is involved in the design portion of the project to assist with constructability analysis Highly specialized professional in either project design and conceptual development or project delivery Responsible for the technical design of the project There is no limit on how many a team may need or want and should be dictated by the specific needs of the project. The number and type of designers and/or industry experts should be dictated by the specific needs of the project and can be a combination of agency personnel and consultants. Guide Project Team with the GC/CM solicitation process and project delivery. May add to the experience of the team if experience is lacking or low. May also serve as the GC/CM construction manager if hired out to a consultant firm. Project Team's GC/CM consultant will not take part in the evaluation of any proposals. The GC/CM Consultant is hired at the sole discretion and expense of the Administering Department. Neither the GC/CM nor any funds allocated to the MACC will be responsible for or used in any way in compensating the GC/CM Consultant. The Department should name its internal expert who can manage and knowledgably assist in WMBE inclusion. If the department decides to hire a consultant to be their internal expert, there is a list on the Consultant Roster. Step 1 Roles and Responsibilities Administering Department Define project Evaluate project risks and develop a Risk Assessment Matrix Secure and appropriate funding Confirm with PCSD appropriate contracting method Seek training in GC/CM delivery Seek out experienced and qualified Project Team PCSD Certified by the State to administer GC/CM projects for the City of Seattle Develop, manage and maintain the formal contracting processes for GC/CM delivery, as required by the State delegation of certification authority Ensure project appropriateness for GC/CM delivery Ensure experience of Project Teams PURCHASING AND CONTRACTING SERVICES DIVISION 6
7 STEP 2: PROJECT REVIEW AND DOCUMENTATION A. Project Review and Documentation For this step, the Administering Department and PCSD document the reasons for using a GC/CM process. The GC/CM Project Roundtable Review Form is on the Inweb at 1. Project Managers will complete the form and provide any supporting documentation. The form seeks: Detailed description of the project; Justification of the appropriateness of the project for GC/CM delivery method, based on RCW Funding source(s), including grant documents or loan contracts; Project Team, including consultants and/or resources in other departments, each team member s role, and a matrix illustrating the team s experience with GC/CM; and High level Risk Assessment Matrix 2. The Form and supporting documentation is submitted in Word format to PCSD Director, Nancy Locke via at [email protected]. 3. PCSD will set up a project Roundtable Review with the project manager, Project Team and invite Law. Nancy Locke will assign a PCSD PA to assist with the GC/CM process. B. Project Roundtable PCSD will schedule a Roundtable with PCSD, the Administering Department and Law. The Roundtable provides the opportunity for the Administering Department, PCSD and Law to discuss the project appropriateness, description, funding requirements, Project Team, risks and risk mitigations. The Roundtable will review the submitted Form. The project manager and Project Team members will be asked to give a project overview. The Project Team will use the Roundtable Agenda to make a presentation. PCSD and Law will ask questions, seek clarification of items, provide advice and discuss issues. C. Roles and Responsibilities The Administering Department will review the roles and responsibilities matrix. Step 2 Roles and Responsibilities Administering Department Complete the Initial Project Review Form with any supporting documentation and submit to PCSD Prepare for Project Roundtable presentation PCSD Provide the process, procedures, forms and templates Ensure project appropriateness for GC/CM delivery Ensure experience of Project Teams Facilitate the Roundtable Review PURCHASING AND CONTRACTING SERVICES DIVISION 7
8 STEP 3. BIDDING DOCUMENT PREPARATION Once the Roundtable Review is completed the next step includes: Using the PCSD templates and forms to prepare bidding/selection documents and issue an Request for Qualifications and Proposed Approach (RFP/QA). All forms and templates are located on the PCSD InWeb Page A. Writing the RFQ/PA PCSD will provide boilerplates for the RFQ/PA to the Project Manager. Interested proposers will submit their response to present their qualifications, experience and project approach. The RFQ/PA will include: a. Project description, including programmatic, performance, technical requirements and specifications, when available; b. Reasons for using the GC/CM contracting method; c. Required minimum qualifications; d. Requirement that proposer submit its accident prevention program; e. Description of the City evaluation and scoring process, including evaluation factors and the relative weight of factors (see requirements in RCW a-g); f. Draft General Conditions* for GC/CM, Pre-construction Services Contract and Construction Contract g. Draft Pre-Construction Services Work Plan; h. Estimated Maximum Allowable Construction Cost (MACC); i. The City s proposed project schedule including Pre-Construction and Construction milestones; j. Requirement for a Social Equity Program and WMBE Plan; k. When appropriate, requirements for a Community Workforce Agreement which would require hiring goals for local and/or diverse workers, including those newly arriving from pre-apprenticeship training programs; l. Funding source information; m. Draft Price Request Form that will be required of all short-list finalists after interviews; n. Protest procedure; o. Owner-provided information such as geotechnical reports, permits, etc.; p. Applicable prevailing wage rates; and q. Summary matrix of cost allocation (see sample) *General Conditions will be developed using a PCSD-approved template for Division 0 and 1 with modifications to accommodate project-specific needs. They will include the items the GC/CMs will propose on as Specified General Conditions work. Evaluation Criteria The PA will advise and guide the Project Team and the Selection Committee to design and customize evaluation criteria for insertion into the RFP/QA. The City's evaluation criteria must (1) be tailored to meeting the project; (2) represent all key areas of importance; (3) support meaningful comparison of competing proposals; and (4) clearly reflect factors affecting award and their relative importance. B. Approval for Advertisement The PA will actively participate during early drafting of the GC/CM bidding documents, but also please allow some time for PCSD to conduct a final review prior to advertisement. Submit the following hard copies to PCSD, via Judy Keefe, for final review: a. Request to Review GC/CM Procurement Documents PURCHASING AND CONTRACTING SERVICES DIVISION 8
9 b. RFQ/PA with attachments i. Price Request Form ii. General (specified) Conditions iii. Company Questionnaire with proof of legal name iv. Draft Pre-Construction Services Work Plan v. Pre-Construction Services Contract vi. Draft Construction Services Contract c. Prevailing Wage Rates d. GC/CM Advertisement e. Risk Management checklist(s) for both pre-construction and construction phases f. Any supporting documents and plans The PA may provide comments back to the Department to finalize the bidding package. The Department will update the bidding documents as requested prior to advertisement. Once the PA has approved the bidding package for advertisement, the PM, or designee, will post the entire package to ebid and PCSD will send the advertisement to the Daily Journal of Commerce. The solicitation period will be a minimum of 4 weeks, or as advised by the PA. C. GC/CM Selection Committee The Project Manager, with advice from the PCSD PA, will name a Selection Committee. Potential committee members should be carefully vetted for any potential conflicts of interest. A team of about 5 members is recommended. Committee members should include Project Team designers and consultants as well as end users, and the Administering Department WMBE Expert. PCSD is a non-voting observer. If applicable, consideration should also be given to including a representative(s) from outside funding sources. PCSD does not recommend attorney s be selection committee members. See PCSD for further selection committee guidance. A high-level summary of the evaluation process, criteria and maximum points will be published in the solicitation. Once published, the Committee must follow those criteria. Before responses are due, the Committee finalizes the detailed plan for scoring and/or ranking of responses. This must also address how scoring will be done. The Selection Committee might choose to total scores from each individual member and average them, or arrive at a consensus amongst Committee members. Other options are available, but the Selection Committee should agree and document the chosen approach in writing. Step 3 Roles and Responsibilities Administering Department Develop a selection plan including tentative timeframes for the GC/CM selection, pre-construction and construction services Using PCSD-supplied templates, develop evaluation and relative weight factors, prepare scoring form Prepare selection/bidding documents for advertisement using PCSD templates and forms Prepare Request to Advertise Edit and finalize documents once reviewed by PCSD Name and secure confidentiality agreements from the Selection Committee Post to the City s on-line solicitation webpage PCSD Develop and maintain selection/bidding documents templates and forms Develop the social equity portion, including the scoring and evaluation Review and approve for advertising all GC/CM bidding and selection documents Post in the Daily Journal of Commerce Advise on the selection committee process PURCHASING AND CONTRACTING SERVICES DIVISION 9
10 STEP 4. GC/CM SELECTION PROCESS The next steps include: A. Pre-Proposal Meeting B. Question/Answer period C. Receipt of Statements of Qualifications and Proposed Approach (SOQ/PA) D. SOQ/PA evaluation and short list E. Interviews, additional scoring and evaluation, final short-list F. Price Request to short-list finalists G. Bid Opening with final ranking A. Pre- Proposal Meeting A Pre-Proposal Meeting will be held. This ensures an opportunity for interested firms to meet the Project Team and ask questions. The Project Manager (PM) should provide a brief project summary, a status on permitting or funding, highlight WMBE, discuss the project schedule and the deadline for questions. Other topics might include information on what a team is looking for in a proposal and/or any information to help proposers produce quality proposals. Your Administering Department WMBE Expert should attend and review priority and expectations of WMBE inclusion. B. Question and Answer period/addendum A question and answer period will be established and published in the RFQ/PA. The PCSD Sr. PA will manage the Q&A process, posting questions and the City s response onto ebid. The PM will draft answers, and PCSD handle questions about social equity, WMBE, bidding, and contract compliance. If any question results in a change to the RFQ/PA requirements, the PA will work with the PM to prepare an Addendum and post to ebid. C. Receipt of Proposals PCSD will receive, time stamp, and review the incoming proposals for responsiveness D. Responsiveness Review Immediately following SOQ/PA receipt, PCSD will conduct a responsiveness and responsibility check (licensing, debarment, etc.) for mandatory and minimum qualifications and for general responsiveness to the RFQ/PA (i.e page counts, company questionnaire responses). Proposals that meet the minimum requirements and general responsiveness test will proceed to the next phase for evaluation. E. Evaluation of Proposals The Selection Committee will score in accordance with the published scoring criteria. Evaluations will be conducted in a confidential environment under Sr. PA guidance. The PA and your Administering Department WMBE Expert will score the narrative responses to the WMBE questions. Note that the WMBE Inclusion Plan used for design-bid-build processes is not used for Alternative Public Works; a narrative of efforts throughout the life of the program is instead built into the RFP process for consideration and scoring. The Selection Committee will score proposals. A short-list will be generated in the order in which the proposals are ranked. Please note that short listed proposers are in the order in which they were ranked and proposers cannot be skipped to get to a lower-scored proposer. In selecting proposals look for a natural break, don t include proposers that mathematically can t be selected. PCSD recommends short listing 3-5 proposers. F. Interviews PCSD will schedule interviews with the shortlisted firms. Interviews should be divided into two parts, a) a presentation by the proposing team and b) a question and answer period. The Selection Committee and PM will prepare questions to send proposers in advance. The PA will distribute questions carefully to ensure no one firm PURCHASING AND CONTRACTING SERVICES DIVISION 10
11 has longer time with the questions. Your Administering Department WMBE Expert must be part of the Selection Committee and interview team, and at least one question must ask the GC/CM s WMBE strategy and commitment (per Mayor s Executive Order 2010). The Selection Committee will score the Interviews and determine how many of the candidates will continue for price. G. Price Request PCSD will issue the Price Request to the proposers that score the highest in the combined score of proposals and interview. Included in the Price Request will be a date, time and method(s) for submittal to PCSD. The Price Request will seek pricing for the GC/CM percent fee and the General Conditions work. It may include a bid for pre-construction work if the Project Team decides to ask for pre-construction pricing instead of establishing it. Price submittals are sent to PCSD before the bid opening deadline. H. Bid Openings and Final Ranking A public bid opening will be held to read each sealed price submittal by the final short listed proposers. PCSD will open and read while the Project Team inputs the scores in the scoring matrix. In this manner, by the conclusion of the bid opening, the total scores and highest ranked proposer is identified. The Project Team will confirm the pricing of the highest ranked proposer and submit a Notice of Final Ranking to the PCSD PA. The PA will declare the highest ranked proposer by counter-signing the Notice. The PA will notify proposers of the results in writing (by letter or ) and post the scores on ebid. Included in the notification will be an Intent to Award to the highest ranked proposer. I. Debriefing The RFQ/PA will tell proposers that a debriefing can be requested. All debriefings will be coordinated with the Project Manager and scheduled through the PA. Awarding the Pre- Construction Services Contract 1. The Project Team will finalize the pre-construction services work plan and deliverables with the highest ranked proposer, which will itemize such things as project management, meetings, cost estimates, construction schedules, etc. It should contain GC/CM staff allocations of time, and should have estimated dates of check-ins and completion for each. Social equity requirements will also be included in the plan. 2. The PA will engage the Administrating Department WMBE Expert, the Project Manager and the highest ranked proposer to discuss WMBE, Apprenticeship and Community Work Force requirements if applicable. 3. PCSD will collect proof of insurance and check licensing, etc. (bonding doesn t take place until the MACC is determined or early construction work is agreed to) 4. The Project Team will finalize the Pre-Construction Services contract, with attachments, and provide it to PCSD along with the Request to Execute. 5. PCSD will review all documents and coordinate execution with the highest ranked proposer PURCHASING AND CONTRACTING SERVICES DIVISION 11
12 Step 4 Roles and Responsibilities Administering Department Make room arrangements for pre-proposal, Selection Committees evaluation meetings and interviews Finalize scoring/evaluation sheets Finalize selection plan and submit to PA Prepare interview questions Facilitate scoring and evaluation sessions with the Selection Committee Lead interview sessions Prepare scoring matrix for bid opening Confirm final pricing and submit final scoring to PCSD, prepare Notice of Final Ranking Notify proposers of final ranking and post to ebid Finalize the work plan with the apparently successful proposer Pre- Construction Services Contract Notes PCSD Reserve Contracting Bid Room for Price openings Facilitate pre-proposal meeting Respond to questions regarding WMBE Observe the evaluation process Schedule debriefings Perform bidder/proposer responsibility checks Score/evaluate Social Equity proposals Observe Interviews Host bid opening Declare the apparently successful proposer Finalize the Social Equity Program with the apparently successful proposer Collect insurance documents Review Pre-Construction Services contract for finalization Execute the Pre-Construction Services contract Sales Tax Sales tax applies to pre-construction and construction work. The GCCM is not a consultant providing services but rather a general contractor providing construction related information in relationship to the design. The cost for Pre-Construction and Construction need to reflect the appropriate sales tax. Insurance Requirements During pre-constructions services the GC/CM must carry general liability with standard automobile coverage and professional liability even though they are not doing design work. A separate Risk Management Checklist is prepared by the Project Manager for each phase of the GC/CM contract, see Step 3. Payment and Performance Bonding The GC/CM must provide a Payment and Performance Bond in the amount of the Total Contract Cost, at the execution of the Construction Services Contract. No bond is required during the pre-construction phase. Retainage Per RCW 60.28, retainage is required on all public works projects. Both phases of a GCCM project is public works. To avoid retainage release issues for subcontractors, the City recommends a retainage bond. Prevailing Wages As in standard public works projects, the GC/CM must file an intent to pay prevailing wages (for the entire project) before any payment may be received, including pre-construction payments. PURCHASING AND CONTRACTING SERVICES DIVISION 12
13 STEP 5. GC/CM PRE-CONSTRUCTION SERVICES The highest ranked proposer and PCSD execute the Pre-Construction Services Contract. The Administering Department is the Owner, the contract is executed by PCSD. During pre-construction, the project design is completed, the project master schedule is finalized, and constructability reviews take place. Materials or supply items needed for the project may be competitively procured by the GC/CM as early subcontract bid packages. What is typical during pre-construction services? Based on the agreed work plan, services a GC/CM typically will provide during the pre-construction phase include: Constructability Analysis Value Engineering Cost Estimating Scheduling Building Information Modeling Life-cycle cost design considerations Alternative construction options for cost savings Sequencing of Work Sub-contracting plan with bid package preparation (per the agreed program) One of the greatest risks in a GC/CM contract is double payment for work between pre-construction and construction work. The key is to be very clear in the Cost Allocation Matrix and definitions. All pre-construction scopes of work will be items typically performed by a construction contractor and should not include professional services such as civil engineering. See your Sr. PA for further information. A. Collaboration The City expects a collaborative team between the Owner, the designers, and the GC/CM. Typically partnering or collaboration workshops are held to build report and set project expectations. Topics usually covered in these workshops include project organization and communication protocols, setting goals, stating key expectations addressing needs of each of the stakeholder groups, listing project challenges and reviewing the Administering Department s Construction procedures. All parties will want strategies and action plans for key challenges, verbalize the issue-resolution processes and establish project milestones. B. Design It is standard practice that all team members (Owner, designers and GC/CM) meet in one room looking at the same design drawings at minimum milestones of 30%, 60% and 90% construction design. Meeting more often may be needed depending on what deliverables you are asking the GC/CM to provide. The GC/CM and the entire Project Team needs to be very involved at reviews. This is an extremely important element of the project success. C. Subcontracting Plan A subcontracting plan will need to be agreed upon which will create the best subcontract packaging approach for WMBE inclusion and the project. The team to work on this would include: The Project Team (including your Administering Department WMBE Expert or another expert taking responsibility for WMBE on your project), the GC/CM and their WMBE Expert, and PCSD Bid packages should be broken up by trade, keeping in mind practical and efficient scopes of work and WMBE availability. The GC/CM, PCSD and Project Manager share responsibility to ensure that the maximum PURCHASING AND CONTRACTING SERVICES DIVISION 13
14 subcontracting opportunities are developed and pursued for WMBE firms. The final subcontracting plan will be attached to the Construction Services Social Equity Program. D. MACC Negotiations The MACC is negotiated with the selected GCCM no sooner than 90% construction design (RCW (1)) and becomes the finalized Cost Allocation Matrix. If you start negotiations before 100% design you will need to establish who is responsible for any design change cost between 90% and 100%. Pricing anything less than 100% design may risk lack of clarity and cause confusion. The MACC includes the following components: o o o o Maximum cost of the work to construct the project (total of subcontracting bid packages) Percentage for Risk Contingency (MACC Contingency) Negotiated Support Services Approved Change Orders The Administering Department Project Team will notify PCSD of 90% design. PCSD will confirm the preconstruction work plan items have been completed and all social equity deliverables have been met. MACC Negotiation Issues 1) Can t reach an agreement (RCW (5)) If the City is unable to negotiate a fair and reasonable MACC within available funds, negotiations with that firm may be formally terminated and the City may then negotiate with the next-highest-scored firm and continue in that manner until an agreement is reached or the process is terminated. 2) MACC cost variations (RCW (6)) If the negotiated MACC varies more than 15% from the estimated MACC due to requested and approved changes in the scope by the City, the percent fee shall be renegotiated. (See policy on change orders.) E. Closing Out Pre- Construction Services Once a MACC has been successfully negotiated, the Administering Department Project Team will accept the work of the Pre-Construction Services contract and submit a Letter of Acceptance of Pre-construction Services to PCSD to review. Once PCSD receives the request PCSD will close out the Pre-Construction Services contract. (Please see the close-out procedures in the Contracting Guide.) Subcontracting Topics All subcontracting work must be awarded by low bid (RCW ). Typically, subcontracting work is bid after the MACC is negotiated and the GC/CM and the City enter into the Construction Services Contract (see step 6). However, the RCW allows for alternative subcontracting options if it is in the best interest of the project. Any alternative subcontracting options must be agreed to and overseen by PCSD. 1. Early Bidding for Pricing In accordance with RCW , The City will allow the GC/CM to bid major bid packages before the MACC is negotiated to get a better understanding of market prices. The GC/CM may issue Intents to Award to those successful subcontractors. Early bidding may assist in providing more certainty to the GC/CM and Owner on the actual costs of major work packages and help in the negotiation of a MACC. Materials and supplies need to be competitively bid by the GC/CM. That bidding would be considered early subcontract bid packages. 2. Mini/partial MACCs and Early Work The City may negotiate an early, partial MACC for early work or multiple phases on the project. A partial MACC would allow early subcontracting bidding, award, and perhaps construction before finalization of the total MACC. PCSD has established an early/partial MACC process. If you are considering this please contact PCSD immediately. All partial early MACCs must be rolled into one MACC by the end of the project. 3. GC/CM Self-Performance RCW permits the GC/CM to self-perform up to 30% of the sub-contractible work that it would PURCHASING AND CONTRACTING SERVICES DIVISION 14
15 customarily perform. The GC/CM must competitively bid on any packages it would like to self-perform. Per State law, the GC/CM may not manage any bidding processes for which they are bidding. PCSD will review all bidding document and host the bid opening for those packages. PCSD will perform responsiveness and responsibilities checks and declare the apparent low bidder. 4. ECCM, MCCM RCW Electrical and Mechanical GC/CM Subs Mini GC/CMs State law allows for a qualifications based procurement for mechanical and electrical GC/CM subs when those respective packages are estimated to cost $3M or more on a GC/CM project. The use of this process has to be approved by the Owner (an agreement between PCSD and the Administering Department). The RCW has set up a process much like the GC/CM selection process that must be followed and documented Package design must be 90% complete Cost of Pre-Construction work can be separated out of the project budget or can be part of the GC/CM s pre-construction services budget (consult your PA on how to amend if necessary) The process adds time to the pre-construction schedule and should only be used if there is a substantial benefit to the project 5. Pre-Determination of Subcontractor Eligibility RCW allows, in justifiable cases, for pre-bid determination of subcontractor eligibility or qualified short list selection. The decision to use this must be approved by the Owner (an agreement between PCSD and the Administering Department). The RCW outlines a process, including a hearing, that must be followed before the solicitation and selection can occur. This process can protect critical subcontracting packages that may require specialty or experienced contractors, but it adds process to your schedule and limits the bidding pool. All subcontract packages must include bidder responsibility criteria. Step 5 Roles and Responsibilities Administering Department PCSD Prepare and lead partnering sessions (consider hiring a facilitator for partnering sessions). Establish and manage clear pre-construction deliverables Prepare appropriate and complete design documents Secure and appropriate funding Request GC/CM self-performance intention Approve final subcontracting plan Lead MACC negotiations Partner with PCSD to determine any alternative subcontracting options such as ECCM/MCCM Assist PCSD with Social Equity Program Review and approve progress payments Monitor social equity (CA) Assist with contract administration Reviews contract amendments, provides templates or boilerplates as necessary Prepare Social Equity Program for Construction Services and approve Subcontracting Plan Manage any bid opening the GC/CM will bid on Oversee all alternative subcontracting options PURCHASING AND CONTRACTING SERVICES DIVISION 15
16 STEP 6. CONSTRUCTION SERVICES Once a MACC has been negotiated, PCSD and the GC/CM will execute the Construction Services Contract which includes: Scope of Work for the construction Construction Plans and Drawings Established Total Contract Cost (including the negotiated MACC, see step 5) The bid general conditions Social Equity Program (WMBE, Apprenticeship) Bonding Insurance Once the Construction Services Contract is executed the PM will issue the Notice to Proceed. A. Bidding the sub- contracting packages After the execution of the Construction Services Contract the GC/CM will begin bidding the subcontracting work packages, except where an alternative subcontracting option was used. All bidding is low bid per State statute, including the packages the GC/CM intends to bid (see step 5). The Administering Department s Project Team will check bidder responsibility on all subcontractors before Award of subcontracting agreements, as they would with a design-bid-build project. All subcontracts should incorporate the City s and GC/CM general conditions. The State requires subcontractors performing work greater than $300,000 to be bonded. B. Managing the Project The Administering Department Project Team manages the project and sets the tone and communication protocols (see step 5: partnering). Typically, the construction management team representative is lead during this step and the GC/CM is co-lead. The Administering Department s standard construction management procedures and policies are to be followed with clearly defined procedures and forms discussed at the start of construction. C. Buyout Buyout is the process of reconciling the negotiated MACC for the project with the actual cost of all subcontracts, goods and materials. All bid packages will have a corresponding buyout, or real cost, which can be higher or lower than the negotiated MACC. Since the GC/CM negotiated a price (MACC) before finalizing actual costs, the buyout represents the process of comparing actual costs to the negotiated MACC cost. Remember: these projects were chosen because they are complicated, there are bound to be issues. Administering Department s Project Team must remain organized, intently manage cost categories and established good communication protocols. Departments should start with their internal public works protocols. The GC/CM bears the risk that the subcontracting bids exceed the negotiated price (MACC). Part of effective GC/CM project management is managing buyouts and cost allocations. The process for buyout will be specifically and clearly defined in the general condition template(s). It is not uncommon to have a buyout difference. Buyout difference = (MACC Sub-package negotiated cost actual cost). A positive difference is known as a buyout savings to the project. Buyout savings, and their distribution, will also be clearly defined and managed through the general conditions. Costs that exceed the negotiated MACC are the GC/CM s responsibility. The general conditions should clearly describe how both buyout savings and buyout losses are distributed; typically, buyout losses are covered by the MACC contingency. PURCHASING AND CONTRACTING SERVICES DIVISION 16
17 D. MACC Risk Contingency Account A GC/CM MACC risk contingency amount will be established during negotiations, typically 2% of total subcontract cost for new construction and 2.5% for renovation or remodeling. The use of the contingency is restricted under RCW Contingency money will be used only as specified in the general conditions and typically for costs that were not bid and left out, coordination issues between subs, coordination errors related to shop drawings or as approved by the Project Team. This is not a slush fund; contingency is a risk protection and not intended to be used unless a specific issue requires. A plan for the return of the unused contingency will be established in the general conditions, there will either be an option to share between the City and the GC/CM or a return to the Owner less the GC/CM percent fee. GC/CM Risk Transfer: The GC/CM is responsible to confirm plans and specifications are complete for construction. A GC/CM should never request change orders on work already agreed to in the MACC. E. Change Orders Change Orders should be rare; having few change orders is a measure of GC/CM delivery method success. Change orders should only be considered in the case of unforeseen circumstances and/or changed conditions and should follow the same value engineering process established during pre-construction. The Owner may choose to add work during the course of construction. Owner requested changes are to be consistent with the summary of work bid and are not to be additional scopes. The amount of all change orders are to be negotiated, converted into lump sum and added to the MACC by separate line item. F. Negotiated Support Services (NSS) Work included in the Negotiated Support Services is defined and costs included as part of the MACC. Be careful not to pay twice for items, particularly insurance and bonding. Negotiated Support Services are based on a projected budget with final cost adjustments made based upon actual total costs at completion. Since Negotiated Support Services include labor, material and rental equipment costs that are ultimately open-ended, the Owner must continually monitor the ongoing material and labor costs. A list should be established at the MACC with costs; once the rental costs exceed the cost of the element it won t be reimbursed. The Cost Allocation Matrix is your road map for understanding and managing costs throughout the life of the project. Make sure it captures everything! G. Self- Performance by the GC/CM Each bid package that is won by the GC/CM should have a defined cost based on the MACC. The GC/CM 30% self-performance cap is based on a dollar percentage of the MACC, which includes subcontracting costs, equipment, materials and contingency, but not negotiated support services (RCW (3)). The Administering Department s Project Team is responsible for accounting for those dollars carefully. PCSD will be collecting the information for report to CPARB at the end of the project. H. Work Acceptance and Close Out In addition to the standard close out procedures used internally by each department and outlined in the General Conditions, a GC/CM close out will contain a MACC reconciliation through a Change Order to capture the final contract price. Please use the PCSD forms for GC/CM Close-Out Checklist and Final Acceptance Letter. PURCHASING AND CONTRACTING SERVICES DIVISION 17
18 Contract Administration Topics 1. Payment Applications/ Progress Payments Payment applications will be divided into categories with reimbursement based on actual costs: Trade contractors Negotiated Support Services Risk Contingency Account General Conditions GC/CM Fee It is the Project Team s responsibility to review the GC/CM s pay applications and cost backup. Progress payments should follow the Administering Department s internal process for typical construction management, including PCSD approval. The GC/CM Progress Payment Cover Page will be part of the standard forms included in the GC/CM documents found on PCSDs Inweb page. 2. WMBE Inclusion The Project Manager will conduct regular progress updates and routinely include the Administering Department WMBE Expert and the GC/CM WMBE Expert to discuss WMBE Inclusion. PCSD will also monitor and track WMBE inclusion performance and apprenticeship. 3. Managing Subcontractor Retainage As discussed in Step 4, the City is not prepared to release retainage early and therefore encourages that all retainage be bonded. The GC/CM is free to establish its own retainage options with all subcontractors. Step 6 Roles and Responsibilities Administering Department Finalize the Project Manual/Construction documents Issue Notice to Proceed for Construction Services Approve all subcontractors prior to starting work Host pre-construction meeting Have appropriate A/E and inspection staff on-site during construction. Partner with PCSD and the GC/CM to meet all social equity contracting goals. MANAGE THE CONSTRUCTION including change orders, buyouts, contingency usage and track all cost allocations as outlined in the matrix PCSD Execute the Construction Services Contract Monitor Social Equity in accordance with the Social Equity Program Review Change Orders Approve Progress Payments Manage Retainage Collect all documentation and report to the State PURCHASING AND CONTRACTING SERVICES DIVISION 18
OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.
OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager
GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES
REQUEST FOR QUALIFICATIONS GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES NEW DINING HALL MONTANA STATE UNIVERSITY Bozeman, Montana PPA NO. 15-0103 Campus Planning, Design & Construction Plew Building
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) Administration of Project: Local Higher Education Project Name FAES- Student Success Center Response Deadline 03/04/2013 4:30 pm local time Project Location
REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT
REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT DUE: January 9, 2015 @ 5:00 PM Lopez Island School District 86 School Road Lopez Island, WA 98261 Contact: Bill Evans, Superintendent
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: School District Board + OFCC Project Name Wellington New K-8 EM/MS Response Deadline
Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Shideler Hall Renovation Response Deadline 12/20/13
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San
Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive
Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86
Construction Management/ General Contractor Alternative Contracting Process
Clean Water State Revolving Fund Loan Program Construction Management/ General Contractor Alternative July 2011 Last Updated: 08/03/2011 By: Larry McAllister DEQ 11-WQ-027 Prepared by: Clean Water State
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Campus Elevator Upgrades Response Deadline 9/03/13
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) Administration of Project: School District Board + OFCC Project Name Groveport Madison High School Response Deadline 10/17/2014 4:00pm local time Project
Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
Request of Qualification Proposal for Construction Management Services
Request of Qualification Proposal for Construction Management Services Dated June 10, 2014 Table of Contents Overview 3 Introduction 4 Scope of Construction Managers Services 4 Submission of Qualifications
Puget Sound Regional Council
Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November
Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] Request for Proposal No. RFP02658
Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
The UW Capital Projects Office and NW Construction Consumer Council
The UW Capital Projects Office and NW Construction Consumer Council Present: Changing Project Delivery at the UW through Innovation, Integration, and Adoption of MC/CM and EC/CM PACCAR Hall, the Gordon
Construction Management Standards of Practice
Construction Management Standards of Practice 2010 Edition Advancing Professional Construction/ Program Management Worldwide. 7926 Jones Branch Drive, Suite 800 McLean, VA 22102-3303 USA 703.356.2622 703.356.6388
Corrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached
ADDENDUM #1 RFP: 500 16 Design Build Maintenance & Operations Complex The following changes to the Request for Proposal and clarifications are provided based on questions received and must be added/considered
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector
Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector Approved March 23, 2011 Purpose: While the traditional Design-Bid-Build
Tel: (617) 727-4050 Fax: (617) 727-5363. OWNER S PROJECT MANAGER GUIDELINES M.G.L. c. 149, 44A1/2
The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363
TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT
TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT The Milford Board of Library Trustees, as the Awarding Authority, invites the submission of qualifications by responsible
Construction Management At-Risk
Oconee County Schools P.O. Box 146, 34 School Street Watkinsville, GA 30677 706-769-5130 706-769-3513 REQUEST FOR PROPOSALS ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk Construction
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62
REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 Submit proposals or inquiries to: Community Consolidated School District 62 Attention: Susan Shepard 777 E.
REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office
REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield
REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
Request for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874
ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial
RESOLUTION NO. 2012-11
RESOLUTION NO. 2012-11 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GARIBALDI ACTING AS CONTRACT REVIEW BOARD APPROVING A REQUEST FOR PROPOSAL DOCUMENT AND SAMPLE CONTRACT FOR THE GARIBALDI FIRE STATION
Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION
REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014
This request for qualifications seeks the following type of service providers:
ANNOUNCEMENT REQUEST FOR STATEMENT OF QUALIFICATIONS NOTICE SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES The San Francisco Unified School District Facilities,
PROJECT PROCUREMENT MANAGEMENT
12 PROJECT PROCUREMENT MANAGEMENT Project Procurement Management includes the processes required to acquire goods and services from outside the performing organization. For simplicity, goods and services,
Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho
Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho REQUEST FOR QUALIFICATIONS Independent School District No. 1, Lewiston, Idaho ( District ) is seeking responses from individuals
City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals
Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES
MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES GOVERNMENT OF THE DISTRICT OF COLUMBIA OFFICE OF RISK MANAGEMENT 441 Fourth Street, NW Suite 800 South Washington, DC 20001 Phone:
CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE
CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE STATE OF IDAHO DEPARTMENT OF ADMINISTRATION DIVISION OF PURCHASING REVISED 01 01 14 Table of Contents I. Purpose... 1 II. Overview of Contract Management and
RFQ 00318348 NORTHSTAR AUDITING SERVICES ADDENDUM NO. 1 REF. LOCATION DESCRIPTION OF CHANGE. Revised Scope of Work. Work tasks have been revised.
RFQ 00318348 NORTHSTAR AUDITING SERVICES ADDENDUM NO. 1 DATE PUBLISHED: MAY 18, 2016 TO ALL PROSPECTIVE SUBMITTERS: THE FOLLOWING CHANGES ARE MADE: REF. LOCATION DESCRIPTION OF CHANGE Attachment A Attachment
PORT OF SEATTLE MEMORANDUM. COMMISSION AGENDA Item No. 6a ACTION ITEM Date of Meeting January 6, 2015
PORT OF SEATTLE MEMORANDUM COMMISSION AGENDA Item No. 6a ACTION ITEM Date of Meeting January 6, 2015 DATE: TO: FROM: Michael Ehl, Director Airport Operations Wayne Grotheer, Director Aviation Project Management
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
School Construction Projects
The process of educating young people seems to be continually developing. New insights regarding how students most effectively receive retain and gain understanding of information and principles affect
REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project
REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon
Solicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
TOWN OF OVID, SENECA COUNTY, NEW YORK REQUEST FOR PROPOSALS
TOWN OF OVID, SENECA COUNTY, NEW YORK REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES ESTABLISH/REVISE THE TOWN S COMPREHENSIVE PLAN The Town Board of the Town of Ovid, Seneca County, of New
FY 2015-16 and ongoing Mental Health Crisis Evaluation Services
TUOLUMNE COUNTY HUMAN SERVICES AGENCY BEHAVIORAL HEALTH DEPARTMENT Request For Qualifications (RFQ) SPECIFICATIONS, TERMS, & CONDITIONS For: FY 2015-16 and ongoing Mental Health Crisis Evaluation Services
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects
Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical
Sidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
Project Procurement Management
Project Procurement Management 1 2 Procurement Planning Procurement Planning is the process of identifying which project needs can be best met by procuring products or services outside the project organization
TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2
TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...
Enterprise Content Management Consultant
Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December
Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS)
1. SCHEDULE EVENT Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) DATES & TIME Issue Solicitation April 27, 2015 Question & Answer Period April 27 May 4, 2015 Complaint Period Begins
REQUESTS FOR PROPOSAL RFP TGF-16-017. Title: Professional Services for the Implementation of the Board Governance Performance Assessment Framework
REQUESTS FOR PROPOSAL RFP TGF-16-017 Title: Professional Services for the Implementation of the Board Governance Performance Assessment Framework Issue Date: March, 9th 2016 RFP Submission Date: March,
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)
Best-Value Procurement Manual MnDOT Office of Construction and Innovative Contracting (OCIC) March, 2012 Table of Contents July 29, 2010 1 Preface... 1 1.1 Purpose of Manual... 1 1.2 What is Best Value
ORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:
ORDINANCE NO.------- An ordinance authorizing the award of one design-build contract for the decommissioning, disablement, demolition and removal of Scattergood Generating Station Unit 3 pursuant to a
REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS
CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS On-Call Consultant List for Mechanical Engineering Services TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS PAGE NO. SECTION I PROJECT
Commercial Liability Insurance Brokerage RFP
2014 Commercial Liability Insurance Brokerage RFP Closing Date: Contract Administrator: December 17 th, 2014, 3:30pm Eric C. Faulkner Telephone: 704-283-7583 x. 227 Facsimile: 704-283-1964 E-Mail Address:
The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects
The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects May 2002 1 of 15 The University of North Carolina Office of The President
Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For
Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of
Request for Proposals IT INFRASTRUCTURE MODERNIZATION
Request for Proposals IT INFRASTRUCTURE MODERNIZATION Deadline to Submit Questions for Response: March 25, 2015 by 4:00 pm Deadline for Proposal Submissions: March 27, 2015 by 4:00 pm REQUEST FOR PROPOSALS
OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS
OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for the administration of construction
Request for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES
INTRODUCTION The City of Winchester (City) is requesting Proposals for Insurance Brokerage Services relating to Property, General Liability, Public Officials Liability, Law Enforcement, Fleet, and Worker
TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6
THE CITY OF LIVONIA Request for Proposal Investment Consulting Services; Defined Contribution (401) and Deferred Compensation (457) Plan Review and Service Provider Search April 2015 1 TABLE OF CONTENTS
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
PROCUREMENT UNDER GRANTS
PROCUREMENT UNDER GRANTS PROCUREMENT UNDER GRANTS Grant Agreement Terms and Conditions Federal Grant Procurement Regulations 4 Acceptable Methods Cost and Price Analysis Allowable Contract Types Required
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY REQUEST FOR PROPOSALS FOR EMERGENCY RESTORATION SERVICES
INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100 / FAX: (909) 382-4106 REQUEST FOR PROPOSALS FOR EMERGENCY
CHAPTER 3.0: PROCUREMENT AND CONTRACTING
CHAPTER 3.0: PROCUREMENT AND CONTRACTING This chapter outlines the requirements for using Federal funds to purchase materials, products, or services under the CDBG Entitlement program. Whether you are
PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)
PROCUREMENT STANDARD OPERATING PROCEDURES (SOP) TABLE OF CONTENTS 1. RESPONSIBILITY 1.1 Responsibility for Acquisition 1.2 Responsibility for Procurement Planning 2. REQUISITION 2.1 Requisitions for Supplies,
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program SECTION 1 - GENERAL INFORMATION The Greenville-Spartanburg
CHAPTER 23. Contract Management and Administration
Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL Risk Management Consulting and Brokerage Services, Including Owner Controlled Insurance Program RFP SUMMARY AND KEY DATES 1. Purpose. Victor Valley Community College District ( District
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide
You & Your Architect A GUIDE FOR A SUCCESSFUL PARTNERSHIP.
A GUIDE FOR A SUCCESSFUL PARTNERSHIP. YOU AND YOUR ARCHITECT Architecture isn t only for museums, corporations, and the very wealthy. Whether you are remodeling a kitchen, creating your dream home, or
Controlling Our Critical Path: A CDOT Guide to Better Project Management Practices
: A CDOT Guide to Better Project Management Practices Project Management practices have been a part of the CDOT culture for many years. However, with a transitioning workforce and increasing demands, it
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for
AUSTIN INDEPENDENT SCHOOL DISTRICT INTERNAL AUDIT DEPARTMENT CONSTRUCTION AUDIT PROGRAM
GENERAL: Some of the Districts largest capital expenditures are from new construction, facility upgrades, and renovations. A single project can run into the millions of dollars, involving engineering,
Project Management Manual for Design and Construction Projects. (Revised August 2010)
Project Management Manual for Design and Construction Projects (Revised August 2010) Table of Contents 1. Overview...5 1.1 Introduction... 6 1.2 Design and Construction Process... 7 1.3 Project Delegation
