REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)



Similar documents
Eanes Independent School District

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

SUBCONTRACTOR S QUALIFICATION STATEMENT. Give complete answers to the following questions (attach additional pages if necessary).

1. PROJECT DESCRIPTIONS.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations.

ATLANTA PUBLIC SCHOOLS

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES)

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

BOROUGH OF KENILWORTH

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

CITY OF BONITA SPRINGS, FLORIDA RFP #

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Tax Credit Consultant

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print)

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

COUNTY OF UNION, NEW JERSEY

NOTICE TO CM/GC Companies

Mid Michigan Community College

Construction Management At-Risk

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

INVITATION TO BID EOE

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUOTES (RFQ)

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

Each interested firm shall submit the following information: 4 Experience related to representation of public entities;

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL/EUS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

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

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

TOWNSHIP OF BERKELEY HEIGHTS

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

PROPOSAL FOR RISK MANAGEMENT CONSULTANT

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

BOROUGH OF LITTLE SILVER COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL / QUALIFICATIONS BOROUGH ATTORNEY

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013.

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

REQUEST FOR PROPOSALS HIGHLAND PARK HOUSING AUTHORITY INSTALLATION AND MONITORING OF A WIRELESS MEDICAL ALERT SYSTEM

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY Tara Rowley, RMC Municipal Clerk

REQUEST, SOLICITATION AND INVITATION FOR PROPOSAL FOR THE POSITION OF MEDFORD TOWNSHIP SCHOOL DISTRICT BOARD OF EDUCATION

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Sterling High School Board of Education Somerdale, New Jersey

IDALIA SCHOOL DISTRICT RJ-3 REQUEST FOR QUALIFICATIONS (RFQ) CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING (CM/GC) SERVICES DECEMBER 14, 2011

All necessary documents can be downloaded from the official Guttenberg website,

NORTHERN VALLEY REGIONAL HIGH SCHOOL DISTRICT 162 KNICKERBOCKER ROAD DEMAREST, NJ BROKER FOR SCHOOLS PROPERTY & CASUALTY INSURANCE PROGRAM

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

CONSTRUCTION CONTRACT NO. T F

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT

MAGNOLIA BOARD OF EDUCATION 801 Preston Ave Suite D Somerdale, New Jersey 08083

PITTSBURG UNIFIED SCHOOL DISTRICT

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

Borough of Jamesburg

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

St. Andrews Public Service District

State of North Carolina Prequalification Form for Prime Contractor

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

REQUEST FOR PROPOSALS

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM

1. Provide advice and opinions regarding workers compensation issues, as needed;

Transcription:

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 for Qualifications Construction Manager at Risk Pursuant to the provisions of the Texas Local Government Code, Subchapter H of Chapter 271, it is the intent of the City of Katy to select, via this Request for Qualifications, a Construction Manager at Risk for the purpose of constructing new facilities within the City of Katy. This selection shall be accomplished in a two-step process as described in the RFQ. The primary work proposed in this Program will be as follows: New Katy Fire Station #2 Kingsland Blvd. near Katy Main Street Katy, Texas The total construction budget is estimated to be approximately $ 3,000,000. The Architect for the Katy Fire Station #2 is: Slattery Tackett Architects, LLP 730 North Post Oak Rd., Suite 200 Houston, Texas 77024 (713) 521-0591 David Slattery, AIA ( david.slattery@slatterytackett.com ) Questions regarding the project, and this RFQ should be addressed to the Architect. Responses to the RFQ shall be submitted in the format and sequence prescribed. Supplementary materials that further describe the Proposer s capabilities and experience may be submitted in an Appendix. Eight (8) bound copies and one (1) electronic copy on CD/DVD of your Qualifications (Step One) shall be clearly labeled Statement of Qualifications - Construction Manager at Risk, sealed and submitted to: City Secretary City of Katy 910 Avenue C Katy, Texas 77493 (281) 391-4800 Qualifications must be received no later than 3:00 PM on Monday, August 24, 2015. Late responses will not be considered. The City will publicly open and read aloud the names of the Proposers. An advisory group designated by the City of Katy will evaluate and rank each submittal in relation to the weighted selection criteria. The advisory group will forward the evaluations and recommendations to the City Council who will have the final authority to award the Construction Manager at Risk Contract. Katy Fire Station #2 August 13, 2015 Page 2 of 17

TABLE OF CONTENTS Section One: Section Two: Section Three: Section Four: Section Five: Section Six: Section Seven: Section Eight: Section Nine: Section Ten: Schedule Summary Submission Requirements for Contractor Qualification Statement Criteria and Schedule for Selection Project Information and Schedules Pre-construction and Construction Services Requirements Felony Conviction Notification Conflict of Interest Statement Proposal Evaluation Waiver Affidavit of Non-discriminatory Employment Resident/Non-resident Certification Katy Fire Station #2 August 13, 2015 Page 3 of 17

SECTION ONE Schedule Summary Step One Legal Advertising for the RFQ August 6, 2015 Legal Advertising for the RFQ August 13, 2015 Issue RFQ August 13, 2015 Pre-submission Conference August 18, 2015 Last Day for Inquiries and Clarifications August 20, 2015 Request for Qualifications Due August 24, 2015 Open and Read Names of Proposers August 24, 2015 Step Two Issue Requests for Proposals to Short Listed CM Firms September 1, 2015 Request for Proposal Due September 9, 2015 Presentations by Short Listed CM Firms September 9, 2015 City Council Approval of Selected Construction Manager September 14, 2015 SECTION TWO Submission Requirements for Contractor Qualification Statement Submit the information below, in the sequence and format shown. 2.1 Firm Information A. Name of firm. B. Principal office address. C. Telephone and facsimile numbers. D. Business organization (Corporation, Partnership, LLP, Individual, Joint Venture, etc.). E. Year founded. F. Primary Contact. 2.2 Organization A. List the number of years your organization has been in business as a Contractor. B. List the number of years your organization has been in business under its current name. C. List any former names of your organization. D. If your organization is a corporation, please list: 1. Date of incorporation 2. State of incorporation 3. Officer s names E. If your organization is a partnership, please list: 1. Date of organization 2. Type of partnership 3. Partner s names F. If your organization is individually owned, please list: 1. Date of organization 2. Owner s name Katy Fire Station #2 August 13, 2015 Page 4 of 17

G. If your organization s structure is different than that listed above, please list: 1. Date of organization 2. Form of organization 3. Principal(s) name(s) 2.3 License A. List jurisdictions and trade categories in which your organization is legally qualified to do business. List any applicable registration or license numbers. B. List jurisdictions in which your organization s partnership or trade name is filed. 2.4 Experience A. List any categories of work you normally perform with your own forces. B. List any subcontractors or suppliers in which you have ownership. List the categories of work these subconctractor/suppliers normally perform. C. Claims and suits: 1. Have you failed to complete any work awarded to your company? 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your organization or its officers? 3. Have you filed any lawsuit or arbitration request regarding any construction contracts within the past five years? 4. Provide a detailed response if you answered yes to any of the above items. D. Has any officer or principal of your company failed to complete a construction contract during the past five years? If yes, provide a detailed response. E. Has any officer or principal of your company failed to complete a construction contract while serving as an officer or principal of another organization in the past five years? If yes, provide a detailed response. F. Provide a list of all projects you currently have in progress. Indicate project name, location, contract amount, percent complete, and scheduled completion date. G. Work load: 1. What is your anticipated in-progress project work load at the start of the estimated construction period for this project, which is expected to begin approximately March 1, 2016? (Dollar amount response is sufficient) 2. What is your anticipated project work load under contract at the start of the estimated construction period for this project? 3. Add anything else related to your work commitments which you think will aid the Owner in the selection process. H. Provide information and description of a representative project completed within the past three (3) years, or in progress, which is similar in scope, size and complexity to the City of Katy Fire Station #2 project. 2.5 Financial Information A. Please provide a current financial statement, preferably audited, inclusive of balance sheet and income statement with the following items: 1. Current assets 2. Net fixed assets 3. Other assets 4. Current liabilities Katy Fire Station #2 August 13, 2015 Page 5 of 17

5. Other liabilities 6. Proof of Worker s Compensation Insurance limits and amounts. B. Provide name and address of the firm which prepared the audited financial statement and the date prepared. C. Should the requested financial statement not be for the same organization identified in Item 2.1, provide an explanation of the relationship and financial responsibility of the organization for which the statement is provided (parent company, subsidiary company, etc.). D. Will the organization listed on the financial statement act as a guarantor of the construction contract? E. Provide name, address, and telephone number for your company s bank reference. F. Provide name, address, and telephone number for your company s bonding company and its agent. 2.6 Construction Manager at Risk Experience A. Describe your approach in working with the Owner and Architect during the design, documentation and construction of projects utilizing the Construction Manager at Risk delivery method. B. Describe your methods for estimating costs and developing schedules during the design and documentation phases of construction projects utilizing the Construction Manager at Risk delivery method. C. Provide a sample of conceptual and final cost estimates developed for one of your completed projects. Complete information that illustrates the format and content of the cost estimate is to be provided. D. Please explain your proposed method for disposition of savings realized during construction. Will the full amount of savings be returned to the Owner? E. Describe your company philosophy for cost contingencies during design and construction. Are any contingency monies returned to the Owner at the completion of the project? F. What is your company s philosophy regarding availability of cost information to the Owner and Architect during the design and construction phases of the project? 2.7 Personnel A. Provide a resume and description of experience for the person(s) who will serve as Project Manager for the Project. Include the number of years in the construction industry, and the number of years with your firm. B. Provide a resume and description of experience for the person(s) who will serve as Project Superintendent for the Project. Include the number of years in the construction industry, and the number of years with your firm. C. Provide a resume and description of experience for the person who will serve as Estimator for the Project. Include the number of years in the construction industry, and the number of years with your firm. D. Provide a resume and description of experience for any other person(s) who will serve as a key member of your team. Please provide an explanation of their role in the project. Include the number of years in the construction industry, and the number of years with your firm. E. Provide a list and brief project description of projects for which your proposed project team has worked together. F. Please provide a letter, signed by an officer of the firm confirming that if your company is selected as the Construction Manager, the proposed personnel will be available to fulfill their respective roles for the entire duration of the project. Katy Fire Station #2 August 13, 2015 Page 6 of 17

2.8 Safety and Insurance A. Please describe your safety program. 1. Do you have a dedicated safety officer? 2. Include your Workers Compensation modifier B. Please provide OSHA records, recordable and printable, for the past three (3) years. C. Please describe your normal insurance coverages for general liability, automobile liability, excess liability, worker s compensation and employer s liability, and other insurance coverages. A current certificate of insurance will be sufficient. Please be aware that you will need to provide a certificate of insurance naming the Owner and the Architect as additional insured prior to starting construction. D. What insurance coverages do you require your subcontractors to carry? Are all subcontractors required to carry this? 2.9 Project Information and References A. Provide reference information for ten (10) current or completed projects as follows: 1. Project name, cost and status (complete, or percent complete). 2. Name of key personnel (project manager, superintendent, estimator, etc.) associated with the referenced project. 3. Owner s name, address, email address, telephone and facsimile numbers. 4. Owner s representative name, address, email address, telephone, facsimile numbers, if different from above. 5. Architect s name, address, email address, telephone and facsimile numbers, and representative contact. 6. Project delivery method. 7. References for projects of similar scope, complexity, and value are preferred. 8. A minimum of five (5) of the references must be for completed projects. 2.10 Owner and Construction Manager Agreement A. The Contract for the Project will be AIA Document A133-2009 Edition, Standard form of Agreement Between Owner and Construction Manager as Constructor. Please list any exceptions or issues your company would raise relative to this document. The City reserves the right to make changes needed to this Contract and as agreed upon by both parties. 2.11 44.034 Notification of Criminal History of Contractor A. A person or business entity that enters into a contract with a governmental entity must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. B. A governmental entity may terminate a contract with a person or business entity if it determines that the person or business entity failed to give notice as required by the Subsection (a) or misrepresented the conduct resulting in the conviction. The governmental entity must compensate the person or business entity for services performed before the termination of the contract. C. This section does not apply to the publicly held corporation. D. Added by Acts 1995, 74th Leg., ch. 260, ss. I, eff. May 30, 1995. E. All Proposers must complete the enclosed Felony Conviction Notification document and submit the document with your Proposal. Katy Fire Station #2 August 13, 2015 Page 7 of 17

SECTION THREE Selection Process 3.1 Submission Instructions A. Submission due dates and location: Step One: 3:00 PM August 24, 2015 at City of Katy City Hall, 910 Avenue C, Katy, Texas 77493. Step Two: 3:00 PM September 9, 2015 at City of Katy City hall, 910 Avenue C, Katy, Texas 77493 B. Any submission not prepared and received in accordance with provisions stated herein, will be considered an informal submission and any, or all of the submission may be rejected. 1. Submit eight (8) copies and electronic file on CDROM/DVD of your Qualifications (Step One) addressed to: Missy Bunch, City Secretary City of Katy 910 Avenue C Katy, Texas 77493 C. Format for your Step One submittal responding to this Request for Qualifications shall include the following information in the sequence and format prescribed: 1. Contractor Qualification Statement (Section Two) 2. Felony Conviction Notice 3. Conflict of Interest Statement 4. Proposal Evaluation Waiver 5. Affidavit of Non-discriminatory Employment 6. Resident/Non-resident Bidder Certification 7. Supplementary materials further describing the unique capabilities and experience of the firm may be submitted in an Appendix. 3.2 Selection Process (Step One) A. The selection process for this Project will be accomplished in a two-step process as provided in the Texas Local Government Code, Subchapter H of Chapter 271-Section 271.118. B. The City will receive, publicly open, and read aloud the names of the offerors submitting a response to the Request for Qualifications. C. No fees or prices are requested, and no fees or prices associated with this project shall be submitted with this Statement of Qualifications (Step One). D. Within seven days after the date of opening the Qualifications, the City will evaluate and rank each submission in relation to the criteria set forth in the request for Construction Manager at Risk qualifications. E. A selection advisory group appointed by the City of Katy City Council will consist of representatives from the City of Katy and the Design Team. F. Submissions will be evaluated and ranked by the selection advisory group. The ranking is based upon the criteria and weights indicated in Paragraph 3.4. 3.3 Selection Process (Step Two) A. A short list of five or fewer Construction Manager Proposers will be determined by the selection advisory group, solely on the basis of qualifications. The short-listed firms will be notified and invited to submit additional information (response to the Step Two Request for Proposal), including the construction manager-at-risk's proposed fee and its price for fulfilling the general conditions. Katy Fire Station #2 August 13, 2015 Page 8 of 17

B. The Proposals will be evaluated to determine the best value to the Governmental Entity by the selection advisory group based upon the following criteria: 1. Cost of services and work. 2. Capabilities of the Proposer to effectively perform the Work. 3. Team Interviews may be required to complete the evaluations. C. The final selection of a Construction Manager at Risk for this Project will be based on a combined evaluation of qualifications and cost of services to determine the best value to the Governmental Entity. The Governmental Entity reserves the right to waive any informality and to reject or accept any or all Proposals. 3.4 Evaluation Criteria Per the Texas Local Government Code, Subchapter H of Chapter 271-Section 271.113, the governmental entity will consider the following criteria in determining to whom to award the contract: A. The Purchase Price (Step Two) (20%) 1. The Contractor s proposed fee. 2. The Contractor s proposed pre-construction services fee. 3. The Contractor s proposed estimated general conditions costs. B. The reputation of the vendor and the vendor s work or services (10%) 1. The number of years in business under current name. 2. The experience of the Contractor in providing management services for municipal facilities of comparable size, complexity and cost. 3. The Contractor s experience in providing the type of construction services (CMAR) being considered by the City. 4. The Contractor s reputation in meeting schedules. C. The quality of the vendor s work and services (20%) 1. The firm s reputation in the marketplace. 2. Informative and useful cost estimates. Are the initial and final estimates consistent in content and format? 3. The firm s safety record and insurance coverages. D. The extent to which the work and services meet the governmental entity s needs (20%) 1. Appropriate project experience and capabilities of the Contractor s proposed project manager. 2. Appropriate project experience and capabilities of the Contractor s proposed project superintendent. 3. Previous experience of the Contractor s proposed project team (project manager and superintendent) working together on projects. 4. Contractor s anticipated time duration for construction the Project. E. The vendor s past relationship with the governmental entity and the Architect (10%) 1. Has the Contractor previously provided services to the City? If yes, were those services and work satisfactory? 2. Has the Contractor previously worked on a project with the Architect? If yes, were the work and services satisfactory? F. The impact on the ability of the governmental entity to comply with laws and rules relating to historically underutilized business (5%) G. The total long-term cost to the governmental entity to acquire the vendor s goods and services (10%) 1. Percentage of any savings realized during construction are returned to the City. 2. Percentage of any unused contingency monies is returned to the City. Katy Fire Station #2 August 13, 2015 Page 9 of 17

3. Contractor s ability to provide accurate cost estimating. 4. Contractor s philosophy regarding cost contingencies. 5. Contractor s philosophy regarding General Conditions costs. H. Any other relevant factor specifically listed in this Request for Proposals (5%) 1. Reference response(s) from Architects and Owners who have utilized this contractor on similar projects. 2. Reference response(s) from Architects and Owners who have utilized this contractor on similar projects indicating they would use them again for future work. 3. Location of the Contractor s office and operations in-state. SECTION FOUR Project Information Following is a general description of the Project scope for the City of Katy Fire Station #2. Refer to the attached schedule sheet for additional information. 4.1 New City of Katy Fire Station #2 A. Construction of the new City of Katy Fire Station #2 totaling approximately 13,000 square feet. B. Site development and amenities associated with the fire station. C. Construction budget: Approximately $3,000,000. D. Anticipated construction start date: Approximately March 1, 2016. NOTE: SCOPE OF WORK, SCHEDULES, AND FINAL BUDGETS SHOWN ARE SUBJECT TO CHANGE. SECTION FIVE Pre-construction and Construction Services Requirements 5.1 Pre-construction Services A. Pre-construction services shall include all items listed in this section of the RFQ document as a minimum: 1. Assist the Owner and Architect with establishment of project goals and priorities. 2. Establish overall Project budget. 3. Establish procedures for decision-making, project reviews, etc. 4. Assist the Owner and Architect in development of an outline that identifies responsibilities of the Owner, Architect, Construction Manager, Contractor and Third Parties. 5. Develop an overall management plan identifying critical design and construction decisions or dates in order to accomplish the Project objectives. B. Schematic Design: 1. Review Schematic Design documents. 2. Review project site conditions. 3. Conduct scope and systems review sessions with the Owner and Architect. 4. Consult with Owner and Architect on systems, materials, etc. relative to constructability, cost, and schedule. Katy Fire Station #2 August 13, 2015 Page 10 of 17

5. Review Schematic Design documents to identify potential phasing issues or potential conflicts while maintaining existing daily operations. 6. Prepare and submit an overall project schedule with key milestones and critical dates. 7. Prepare and submit a cost estimate for construction. 8. Attend meetings with the Owner, Architect, and City Council for review and discussion of the Project. C. Design Development: 1. Conduct progress review of Design Development drawings at approximately 75% completion. 2. Conduct scope and systems review with the Owner and Archtitect. 3. Consult with Owner and Architect on systems, materials, etc. relative to constructability, cost and schedule. 4. Revise and update the overall project schedule. 5. Discuss and determine any pre-bid or project phasing packages. 6. Prepare a market analysis regarding local suppliers and materials. 7. Prepare a site utilization study for allocation of space for storage, security/construction fencing, parking, temporary facilities, and other related items. 8. Assist the Architect in preparation of Outline Specifications pertaining to material and product selections. 9. Prepare a cash flow analysis for the Project. 10. Prepare a detailed cost estimate based on the completed Design Development drawings organized in CSI Master-format divisions. 11. Assist in the identification and development of items for inclusion as an Alternative Proposal. 12. Assist the Architect with outline specification, cost estimate, and phasing information to be included as part of the Design Development presentation to the Owner. 13. Attend meetings with the Owner, Architect, and City Council for review and discussion of the project. D. Construction Documents: 1. Consult with Owner and Architect on means and methods for construction. 2. Provide constructability reviews of Construction Documents. 3. Assist with finalization of phasing plans, site utilization, Alternate Proposal items, etc. 4. Assist with the coordination and scope of any pre-proposal or phasing packages. 5. Assist with contract and general requirements information of the Project Manual. 6. Revise and update the overall project schedule. 7. Conduct progress review of Construction Documents with Owner and Architect at 50% and 95% completion milestones. 8. Prepare detailed cost estimates organized in CSI Master-format at 50% and 95% completion milestones with input from subcontractors for major components of the work. 9. Assist with finalization of contingency and other allowances for inclusion in the Project Manual. 10. Identify items for which monies should be included in order to ensure project completeness. 11. Attend meetings with the Owner and City Council for review and discussion of the project. 12. Assist the Owner and Architect with other items as required. E. Proposals/Guaranteed Maximum Price (GMP): 1. Contact interested subcontractors/vendors. 2. Issue Construction Documents for pricing by subcontractors/vendors. 3. Assist the Architect with identification of items requiring additional information or clarification. Katy Fire Station #2 August 13, 2015 Page 11 of 17

4. Issue Addenda with the assistance of the Architect. 5. Conduct Pre-proposal conference. 6. Receive pricing from subcontractors/vendors. 7. Finalize pricing received from subcontractors/vendors for review by the Owner and Architect. 8. Provide cost analysis or value engineering if required. 9. Establish the Guaranteed Maximum Price. 10. Attend meetings with the Owner and City Council for review and discussion of the Project. 11. Assist the Owner and Architect with recommendation for award of GMP. 12. Provide updated cash flow analysis based on GMP and final schedule. 13. Provide a detailed project schedule. 5.2 Construction Services A. Provide all required work including materials, labor, services, personnel, and equipment for the management, documentation, and construction of the Project. Contract forms used will be AIA A133 and A201. B. Conduct bi-weekly progress meetings with the Owner and Architect. C. Provide monthly status reports and updated schedules. D. Provide Change Order management and control. E. Establish and execute a quality management program. F. Attend meetings with the Owner and City Council for review and discussion of the Project. G. Provide post construction closeout and warranty services as required by the Construction Documents. H. Provide 1-year warranty review with Owner and Architect and correct any deficient work. Katy Fire Station #2 August 13, 2015 Page 12 of 17

SECTION SIX Felony Conviction Notification City of Katy New Katy Fire Station #2 Statement of Affirmation The undersigned affirms that he or she is duly authorized to provide this information by the person(s) or business entity making the proposal and that the information provided below concerning felony convictions has been personally and thoroughly reviewed, and verified, and is therefore current, true and accurate to the best of my knowledge. Firm Name: Address: A. My firm is publically held corporation, therefore, this reporting requirement is not applicable. B. My firm is not owned nor operated by anyone who has been convicted of a felony. C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony. Name of Felon(s): Details of Conviction(s): Please check A, B, or C above and sign below. Proposer s Name Position/Title Proposer s Signature Date Subscribed and sworn to me this day of, 20 Notary Public My Commission Expires NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH STEP ONE (QUALIFICATIONS) BY 3:00 PM AUGUST 24, 2015. Katy Fire Station #2 August 13, 2015 Page 13 of 17

SECTION SEVEN Conflict of Interest Statement NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH STEP ONE (QUALIFICATIONS) BY 3:00 PM AUGUST 24, 2015. Katy Fire Station #2 August 13, 2015 Page 14 of 17

SECTION EIGHT Proposal Evaluation Waiver By submitting a response to this Request for Qualifications, the Proposer indicated below agrees to waive any claim it has or may have against the Owner, Architect, Engineers, Consultants and their respective employees, arising out of or in connections with the administration, evaluation or recommendation of any Proposal. The Proposer further agrees the Owner reserves the right to waive any requirements under the proposal documents or the Contract Documents, with regard to acceptance or rejection of any Proposals, and recommendation or award of the contract. Statement of Affirmation The undersigned affirms that he/she is duly authorized to execute this waiver by the person(s) or business entity making the proposal. Firm Name: Address: Proposer s Name Position/Title Proposer s Signature Date Subscribed and sworn to me this day of, 20 Notary Public My Commission Expires NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH STEP ONE (QUALIFICATIONS) BY 3:00 PM AUGUST 24, 2015. Katy Fire Station #2 August 13, 2015 Page 15 of 17

SECTION NINE Affidavit of Non-Discriminatory Employment Certifying Affidavit submitted to: Name of Municipality: Mailing Address: City of Katy 910 Avenue C Katy, Texas 77493 Project: New Katy Fire Station #2 STATE OF TEXAS COUNTY OF HARRIS AFFIDAVIT This Company, Contractor, or Subcontractor agrees to refrain from discrimination in terms and conditions of employment to the basis of race, color, religion, sex, or national origin and agrees to take affirmative action as required by Federal Statutes and Rules and Regulation issued pursuant thereto in order to maintain and insure non-discriminatory employment practices. STATE OF TEXAS COUNTY OF HARRIS Subscribed and sworn to me this day of, 20 Notary Public in and for Harris County, Texas My Commission Expires NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH STEP ONE (QUALIFICATIONS) BY 3:00 PM AUGUST 24, 2015. Katy Fire Station #2 August 13, 2015 Page 16 of 17

SECTION TEN Resident/Non-resident Certification FAILURE TO COMPLETE THE FOLLOWING INFORMATION WILL RESULT IN RFP DISQUALIFICATION As defined by Texas House Bill 620, a nonresident bidder means a bidder whose principle place of business is not in Texas, but excludes a Proposer whose ultimate parent company or majority owner has its principle place of business in Texas. I certify that my company is a resident bidder : Proposer s Signature Date If you qualify as a nonresident bidder, you must furnish the following information: What is your resident state? (The state your principle place of business is located). City: State: Zip Code: Company Name: Address: (a) Does your residence state require bidders whose principle place of business is in Texas to under bid bidders whose residence state is the same as yours by a prescribed amount or percentage to receive a comparable contract? Residence State means the state in which the principle place of business is located. YES NO (b) What is the amount or percentage? % I certify that the above information is correct. Proposer s Name Position/Title Proposer s Signature Date NOTE: THIS FORM MUST BE EXECUTED AND SUBMITTED WITH STEP ONE (QUALIFICATIONS) BY 3:00 PM AUGUST 24, 2015. Katy Fire Station #2 August 13, 2015 Page 17 of 17