Request for Qualifications Construction Management at Risk Services Bismarck Public Schools Bismarck, North Dakota December 1, 2014
Request for Qualifications Construction Management at Risk Services Bismarck Public Schools Bismarck Public Schools request statements of qualifications for Construction Management at Risk services for the athletic complex project to be located at Legacy High School. To receive the Request for Qualifications (RFQ) submittal instructions, please contact the Bismarck Public Schools Business and Operations Manager by either of the following methods: Mail: Business and Operations Manager Bismarck Public Schools 806 North Washington Street Bismarck, North Dakota 58501 Telephone: 701.323.4058 Fax: 701.323.4001 E-mail: Darin_Scherr@bismarckschools.org Questions regarding the content of the Request for Qualifications submittal instructions can be directed to the Business and Operations Manager, Darin Scherr (701.323.4058). Nine (9) copies of the completed response must be received no later than 2:00 p.m., Local Time, Wednesday, December 31, 2014, at the office of the Business and Operations Manager. Dated this 5 th day of December 2014 /s/ Darin Scherr Darin Scherr, Business and Operations Manager Bismarck Public School District #1 806 North Washington Street Bismarck, North Dakota 58501
Request for Qualifications Submittal Instructions Construction Management at Risk Services Bismarck Public Schools Bismarck, North Dakota December 1, 2014
I. INTRODUCTION Bismarck Public Schools request statements of qualifications for construction management services for coordination and construction for an athletic complex to be located at Legacy High School. II. SCOPE OF SERVICES a. This project is governed by the Bismarck Public School Board and has assigned the following people to serve on the committee that will make a recommendation to the full school board. Selection Committee 1. Matthew Sagsveen, Board Member 2. Karl Lembke, Board Member 3. Tamara Uselman, Superintendent 4. Darin M. Scherr, Business and Operations Manager 5. Jim Haussler, Activities Director 6. Jason Mittlestadt, Assistant Director of Facilities 7. James Devine, Architect 8. Lon Romsaas, Registered Engineer 9. Alvie Jarratt, Contractor b. A masterplan for the construction of the athletic fields and support buildings on the existing Legacy High School site, which is approximately 40 acres, was completed this fall to determine the layout and site amenities. The masterplan has defined the necessary site amenities, which include a combined synthetic turf football and soccer field, a synthetic track, track & field event venues, practice football fields, practice soccer field, a synthetic turf baseball field, a grass baseball field, a synthetic turf softball field, a grass softball field, multiple tennis courts, and patron parking. The site is broken into two main entry points, one serving the football field/track/soccer fields and the other serving the baseball and softball diamonds. The main entry to the football/track/soccer complex includes ticketing, concessions, and a restroom facility located south of the grandstands. The grandstands are designed to accommodate 3,500 fans. Atop the grandstands is a pressbox designed to accommodate the viewing of all sports on the field. Below the pressbox is a storage room for the facility. Nestled between the gameday baseball diamond, and the football field, is another restroom facility which serves both venues, as well as providing additional storage for the facility. The entrance serving the baseball and softball diamonds also includes a ticketing booth, restroom facility, and concessions. The remainder of the buildings on the site
include dugouts for baseball and softball, as well as a press box and storage, located at the baseball diamond. A copy of the preliminary site layout is attached to this document. c. The project construction cost is currently estimated at $11,200,000. This estimate does not include A/E fees or Construction Management fees. d. The project is scheduled to commence in the spring of 2015. The project is currently scheduled to be broken into three phases to accommodate available funds by Bismarck Public School District. The phasing per the current masterplan is as follows: Phase One; General site improvements, turf football/soccer field, synthetic track, field lighting, parking lot, grass baseball field, grass softball fields, dugout structures for grass fields, shot put and discus, long jump/triple jump, and pole vault, East Entrance Building, partial site fencing, site utilities, and associated walks. Work for Phase One is anticipated to commence in the spring of 2015 and be complete in the fall of 2015. Phase Two; Turf baseball and softball fields, field lighting, dugouts for baseball and softball turf fields, West Entrance Building, site utilities, remainder of site fencing and associated walks. Work for Phase One is anticipated to commence in the spring of 2016 and be complete in the fall of 2016. Phase Three; Grandstand bleachers at football/soccer field, press box and storage building, North Restroom/Storage building, grandstands at baseball field, press box and storage at baseball field, bullpens at baseball field, bleachers for softball and baseball diamonds, tennis courts, tennis court lighting, and remainder of site walks and site utilities. Work for Phase One is anticipated to commence in the spring of 2017 and be complete in the fall of 2017. The development in each phase will be further refined by cost estimate analysis by the Construction Manager at Risk and available funds by the District. The amenities in each phase are subject to change based on budget and refined needs of the District. e. Subcontractor selection process will be discussed with the Construction Manager, the Architect and the Owner upon selection of the Construction Manager. f. Formal interviews will be held if needed. It is the intention of the selection committee to interview up to three firms.
g. The contract for the work shall be AIA Document A133-2009 Owner/Construction Manager as Constructor Agreement Cost of Work Plus Fee with GMP. The requirements of AIA Document A201-2007 General Conditions of the Contract for Construction shall also apply to this Construction Management at Risk Contract. The Construction Manager at Risk (CMAR) responsibilities shall include cost estimating, development of schedules, oversight of the design process, review of drawings for constructability and coordination, and full construction responsibility. The Construction Manager at Risk shall hold all construction and trade contracts. The CMAR shall be able to construct portions of the project that they typically perform under their own forces, although the CMAR may be required to bid these portions of the work. Upon completion of the Contract Documents, all aspects of the project shall be competitively bid and the Construction Manager at Risk will prepare and submit a Guaranteed Maximum Price with Performance and Payment Bonds. The synthetic field turf and track material is contracted under a Cooperative Purchasing agreement between Bismarck Public School District and a turf manufacturer. The Construction Manager at Risk shall coordinate with the turf manufacturer and installer. h. The selection committee will make a recommendation to the full school board of the top firm based on a combination of proposals submitted in addition to the physical interview of the firm. i. A masterplan of the site layout, including preliminary floor plans of the support buildings is attached to this proposal. A general Geotechnical report for the site is available. Additional site borings specific to the building and field locations is currently in proposal stage and will be available when completed. A site survey of the site has also been completed and has been utilized for preliminary site grading and layout. III. SUBMITTAL REQUIREMENTS AND SELECTION CRITERIA Bismarck Public Schools requests the following material for use in the selection of a professional construction management company: A. Past Performance a. Demonstrated experience and excellence in projects with comparable scale, complexity, and function. b. Proven capabilities for providing construction management services. Firms are asked to submit appropriate graphic material supporting comparable
projects as a Construction Manager, Design Build Contractor, or General Contractor (may be the same projects). B. Recent/Current and Projected Workload of the Person or Firm The selection committee shall evaluate the recent, current, and projected workload of the firm based on the following criteria: a. Agreement, unless prevented by circumstances outside of the firm's control, to retain the construction manager and other team members on the project until all work under this contract is complete. b. Availability of all personnel included in Section B. C. Related Experience on Similar Projects Recent Relevant Work: List up to three projects completed within the past five years, or currently under construction that most closely resemble this project. a. Firms are asked to submit examples of projects indicating: i. Name and phone number of Owner s representative ii. Name and phone number of Architect s representative iii. Name of your project manager D. Safety Record of the Person or Firm. E. Familiarity of the location Indicate your familiarity of the location of the project. F. Anticipated Fees and Expenses a. Indicate your intent to complete the Work within the negotiated fee and include general references where this has been accomplished. b. Present an outline of the basic work plan anticipated to accomplish the work. G. Compliance with State and Federal Law State your compliance with state and federal law. IV. PROCEDURES FOR SUBMISSIONS A. Construction Managers wishing to be considered shall submit nine (9) copies of their qualification materials no later than 2:00 p.m., Local Time, Wednesday, December 31, 2014, at the office of the: Business and Operations Manager Bismarck Public Schools 806 N. Washington Street Bismarck, North Dakota, 58501
B. Sequence of Events: The following represents the sequence of events contemplated in the qualification and selection procedure established for retaining an architect: Advertise for proposals December 5, 2014 Proposals due December 31, 2014 Review Responses and January 1 st 4 th, 2015 prepare shortlist Interview Selected Candidates Week of January 5, 2015 Recommendation January 12, 2015 to the School Board Selection Notification January 13, 2015 END OF REQUEST FOR QUALIFICATIONS
Firm evaluated: Date: Evaluator: A. Past Performance (25 points) Evaluate the firm for past performance based on the following: a. Demonstrated experience and excellence in projects with comparable scale complexity and function. b. Proven capabilities for providing construction management services. Firms are asked to submit appropriate graphic material supporting comparable projects as a Construction Manager, Design Build Contractor, or General Contractor (may be the same projects). Excellent (20-25 points) Very Good (13-19 points) Good (6-12 points) Fair (0-5 points) RFQ Response Interview Comments: B. Recent/Current and Projected Workload of the Person or Firm (25 points) Evaluate the recent, current, and projected workload of the firm based on the following criteria: a. Agreement, unless prevented by circumstances outside of the firm s control, to retain the construction manager and other team members on the project until all work under this contract is complete. b. Availability of all personnel included in Section B. Excellent (20-25 points) Very Good (13-19 points) Good (6-12 points) Fair (0-5 points) RFQ Response Interview Comments:
C. Recent Relevant Work: List up to five projects completed within the past five years, or currently under construction that most closely resemble this project. a. Firms are asked to submit examples of projects indicating: i. Name and phone number of Owner s representative ii. Name and phone number of Architect s representative iii. Name of your project manager. Excellent (20-25 points) Very Good (13-19 points) Good (6-12 points) Fair (0-5 points) RFQ Response Interview Comments: D. Company safety record (5 points) Excellent (4-5 points) Very Good (3 points) Good (2 points) Fair (0-1 points) RFQ Response Interview Comments: E. Familiarity of the location. (10 points) Indicate the firm s familiarity of location of the project. Excellent Very Good Good Fair (8 10 points) (5 7 points) (2 4 points) (0 1 point) RFQ Response Interview Comments:
F. Anticipated Fees and Expenses (5 points) Excellent (4-5 points) Very Good (3 points) Good (2 points) Fair (0-1 points) RFQ Response Interview Comments: G. Compliance with State and Federal Law (5 points) Excellent (4-5 points) Very Good (3 points) Good (2 points) Fair (0-1 points) RFQ Response Interview Comments:
BISMARCK PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT AT RISK POINT RECAP Maximum Submission Interview Total A. Past Performance 25 B. Recent/Current and Projected 25 workload C. Recent Relevant Work 25 D. Company Safety Record 5 E. Familiarity of the Location 10 F. Anticipated Fees 5 F. Compliance with State 5 and Federal Law 100 Ranking of Firm: 1 2 3 4 5 (circle one) Comments:
14 13 4 11 20 1 CONCRETE SIDEWALKS (PURPLE) 2 TURF FOOTBALL/SOCCER FIELD 3 SYNTHETIC TRACK 4 TURF BASEBALL FIELD 5 TURF SOFTBALL FIELD 6 EAST ENTRANCE BUILDING 7 NORTH RESTROOMS 8 GRANDSTANDS AND PRESS BOX 9 WEST ENTRANCE BUILDING 10 BASEBALL PRESS BOX AND STANDS 10 11 11 BASEBALL DUGOUTS 12 SOFTBALL DUGOUTS 7 13 TENNIS COURTS 14 GRASS SOCCER FIELD 19 19 15 GRASS PRACTICE FIELDS 16 2 8 16 GRASS BASEBALL FIELD 17 GRASS SOFTBALL FIELD 15 18 PARKING LOT 12 6 12 21 3 1 17 5 2 Legacy High School Bismarck Public Schools Athletic Fields - Site Plan Black TO Box Entrance NOT SCALE - Option 2 20 SHOT PUT 21 LEGACY HIGH SCOPE OF WORK 9 12 19 DISCUS 18 12.02.14
70'-0" 20'-0" 35'-0" 15'-0" 20'-0" CONCESSIONS 450 SF 24'-0" x 19'-4" FAMILY 70 SF 7'-3" x 10'-0" JANITOR 70 SF 8'-8" x 8'-4" 65'-0" VEST. 103 SF 6'-2" x 16'-8" MEN 672 SF 54'-5" x 12'-2" VEST. 103 SF 6'-2" x 16'-8" 35'-0" 5'-0" WOMEN 1050 SF 68'-0" x 15'-10" ENTRANCE GATES 10'-0" 10'-0" MECH'L/ELEC'L 144 SF 15'-4" x 9'-4" TICKETS 159 SF 17'-0" x 9'-4" 16 Scale: 3/32" = 1'-0" Preliminary - Not for Construction 30'-0" 35'-0" 5'-0" BPS Athletic Fields - East Entrance Building (3,234 SF) 12.2.14 N
40'-0" JANITOR 73 SF 5'-10" x 12'-6" MEN 338 SF 31'-7" x 10'-10" WOMEN 588 SF 38'-0" x 16'-10" 60'-0" MAIN ELEC'L 118 SF 8'-0" x 14'-8" STORAGE 715 SF 29'-4" x 24'-4" WATER ENTRY 73 SF 8'-0" x 9'-0 71 BPS Athletic Fields - North Restrooms and Storage Building (2,108 SF) Scale: 3/32" = 1'-0" 12.2.14 N Preliminary - Not for Construction
51'-8" 20'-0" 50'-0" 275'-0" SEATING FOR 3,500 1:12 1:12 81 59'-6" BPS Athletic Fields - East Grandstands & Press Box - Site Plan Scale: 1" = 20'-0" 12.2.14 N Preliminary - Not for Construction
20'-0" 23'-10" 20'-0" STORAGE 998 SF 23'-5" x 48'-0" CORRIDOR 78 SF 6'-10" x 11-5 COACH 125 SF 11'-0" x 11-5 50'-0" 39'-0" ELECTRICAL 85 SF 6'-0" x 14-0 MEDIA 166 SF 11'-10" x 14-0 STORAGE 869 SF 24'-2" x 48'-0" MECH'L/ELEC'L 148 SF 9'-11" x 14'-10" CORRIDOR 78 SF 6'-10" x 11-5 COACH 125 SF 11'-0" x 11-5 BPS Athletic Fields - East Grandstands & Press Box - First Floor Plan (2,041 SF) 81 82 Scale: 1/8" = 1'-0" N 12.2.14 Scale: 1/8" = 1'-0" BPS Athletic Fields - East Grandstands & Press Box - Second Floor Plan (687 SF) 12.2.14 N Preliminary - Not for Construction
38'-0" CONCESSIONS 243 SF 27'-0" x 9'-0" JANITOR 73 SF 8'-4" x 9'-0" MEN 345 SF 30'-0" x 10'-4" 45'-0" WOMEN 384 SF 30'-0" x 12'-0" 7'-5" 5'-0" ENTRANCE GATES TICKETS MECH'L/ ELEC'L STORAGE 93 SF 73 SF 124 SF 11'-2" x 8'-4" 8'-8" x 8'-4" 14'-10" x 8'-4" 91 BPS Athletic Fields - West Entrance Building (1,474 SF) Scale: 3/32" = 1'-0" 12.2.14 N Preliminary - Not for Construction
10'-0" 10'-0" MECH'L/ELEC'L 80 SF 8'-0" x 10'-0" 32'-0" 32'-0" PRESS BOX 240 SF 8'-0" x 30'-0" STORAGE 155 SF 8'-0" x 19'-4" BPS Athletic Fields - North Baseball Field Press Box & Grandstands - First Floor Plan (240 SF) 10 1 10 2 Scale: 3/32" = 1'-0" N BPS Athletic Fields - North Baseball Field Press Box & Grandstands - Second Floor Plan (240 SF) 12.2.14 Scale: 3/32" = 1'-0" 12.2.14 N Preliminary - Not for Construction
40'-0" 12'-0" DUGOUT 440 SF 38'-9" x 11'-4" TRENCH DRAIN 11 1 BPS Athletic Fields - North Baseball Field Dugouts (440 SF) Scale: 3/16" = 1'-0" 12.2.14 Preliminary - Not for Construction
36'-0" 8'-0" DUGOUT 254 SF 34'-9" x 7'-4" 12 1 BPS Athletic Fields - Softball and Baseball Field Dugouts (254 SF) Scale: 3/16" = 1'-0" 12.2.14 Preliminary - Not for Construction