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 or entities that are licensed as Public Works Construction Managers under Idaho Code 54-4501 et seq., and in good standing, to provide their qualifications to perform certain Construction Manager Representative ( CMR Services ) or Construction Manager/General Contractor ( CM/GC Services ) as determined by Independent School District No. 1. The scope of work will be to oversee the construction of one (1) bond project in Lewiston, Idaho. This request for qualifications is made in conformance with Idaho Code 67-2320. A. Project The District is planning to construct the following project for which CMR Services or CM/GC Services are required: Independent School District No. 1 and the District Board of Directors will be addressing the facility needs of their students in grades 9-12. Addressing this need will include either completing a full renovation, remodel, and additional facilities on the current Lewiston High School Campus located at 1114 9 th Ave, Lewiston, Idaho OR constructing new 1,500 student High School facility for grades 9-12, full athletic fields and associated components and complete site development on a District owned 80 acre parcel in Lewiston, Idaho. Preliminary designs and project budgets for either option have not been completed and it is the intent of the School District to have the selected Construction Manager be an integral team member with the District s Architectural and Engineering Design Team to determine appropriate cost estimating and project options. The architects for the project will be: Consulting Architects RGU Architecture Leatham Krohn Van Ocker Architects Robert Uhrich, Owner Amber Van Ocker (Principal Architect) 313 D. Street, Suite 200 2400 E. Riverwalk Drive Lewiston, Idaho 83501 Boise, Idaho 83706 B. Required Services (Scope of Work) Throughout the project, the Construction Manager shall provide the District with professional construction management services and represent the District s interests in having the project completed on time, within budget and as planned with a minimum of difficulties. It is anticipated that the AIA Document A132, 2009 Edition, Standard Form of Agreement Between Owner and Contractor, Construction Manager or Advisor, will form the basis of the agreement for services to be entered into for the project. CM Services shall include, but are not limited to, the following: 1
1. Design Phase 1.1 In conjunction with the District staff and Project Architect, develop a comprehensive management plan to include efficient procedures, responsibilities and contracting strategy for administration of the project, including contract compliance and insuring contract compliance. 1.2 Assist in establishing a detailed scope of work for all aspects of the project. 1.3 Provide preliminary project construction estimates and recommendations to the District. Provide detailed construction cost estimates upon completion of Schematic Design, Design Development, 90 percent complete Construction Documents and as requested by the District or Project Architect. 1.4 Assist in obtaining necessary agency reviews, approvals and construction or occupancy permits based upon final approved plans and specifications. 1.5 Develop combined or sequential bidding document packages for contractors and vendors. 1.6 Develop and maintain critical path schedules and responsibilities for all phases of the project. 2. BIDDING PHASE 2.1 Develop bidding strategies, prepare and/or modify bidding packages and assist in evaluating bids for compliance with project requirements and documents. 2.2 Develop bidding strategies that encourage the use of local contractors, suppliers, and workforce. 2.3 Prepare proper notices for solicitations of bids and advertise them in compliance with all applicable laws. 2.4 Review and make recommendations to the District for contracts to be awarded to each successful bidder. 3. CONSTRUCTION PHASE 3.1 With the Project Architect, conduct pre-construction meetings prior to each phase of construction with all bidders to which a contract has been awarded prior to commencement of construction. 3.2 Provide responsibility for the administration and scheduling of all construction contracts, quality assurance, and inspection requirements. Receive, evaluate and make recommendations to the District for disposition of all requests for payment made by persons or entities to whom contracts have been awarded. 3.3 Maintain cost control records and monitor costs to assure compliance with the budgets. Promptly advise the District and Project Architect of any work which threatens to exceed its budget. 3.4 Schedule, conduct and document weekly project coordination meetings to verify compliance with the overall project schedule. 2
3.5 Communicate all modifications in plans and specifications, and all proposed change orders for contracts awarded to all affected parties and make recommendations for disposition of all change orders to the District and Project Architects. 3.6 Establish and maintain a construction reporting and monitoring system including daily construction reports, shop drawing logs, photographs, inspection reports and requests for information. Maintain this information in three-ring binders or other acceptable container or format, for periodic review by the District and Project Architect. 3.7 Monitor construction workmanship and quality compliance and provide project progress reports to the District and Project Architect. 4. PROJECT COMMISSIONING 4.1 Develop a schedule for District move-in and occupancy. Coordinate delivery of District furnished equipment and furnishings as required. 4.2 Assist the District and Project Architect with final inspection and acceptance of the project. Obtain and verify all project guarantees, warranties, as-built drawings and manuals, and provide them to the District and Project Architect. 4.3 Assist in contracts and vendor-provided training of District personnel, as required per the project manual and construction documents. 4.4 Address all post occupancy warranty problems in a timely manner and oversee all contractor completion requirements with the District and Project Architect. C. RESPONSE, FORMAT, CONTENT AND EVALUATION CRITERIA Responses must include the following information in this sequence. Respondents are invited to include innovative methods and/or procedures, which they can provide to assist in ensuring successful completion of the project. Unique qualities and/or capabilities may be identified. Written Requirements for Responses to Request for Qualifications Possible Points 1. Cover Letter 0 2. Complete the CONSTRUCTION MANAGER INFORMATION as provided on 5 Part G 3. COMPANY PROFILE. Describe your firm s history, size, resources, philosophy 10 of service, usual volume of work, financial stability and basic construction management techniques and methods. Provide evidence of current bonding capacity. 4. PROJECT APPROACH. Describe your approach to providing the service outlines in Required Services. Discuss how you would provide leadership to facilitate teamwork and communications among all parties involved in the project covered by your response. Identify personnel to whom responsibility for the project will be assigned by names, titles, roles, qualifications, experience and resumes. Provide an organizational chart clearly illustrating proposed staffing. Identify and discuss how you propose to ensure contractors mobilize, perform 20 3
and complete their work as required by the contracts. Outline your methodology to involve local contractors, suppliers, and workforce for the project. 5. TOTAL PROJECT BUDGET CONTROL. Submit detailed information on one project where your firm provided and periodically updated construction cost estimates during project design and successfully tracked construction costs, including line item costs for each bid package, fees, permits, Construction Manager reimbursable items (broken out in detail), Construction Manager fees, Architect/Engineering fees and all other project costs. Show the total of actual end-of-job project costs versus pre-bid budget amounts. 6. SCHEDULING. Describe the primary scheduling techniques you will use and the software you will employ to produce an effective construction schedule. Provide examples of successful construction management and scheduling services provided on complex, multi-phase projects. Discuss in detail how you intend to enforce contract schedule compliance. 7. HOME OFFICE SUPPORT. Describe your home office support staff by name, position, hours worked per week and provide a flow chart of how pay requests will be received, approved and prepared for payment. 8. PAST PERFORMANCE. Name three (3) recent and relevant projects of similar size and scope to that of the District s project (school projects if possible) that you completed demonstrating your firm s ability to manage and complete projects within budget and on schedule. Include a current letter of reference from the owner of each project. Preference in assessing points will be given to those firms having school construction knowledge and experience and a prior successful work history in Idaho schools. 10 15 5 25 D. RESPONSE SUBMISSION PROCEDURES 1. This Request for Qualifications ( RFQ ) will be available on or after the 16th day of July, 2015, from: Independent School District No. 1 Attn: Lance Hansen, Assistant Superintendent 3317 12 th Street Lewiston, ID 83501 www.lewistonschools.net/ 2. Written responses to the RFQ will be accepted at the office of Independent School District No. 1, 3317 12 th Street, Lewiston, Idaho until 2:00 p.m. on the 14 th day of August, 2015. 3. Responses shall include fifteen (15) copies of the Construction Manager Information in Part G of this Request and any attachments. The original copies (single-sided 8 ½ x 11 numbered pages in at least twelve (12) point font) must be dated and signed by a duly authorized partner, member or corporate officer. Responses are to be sealed in an envelope/package and clearly marked Construction Management Proposal Lewiston Independent School District No. 1. 4. Responses shall include a copy of each submitter s current Construction Manager Idaho License and Certificate of Authority from the Idaho Secretary of State demonstrating that the submitter entity has a current construction manager license, is lawfully in existence and is in good standing with the State of Idaho. 4
5. Questions as to this RFQ must be addressed to: Amber Van Ocker, Project Architect, LKV Architects, 2400 E. River Walk Drive, Boise ID 83706. All questions must be made in writing and received at least five (5) days prior to RFQ submission deadline. E. SELECTION TIMELINES 1. RFQ s will be available commencing the 16 th day of July, 2015, from 7:00 a.m. to 3:30 p.m. Pacific Time of each business day at the address in D.1 above. 2. Deadline for receipt of responses is 2:00 p.m Pacific Time. on the 14th day of August, 2015 at the address provided in D.2 above. All proposals must be hand delivered (may be U.S. mail, UPS, FedEx or courier). No fax or email bids will be accepted. 3. The District Board of Directors and their designees will evaluate all responses. From this evaluation, the District may select a construction manager for the project or elect to interview certain submitters for the project. The Project Architect will present in an advisory non-voting capacity at all interviews. All persons or entities who submit responses to this Request for Qualifications will be notified when the District has chosen to hire a Construction Manager for the project, or has determined to submit a new Request for Qualifications. F. PROPOSAL GUIDELINES 1. The District will not be liable for any costs incurred in the preparation and production of a proposal or any work performed prior to the execution of a contract for Construction Manager Services. 2. All responses and other materials submitted will become the property of the District. 3. All information contained in the RFQ and acceptable provisions of the selected firm s response may be made a part of the contract for CM Services. 4. Upon the District s request, a respondent may be asked to submit additional information to supplement their response. 5. All resume contents must be guaranteed for sixty (60) days from the response submittal date. 6. The District reserves the right to: a. Waive any informalities or irregularities and reject any or all responses received as a result of this RFQ; b. Select all or part of a respondent s response; c. Negotiate changes in the scope of work or services to be provided; d. Conduct investigations required to determine the respondent s performance record and ability to perform the work specified as part of the RFQ; and e. Negotiate separately with any respondent in a manner deemed to be in the best interests of the District. 5
G. CONSTRUCTION MANAGER INFORMATION 1. Contact information for your firm s main office as follows: Firm Name: Mailing Address: Physical Address: 2. Name, title, address, telephone and fax number of the firm s officer responsible to the District for all work to be provided under this RFQ: Name/Title: Mailing Address: Physical Address: 3. Please check the appropriate box to identify the legal status of the entity making this proposal. Corporation Partnership Limited Liability Company Other (explain) 6
4. Contact information of the office where your project team will be located and from which the work for this assignment will be conducted, if different than #1 above. Firm Name: Mailing Address: Physical Address: 5. State the contact information for any surety used by your firm for payment and performance bonds during the past five (5) years. Company Name: Agent Name: Address: 6. State the contact information for your current insurance company(s) that provides or during the past five (5) years have provided coverage for your firm in the areas of liability, builder s risk and workers compensation. Company Name: Agent Name: Address: 7
7. If you answer yes to any of the following questions, provide complete explanation on a separate sheet. a. Has any one of your current or former sureties or bonding companies ever been required to perform under or canceled a bid bond, labor or material payment or a performance bond issued on your firm s behalf? Yes No b. Has your firm ever been denied coverage or had coverage terminated or cancelled by any insurer during the past five (5) years? (If so, please state the company, date, reason and specific details.) Yes No c. Within the past five (5) years has your current firm or any predecessor organization been involved as a party or filed a claim in any bankruptcy, litigation, mediation or arbitration proceedings? Yes No 8. Name, title and signature of your firm s officer who was responsible for the preparation and hereby verifies the accuracy of your proposal. Printed Name: Title: Signature: Date: 8