New WMHS Construction Management Firm RFQ Schedule November 5, 2013 Board Meeting Approval to Advertise and use revised RFQ Week December 9, 2013 Ad runs in local papers (Thursday Dec. 12 th ) Week December 16, 2013 Ad runs in local papers (Thursday Dec. 19 th ) Weeks of Dec 16, 23 & 30, 2013 Ad runs in Gainesville Sun Friday, January 17, 2014 by 4:00 p.m. Week of January 20, 2014 Tuesday, February 18, 2014 Application Packets (10) are due to SBLC, 480 Marshburn Drive, Bronson, FL 32621 will be date and time stamped as they are received Review Committee Meets to select a minimum of TOP 3 Candidates to make presentations to Board (letters mailed to "regrets" phone call to winners) TOP 3 Candidates will make presentations and be interviewed by Board and ranked in 1 st, 2 nd, 3 rd etc., place order. Winner will be announced and contract negotiations will begin for Construction Management Services for the new WMHS. (phone call to winner if necessary letters mailed to "regrets") 1
SCHOOL BOARD OF LEVY COUNTY New Williston Middle-High School Construction Project Request for Qualifications for Construction Management Services I. GENERAL INFORMATION A. Business Structure (Corporation, Joint Venture, Partnership) Proper incorporation by the Secretary of State and current Florida Professional Registration Certificate for general contractor certification. B. Financial Statement This statement will be an audited report with comments and not older than one (1) year. If the most current report has not yet been audited, the previous audited report with comment shall accompany the most recent financial statement. C. Years in Business D. Total Staff and Firm s Experience Profile This criteria identifies the relative size of the firm, including management, technical, and support staff. E. Total Technical Staff Similar to the above, the technical capability of the applicants can be compared. Technical staff shall be those persons proposed to be associated with the implementation of the project, i.e., project managers, engineers, supervisors, estimators, etc. F. Distance from the Site The location in miles of the proposed operating office to the project site (801 South Main Street, Williston FL) is to be listed. (This is the address to Williston Elementary School and is next to the proposed site.) G. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list by the Department of Management Services, State of Florida, may not submit a bid on a contract to provide any goods or services, including construction, repairs, or leases and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant for the School Board of Levy County for a period of 36 months from the date of being placed on the convicted vendor list, a person or affiliate includes any natural person or any entity, including predecessor or successor entities or any entity under the control of any natural person who is active in its management and who has been convicted of a public entity crime (Rule 16C-18FAC). H. Federal Debarment By submitting the Request For Qualifications, the offeror certifies, to the best of its knowledge or believe, that the offeror and its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; or have not within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them in connection with a 2
public contract or subcontract; or are not criminally or civilly charged by a governmental entity with commission of offenses; or has not within a three-year period preceding this offer had a contract terminated for default by any Federal agency (FAR 52.209-5). II. INITIAL SCREENING A. Related Building Experience Major consideration will be given to the successful completion of previous projects comparable in design, scope, funding source, familiarity with Department of Education, and project complexity. List the projects which best illustrate the experience of the firm and current staff which is being assigned to this project. (List no more than 10 projects, nor projects which were completed more than 10 years ago.) Indicate which, if any, projects were funded through the State s Special Facility Construction Funding program. List each project separately. 1. Name and location of the project. 2. The nature of the firm s responsibility on this project (i.e., General Contractor, Construction Management, Design Build) 3. Project owner s representative name, address, and phone number 4. Project user agency s representative name, address, phone number and e-mail address 5. Date project was completed or is anticipated to be completed Identify the contractual current status of the project, substantial date, and actual completion date. 6. Size of project (gross sq. ft. of construction) 7. Cost of project (construction cost) Original cost and final cost, number of change orders, nature of change orders. 8. Work for which the staff was responsible 9. Present status of this project 10. Project Manager and other key professionals on listed project and who, from that staff that would be assigned to this project throughout the duration of this project. 11. Experience with hurricane hardened structures. III. FINANCIAL CAPABILITY A. The firm s financial capability is to be expressed in the financial statement, and should indicate the resources and the necessary working capital to assure financial stability through the completion of the project. The financial capability should also include the bonding capacity of the firm. (The firm will be required to bond on Guaranteed Maximum Price (GMP). 3
B. Provide verification of bonding capacity of $45 million dollars by a Florida licensed Surety Company in Best Rating of A or better with a financial class size of at least XV. IV. SCHEDULING AND COST CONTROL This project will be funded through the State of Florida s Special Facility Construction Fund. As such, there will be some special considerations; most notably is the nature of the funding. Funds will likely be dispersed over a three (3) year funding period, starting in the State s upcoming Fiscal Year 2015 (July 1, 2014). A. Outline your firm s experience with projects that had similar funding constraints / requirements. Specifically discuss how the schedules for those projects were developed. Provide examples. B. Given the funding schedule, describe how your firm will control cost throughout the entire duration of construction (FY 2015 FY 2017). Specifically discuss how you firm will hold subcontractor and material pricing from the time the Guaranteed Maximum Price (GMP) proposal is submitted through the completion of the project. C. Describe techniques and provide specific examples of how your firm controls cost and holds to the Architect s and Owner s specifications the throughout a project. The firm s scheduling system and cost control system should be described. Methods for assuring subcontractors adherence to schedules should be highlighted. A comparison of the firm s project profile should indicate their ability to hold to original schedules and budgets. A. Do you use or provide computer generated schedules for the management of construction? B. To what level of detail should a construction schedule be defined? How do you schedule the processing of shop drawings? C. How do you coordinate development of schedule information from subcontractors? D. State experience in handling crew loading and coordinate construction scheduling. E. State your experience in cost loading of schedules. F. Attach a sample schedule which best illustrates your overall scheduling capabilities. V. CONSTRUCTION MANAGEMENT SERVICES This project will rely on the expertise of the District s design consultants as well as the Construction Manager (CM). Please describe how your firm delivers CM Services and how you will work with District staff and their design consultants to deliver the project. Specifically highlight the following: A. Budget Estimating (Conceptual, Design Development, Construction Documents). Describe how estimates are developed and how they are tracked relative to earlier versions. Discuss your firm s reliance on in-house capabilities vs. RS Means vs. subcontractor pricing. B. Document Review / Coordination. C. Value Engineering. What is your firm s approach to evaluating and identifying value engineering options? 4
D. Quality Control. Describe your firm s approach to quality control. E. Change Management. Describe how your firm handles changes in the work. F. Project Accounting. Specifically define how your firm handles Owner Direct Purchase. G. Accountability. Discuss how your firm provides transparency and accountability throughout the entire project. H. Close-out / Warranty. VI. OFFICE STAFF This parameter expresses A. Name and title B. Job assignment for other projects C. Percentage of time to be assigned full time to this project D. How many years with the firm E. How many years with other firms F. Experience 1. Types of projects 2. Size of projects (dollar value and sq. ft. or project) 3. What were the specific project involvements G. Education H. Active registration I. Other experience and qualifications that are relevant to this project J. Note which projects were fast tracked or phased K. Describe the capabilities of your staff to provide the technical services required for: 1. Options analysis 2. Design review 3. Budget estimating 4. Value Engineering 5. Life cycle cost analysis 6. Construction scheduling 7. Quality control (Design and Construction) 5
8. Constructability analysis 9. Cost Control 10. Change Order negotiation 11. Claims management 12. Project close-out 13. Transition planning 14. Security systems L. Show the organization chart as it relates to the project indicating key personnel and their relationship. It should be understood that it is the intent of the School Board of Levy County to insist that those indicated as the project team in this RFQ response actually execute the project. M. Develop a chart of individual staff members to be assigned responsibilities and appropriate number of days to be provided for each staff member. N. If a joint venture or prime/subcontractor arrangement of two firms, indicate how the work will be distributed between the partners and how warranty issues will be handled. O. Describe how the organizational structure will ensure orderly communications, distribution of information, effective coordination of activities, and accountability. P. Describe the functions and capability of your computer-based project management and information system. Q. What is the primary location of the firm office which will have direct responsibility for this project? VII. INTERVIEWS After the firms have been evaluated, based on our written applications, the three (3) firms with the highest scores will be chosen to make presentations to the School Board of Levy County on February 18, 2014 beginning at 9:00 am. Time will be allowed for questions and answers after the presentation. The selected firms will be expected to address the following: A. References The recommendation of previous owners and architects B. Knowledge of the Sites and Local Conditions C. The firm should demonstrate knowledge of the sites, local codes and ordinances, and local subcontractors and suppliers as an indication of their ability to deliver quality workmanship in an effective and timely manner. D. Proposed Project Staff and Functions 6
The firms should name the actual staff to be assigned to this project, describe their ability and experience, and portray the function of each within their organization and their proposed role on this project. The staff should be present at the interview. VIII. QUESTIONS Any questions concerning the RFQ should be directed in writing to School Board of Levy County. All requests for information shall be submitted no later than seven (7) days prior to the RFQ receipt date in writing to Jeff Edison, Assistant Superintendent of Administration, (e-mail: edisonj@levy.k12.fl.us or Fax number 352-486-5237. Only the interpretation or correction so given by Jeff Edison in writing shall be binding, and prospective firms are advised that no other source is authorized to give information concerning, or to explain or interpret the RFQ and the selection process. All such interpretations and supplemental instructions will be in the form of written Addenda to the RFQ. A. Selection committee members, school board members, and school board personnel (except Jeff Edison) are not to be contacted prior to the School Board s decision to approve or reject the final recommendation presented to it by the Superintendent. At the discretion of the School Board of Levy County, failure to comply with this requirement will be grounds for disqualification. B. Specifically, this NO-CONTACT PERIOD shall commence on the initial date of the advertisement for Request for Qualifications and continue through and include the date the Levy County School Board makes its determination to approve or reject the final recommendations. 7
REFERENCE REQUEST The School Board of Levy County is in the process of evaluating proposals for Construction Management Services. The firm listed below has provided your name as a contact person who is knowledgeable about work they have performed for your organization. Your completion of this reference questionnaire will help us in the selection process of a Construction Management firm who will provide quality services for our district. Name of person providing Reference: Name of Organization: Name of Reference Organization: Type of services to be performed: Return date: Type of Work Performed Dollar amount of work performed for your district:. Date in which project was performed:. What category did your project fall under? (Please check appropriate service provided) Construction Management Services Remodeling General Contractor New Construction Renovation Design Build REFERENCE QUESTIONS Company: Please check the appropriate rating Performance Element Excellent Good Average Deficient 1. Ability to manage work and work of subcontractors 2. Cooperation with owner 3. Quality of material and workmanship 4. Timely performance 5. Cost control measures 6. Your overall satisfaction with work Comments: Name and Title of person completing reference Name: Name of Organization: Title: Date: Please return by FAX to: Jeffery R. Edison Assistant Superintendent of Administration FAX: 352-486-5237 e-mail: edisonj@levy.k12.fl.us THANK YOU FOR YOUR TIME AND HELP 8