Dear Sirs; Dodge City Community College is requesting the rebid of proposals for a Design-Build Construction Services.

Similar documents
REQUEST FOR QUALIFICATIONS. Design Professional Services

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Architectural Services

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

MINNESOTA STATE COLLEGES AND UNIVERSITIES

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

Request for Proposals Construction Services Workplace Excellence Project

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

City of Malibu Request for Proposal

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Qualifications

NORTHWEST FLORIDA STATE COLLEGE FOUNDATION, INC. REQUEST FOR PROPOSALS FOR RFP MAJOR GIFTS CAMPAIGN/FUNDRAISING CONSULTANT

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

Request For Qualifications

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

Request for Qualifications Construction Manager at Risk Contract

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

INVITATION TO BID (Request for Proposal)

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Request for Proposals

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

TOWN AUDITING SERVICES

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

SOMERSET COUNTY, MARYLAND

Request for Proposal. Parenting Education

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

Request for Proposal. Independent Living

Housing Rehabilitation Program Administration

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

Mandatory Site Visit: Thursday, July 13, :00 PM (Pierson Library, Shelburne, VT)

Request for Proposals (RFP) for Professional Design and Engineering Services

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

REQUEST FOR PROPOSALS

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

City of Georgetown, SC REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR PROPOSALS FOR RENTAL ASSISTANCE DEMONSTRATION (RAD) CONSULTING FOR THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

2016 Park Assessment

REQUEST FOR QAULIFICATONS. General Contractor Construction Manager (GC/CM) Wallace and Lexington Elementary Schools Replacement Project.

REQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

Morgan Hill Unified School District

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

Transcription:

December 1, 2017 To Whom It May Concern: Dear Sirs; Dodge City Community College is requesting the rebid of proposals for a Design-Build Construction Services. Structure History: Due to the age of the gymnasium, concerns grew to the buildings structural soundness, in 2011 Dodge City Community College retained a consulting structural engineer and an engineering consultant firm to inspect the entire PE Building and Wellness Center facility and prepare a report detailing the issues found and possible solutions. In that report, serious concerns were expressed in regards to the gymnasium structure and recommendations were included in regards to razing the structure or demolishing the walls and rebuild. There was also a short-term option presented to enclose the gymnasium walls in an attempt to alleviate life-safety concerns. After the report, the short-term option was installed. Now we want to demolish the walls and rebuild. If you have questions, please see contact information in the specifications sheet for Russ McBee, Director of Facilities & Operations. Deadlines: For this bid, you may also email bids to stores@dc3.edu by 5:00 PM Monday, December 11, 2017. Bid receipt deadline December 11, 2017 by 5:00 PM Bid opening Ford County Conference Room December 14, 2017 @ 10:00AM Notification of successful bidder January 24, 2018 Completion of Construction Documents due March 20, 2018 Submission of Construction Documents to BOT March 27, 2018 Construction (Latest Date) to begin (Pending BOT Approval) April 27, 2018 Substantial completion and occupancy by Aug 10, 2018 Sincerely, Andrew Nolan Purchasing Office Dodge City Community College Encl: RFP Specifications, Business Reply Label, RFP #18-008 Design-Builder Construction Services- DC3 PE & Wellness Center-Supplemental Documentation 1

DODGE CITY COMMUNITY COLLEGE Design-Build Services Selection REQUEST FOR PROPOSALS DESIGN-BUILD CONSTRUCTION SERVICES Project Name: Physical Education & Wellness Center Structural Renovation-Repair (Extensive) I. INVITATION TO SUBMIT PROPOSALS. By this Request for Proposals (RFP), the Board of Trustees of the Dodge City Community College, with offices at 2501 N. 14th St., Dodge City, KS 67801, (the "College"), is hereby requesting proposals from firms that have expressed an interest in submitting proposals for the award of the contract for RFP Design-Builder Construction Services- DC3 Physical Education & Wellness Center Facility Structural Renovation-Repair. The Design-Builder firm (DB) will provide preconstruction and construction services necessary to assist in the design and to construct the facility in accordance with the guidelines, standards and limitations contained in this proposal. This project must be completed within a defined budget and schedule. Participation in this selection process by interested Design-Builder firms shall be at no cost or obligation to the College. The College reserves the right (a) to terminate this selection process at any time, (b) to reject any or all proposals, (c) to waive formalities and minor irregularities in the proposals received, and (d) consider viable alternatives voluntarily submitted by the respondents. The College further reserves the right to conduct a pre-award survey of any firm under consideration to confirm any of the information furnished by the firm, or to require other evidence of managerial, financial, technical and other capabilities, the positive establishment of which is determined by the College to be necessary for the successful performance of the contract. II. PROJECT DESCRIPTION AND INFORMATION. The general description of the project and general project information include the following: This project will be comprised of the design and extensive renovation of the existing PE Building and Wellness Center facility resulting in demolishing the east and west walls and rebuilding them 1. This project will be comprised of the design and extensive renovation of the existing PE Building and Wellness Center facility resulting in demolishing the east and west walls and rebuilding them 2. Design-Builder to provide Architectural and all necessary engineering. 3. The proposed start date is April 27, 2018. The proposed date of substantial completion for this project is Aug 10, 2018. 2

III. REQUIREMENTS FOR PROPOSAL. The selection committee will select firms to be interviewed using the attached Evaluation Criteria Form. Proposals submitted by interested firms must include the following elements in the order listed: 1. Description of Project Team and Organizational Chart. Provide a proposed Design-Builder Construction Services organizational structure to manage the project, including identification of individuals to fill key roles. As a minimum, the project executive, project manager/director, and superintendent shall be identified. Include a project organization chart with reporting relationships and resumes of key individuals to be specifically assigned to the project. Describe in detail each key individual's most recent project experience of a similar nature. Define the roles of any additional management and/or supervisory personnel to be assigned to the project. 2. Fee Proposal and Description of Services. a. Provide a fee proposal, expressed in a lump sum amount for: Architectural and Structural Engineering. Pre-Construction Fee b. Provide a fee proposal, expressed as a percentage of the cost of the work for the Construction Management Fee. c. Provide a fixed fee expressed in a lump sum amount in the event the project is terminated by the College at the conclusion of the Pre-construction Phase. The fee is compensation to the DB for overhead and profit. Included in the DB's overhead are those services and facilities furnished by the DB without charge other than the DB's fee. The firm shall describe those services, facilities, supplies and other expenses that are included in overhead as part of the proposal. The project will be done on an open-book cost plus fee basis, to a Guaranteed Maximum Price (GMP). The establishment of the GMP is not a part of the proposal, but will be accomplished after the Design-Builder is selected and design documents which reflect the total project are completed. The form of agreements will be ConsensusDocs 410 Design-Build, Standard form of Agreement between Owner and Design-Builder, as modified by the College. Any savings to the GMP will be returned 100% to the College. No shared savings clause will be included in the agreement. 3. General Conditions Fee Proposal. Provide a fee proposal for General Conditions, on an actual cost basis to a Guaranteed Maximum Price. General Conditions are the Cost of the Work necessarily incurred by the Design-Builder in the proper performance of the Work on the project that will be reimbursed by the College as Owner. The firm shall define items to be included as general conditions, including costs and expenses that are necessary and incidental to the Work, but not included in the direct labor, material and equipment required for the Work. The firm shall also identify any mark-ups on the general condition items, and shall fix a maximum price for general conditions as part of this proposal. 3

4. Description of the Construction Managers Approach. Provide a complete description of the Design Builder approach to the project. 5. Proposal Regarding Change Orders. Provide a proposed method of pricing and managing Change Orders after a Guaranteed Maximum Price is established. This shall include changes (a) before work is subcontracted, (b) after work is subcontracted, but before any of the subcontracted work is fabricated, purchased or delivered, and (c) after subcontracted work is underway. Identify any Design-Builder charges for Change Orders in a similar manner. Identify in writing the philosophy of the firm in managing changes under this contractual method, and identify references of completed projects, performed under similar contractual arrangement, and the Change Order history. 6. Preliminary Project Schedule. Provide a preliminary project schedule, based upon award of contract in approximately 39 working days, completion of Construction Documents by March 20, 2018, a fter final approval of the DC3 BOT the project construction will begin April 27, 2018, with substantial completion and occupancy by Aug 10, 2018. The substantial completion date is not a "not later than" date, and the firm is encouraged to include any improvements in these schedules it believes it may realistically be able to accomplish. 7. Narrative of Firm's Philosophy. Provide a brief narrative of the firm's philosophy in doing Design-Builder projects of this scope and schedule, under the contractual arrangements defined herein. 8. List of Major Subcontracted Work. Provide a list of proposed major construction elements that would be subcontracted. 9. References. Provide references from design professionals and owners in regard to similar projects. IV. CONSTRUCTION. Construction services required from the selected firm are described in the Design-Builder Agreement and include, but are not limited to the following: 1. Assume the primary responsibility for the overall administration of construction contracts on behalf of the Owner. 2. Provide full-time field staff throughout construction, for the purpose of managing, inspecting, scheduling, and coordinating the subcontractors. Monitor the progress, performance, quality and contract compliance of the subcontractor s activities. 3. Schedule and conduct meetings, as necessary. 4

4. Develop and maintain a detailed master construction schedule. 5. Request pricing, review and negotiate costs, and make recommendations on all necessary changes to the contracts. 6. Coordinate construction interfaces, methods, techniques, and sequences. 7. Institute and administer requirements and procedures for the review and approval of all submittals. 8. Prepare and administer all cost control procedures, including monthly pay requests, change order logs, etc. Prepare Budget Cost Summary Reports as required. 9. Coordinate all requirements of project commissioning and close-out procedures including but not limited to: inspections, owner's orientation and familiarization, and collection of all close-out documents. Develop with Owner an occupancy schedule. 10. Moderate, seek solutions, make recommendations or take other appropriate actions in matters relating to disputes between subcontractors, work stoppages, labor disputes, or other disruptions that may occur during the construction of this project. 11. Develop and maintain systems for reporting and retrieval of project information. V. CRITERIA FOR EVALUATION OF PROPOSALS. The Construction Manager for the project will be selected based upon the College's evaluation using the Evaluation Criteria Form included with this RFP. VI. PROPOSAL DUE DATE. Sealed proposals shall be submitted to: ATTN: Vada Hermon, VP of Operations and Finance, Administration Building, Dodge City Community College, 2501 N. 14th Avenue, Dodge City, Kansas 67801, no later than December 11, 2017 by 5:00 PM (CST). Proposals will be opened at 10:00 AM (CST) on December 14, 2017, in the Ford County Room in the Student Union Building on campus. VII. SELECTION PROCEDURE. The selection of a DB for the project shall be based upon a careful and objective consideration of the ability of each firm submitting a proposal to perform the services described in this RFP and the requirements of any federal, state and local laws and regulations that are applicable to the project. The following procedure shall be observed in the selection of a Design-Builder for the project. 1. Evaluation. The College's Design-Builder selection team will evaluate the firms proposals. Evaluation of each firm will be based upon its written proposal, and answers to questions asked during the follow up to the proposals, if any. Firms will be ranked by the College's Design-Builder selection team and the firm receiving the highest evaluation will be considered the firm that has submitted the best proposal for award of a contract for the project. 5

2. Contract Negotiation. The representatives of the College shall attempt to negotiate a proposed contract with the first ranked firm. Should the College be unable to negotiate a satisfactory contract with the first ranked firm at a price the College determines to be fair and reasonable, negotiations with that firm shall be formally terminated. The Dodge City Community College VP for Operations and Finance will forward a letter to the first ranked firm formally terminating the negotiations. The College will then undertake negotiations with the second ranked firm. In the event of failure to negotiate a satisfactory proposed contract with the second ranked firm, the Dodge City Community College VP for Operations and Finance will again forward a letter to that firm formally terminating the negotiations. Thereafter, the College will undertake negotiations with the third ranked firm following the same procedure as above. Should the College be unable to negotiate a satisfactory proposed contract with any of the top three evaluated and ranked firms, the College shall either select additional firms in order of their evaluation ranking or continue negotiations as outlined above until a proposed contract is negotiated. If the College does not successfully negotiate a contract, the College reserves the right to delay or postpone the project, modify the method of construction for the project or start from the beginning the Design-Builder services selection process. 3. Contract Award. Upon successful negotiation of a proposed contract with a firm for the project, the proposed contract will be recommended to the President of the College for review and his approval. There shall be no binding contract with the College until the contract documents have been approved by the College Board of Trustees and signed by the Board Chair. VIII. REJECTION OF PROPOSALS. The College reserves the right to reject any and all proposals in response to this RFP that are deemed not to be in the College's best interest. The College further reserves the right to cancel or amend this RFP at any time and will notify all recipients accordingly. Contact: For information regarding this proposal of Design-Builder Construction Services- DC3 Physical Education & Wellness Center Facility Structural Renovation-Repair, contact Russ McBee, Director of Facilities & Operations, at 620-227-9355, email: rmcbee@dc3.edu. It is anticipate a recommendation will be submitted for board approval of the DB contract on or near January 24, 2018. 6

DC3_DB Selection Eva l Criteria Form Construction Manager Services SELECTION EVALUATION CRITERIA FORM PROJECT: DC3 Physical Education & Wellness Center Facility Structural Renovation-Repair (Extensive) Applicants Name: --------------------------- Evaluator: ---------------------- SCORE CRITERIA Request for Proposal - Section Ill Project Team 15% 60 points maxi m u m 1 Description of Project Tea m and organizational l Chart Fees 20%, 80 points maximum 1 Fee Proposal and Description of Services 2 General Conditions Fee Proposal 3 Rates for Work Contemplated to be Self-performed 4 Proposal Regarding Change Orders 5 Critical Analysis of the Estimated Construction Cost of the Project Schedule 10%, 40 points maximum 1 Preliminary Project Schedule 2 Narrative of Firm's Philosophy 3 List of Major Subcontracted Work Construction Manager Qualifications Supplement 1 Attachment No. 1 Firm's History 10%, 40 points maximum 1 Firm Name, address, telephone number, federal ID Number 2 Character, integrity, history, reputation, judgment, efficiency and financial stability of firm. Project & Budget History 25%, 100 points maximum 1 Experience/References. Quality of firm's performance of previous contracts and firm's compliance with laws relating to construction contracts. Scheduling & Project Management History 20%, 80 points maximum 1 Ability to Meet Established Construction Schedules 2 Project Management 3 Project Team Personnel Total Score {400 points maximum) DC3_DB Selection Evaluation Criteria Form

All submissions must be in sealed envelopes. Proposals not in sealed envelopes will be rejected. Please affix the Business Reply label below with the project identification information showing If not using this label you MUST include this information on the outside of the envelope. Clearly print your return information. DO NOT OPEN! ATTN: VP of Operations & Finance Official Bid Documents (REBID-RFP # 18-008 Design-Builder Construction Services- DC3 PE & Wellness Center Facility Structural Reno-Repair) Clearly print your return information. Detach and affix to the outside of return envelope. DO NOT OPEN! ATTN: VP of Operations & Finance Official Bid Documents (REBID-RFP # 18-008 Design-Builder Construction Services- DC3 PE & Wellness Center Facility Structural Reno-Repair)