Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

Similar documents
STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

Request for Qualifications. Parking Garage 50, Structural Repair - A/E RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. Gadsden Correctional Facility Renovations, Quincy, Florida, Architecture-Engineering RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Construction Management (CM) Procedures

REQUEST FOR QUALIFICATIONS

Colquitt Regional Medical Center

REQUEST FOR QUALIFICATIONS

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

Request for Qualifications Construction Manager at Risk Contract

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

REQUEST FOR QUALIFICATIONS

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

A. PROJECT INFORMATION

Florida International University

REQUEST FOR QUALIFICATIONS

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR INFORMATION (RFI) DEP Posting Number:

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

SECOND REQUEST FOR PROPOSALS. for

REQUEST FOR INFORMATION STAFF AUGMENTATION/IT CONSULTING RFI NO.: DOEA 14/15-001

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

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

Request for Qualifications Construction Manager

OCEAN BREEZE GOLF COURSE ARCHITECT REQUEST FOR PROPOSAL AND RESPONSES TO RFI S

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING

Exhibit A. Purchasing Department School District of Osceola County, Florida

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

SOLICITATION CONFERENCE CALL AGENDA

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

NOTICE OF INTENDED DECISION TO ENTER INTO A SINGLE SOURCE CONTRACT (PUR 7778)

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

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

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

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

REQUEST FOR PROPOSAL Architectural Services

Attention Design Firms

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

Chabot-Las Positas Community College District

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

Dakota County Technical College. Pod 6 AHU Replacement

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

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

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

Request for Qualifications (RFQ) Consulting Planning, Design and Real Estate Development Services, on an As-Needed Basis

Chabot-Las Positas Community College District

FLORIDA DEPARTMENT OF TRANSPORTATION

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES

SECTION 9: FORMAL PROCEDURES

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

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

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

ARCHITECTURAL SERVICES COLLEGEWIDE

REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE. DEP Solicitation Number: C

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

Attention Design Firms

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Attention Design Firms

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

ATTENTION DESIGN FIRMS

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

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Attention Design Firms

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Social Media Management System

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

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

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

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

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

REQUEST FOR APPLICATION

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

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

Transcription:

Request for Qualifications Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/18-005 ADDENDUM #1 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES, OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. The Department s responses to timely submitted questions are below. Question Section Page Question 1 Could you please confirm if the William J. Rish Recreational Park Improvements Project (RFQ-REDM17/18-005) is a hard bid or a CM@ Risk Project. 2 Is the general scope of work only improvements to existing equipment or is there new equipment to be provided? 3 Does DMS have a budget estimated for the future work contingent on funding that is over and above the current $1,400,000 (This will assist us in determining appropriate example projects to include in our book so that we can show similar size scopes of work)? Response This is a Construction Management at Risk project. The scope of work does not include improvements to specific equipment. It will involve renovation of existing cottages, the existing Lodge building and improving the boardwalk with sitting and dressing areas. However, the selection of Construction Manager will be not only for the immediate project, but projects in the future. No budget has been established for future work beyond the $1,400,000.00. Page 1 of 2

Question Section Page Question 4 Has an architectural firm been chosen and if so, which firm is designing the project? 5 When is the work anticipated to commence? Response Hammond Design Group, LLC is the architectural firm responsible for the design of the project. The work is anticipated to begin immediately following the procurement and negotiation of fees. Page 2 of 2

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS TO PROVIDE CONSTRUCTION MANAGEMENT AT RISK SERVICES April 17, 2018 REQUEST FOR QUALIFICATIONS (RFQ): The Department of Management Services (DMS), Division of Real Estate Development and Management, requests qualifications from licensed general contractors who wish to provide submittals for Construction Management (CM) at Risk services (i.e., the Negotiated Fee-Guaranteed Maximum Price (GMP) Construction Contracting Method, as defined by Rule 60D-5.002(12) Florida Administrative Code (F.A.C.) on the following project: RFQ NUMBER: RFQ-REDM17/18-005 PROJECT NUMBER: PROJECT NAME: William J. Rish Recreational Park Improvements PROJECT LOCATION: 6773 Cape San Blas Road, Port St. Joe, Florida PROJECT SCOPE: Repairing, renovating and improving the facilities of the Agency for Persons with Disabilities Rish Park including buildings, structures and related infrastructure and utilities. The current phase will be for Gulfside Improvements. Additional improvements are anticipated on the gulf and bay sides of the Park over several future funding years. The work entails working within the park while it remains open and actively accommodating visitors. The work will involve a high degree of critical accessibility improvements and sensitivity to accessibility accommodation as it pertains to the built environment and outdoor recreation beyond the typical minimum State and Federal requirements. ESTIMATED CONSTRUCTION BUDGET: Current project funding is approximately $1,400,000.00 with additional funding in subsequent years contingent upon future appropriations by the Legislature. The selected CM must demonstrate that they can bring multiple qualified and competitive subcontractors to all related construction trades for successful project delivery. The CM must be capable of supplying workers that meet Florida Department of Law Enforcement criminal history Level 1 background checks. COMPETITIVE SELECTION (QUALIFICATIONS CRITERIA): Firms must be licensed in the State of Florida at the time of submittal. Further, if a corporation, the firm must be registered by the Department of State, 1

Division of Corporations. The relative ability of each firm to perform the services required shall be determined utilizing the evaluation criteria set forth in the evaluation scoring form number, DMS PD24 Dated 6/2014. Pursuant to Rule 60D-5.0082, F.A.C., at least three firms, deemed to be most highly qualified to perform the required services, shall be selected and posted in order of preference on the DMS website. SELECTION SCHEDULE: The table below contains the Timeline of Events for this advertisement. Firms shall become familiar with the Timeline of Events. The dates and times within the Timeline of Events may be subject to change. It is the firm s responsibility to check for any changes. All changes to the Timeline of Events will be made through an addendum to the advertisement on the Vendor Bid System (VBS) website. Firms are responsible for submitting all required documentation by the dates and times (Eastern Time) specified below. Selection Schedule EVENT TIME (ET) EVENT DATE RFQ posted to FAR and the VBS website. 4/17/2018 Non-Mandatory, Pre-Proposal, Site Access Opportunity. 9:30 a.m. to 12:00 p.m. 4/25/2018 Question Period Ends. By 5:00 PM 4/30/2018 Answers to Questions posted to the VBS website. By 5:00 PM 5/2/2018 Responses from Vendors due. By 4:00 PM 5/17/2018 Responses reviewed for responsiveness. 5/21/2018 Post shortlist results to the VBS website. 5/30/2018 72-hour protest period ends. 6/4/2018 Interview/Presentations of shortlisted firms. 6/21/2018 Anticipated Public meeting to confirm scores. 6/26/2018 Anticipated Posting of final results to the VBS website. 6/27/2018 72-hour protest period ends. 7/2/2018 Anticipated contract start date. TBD QUESTIONS: Any questions from prospective firms concerning the RFQ shall be submitted in writing, identifying the submitter, to Ryan Meikenhous by email at Ryan.Meikenhous@dms.myflorida.com no later than 5:00 p.m. on April 30, 2018 All questions and answers/changes to the solicitation will be provided in writing and posted on the VBS website. It is the prospective firm s responsibility to check periodically for any information updates to the solicitation which are posted to the VBS website. The Department bears no responsibility for any delays, or resulting impacts, associated with a prospective firm s failure to obtain the information made available through the VBS website. 2

INFORMATION WILL NOT BE AVAILABLE BY PHONE: Any information received through an oral communication shall not be binding on the Department and shall not be relied upon by an offeror. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour protest period following the agency posting the notice of intended award, excluding Saturdays, Sundays and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in this solicitation. Violation of this provision may be grounds for rejecting the response. RESPONSE INSTRUCTIONS: Firms interested in being considered for this project must submit five (5) printed copies and one scanned copy of the entire response in Adobe (.pdf) on a thumb drive of their submittal with a table of contents and tabbed sections in the following order: Preliminary Screening (Revised Instructions): 1. A letter of interest detailing the firm's qualifications to meet the above referenced selection criteria. (To include firm name, address, contact person, telephone number and email address). 2. A revised current Contractor s Experience Questionnaire and Financial Information-Form DMS Form CM01 Dated 7/2016. (This form may be obtained from the DMS website under Forms and Documents. ) 3. Project listing of relevant experience (including name of client, architect and phone number). 4. Resumes of proposed staff and staff organizations, for both pre-construction and construction phases. 5. Describe effective Project Management Systems utilized to successfully complete relevant projects. 6. Copies of the firm's current Florida Department of Business and Professional Regulation Contracting License. 7. For Corporations only: If the firm offering services is a corporation, it must be properly registered with the Department of State to operate in Florida and must provide a copy of the firm's current Florida Corporate Registration. SPECIAL NOTE FOR INTERESTED FIRMS: For information only, you may download the New Evaluation Summary Sheet-General Contractor/Construction Manager Selection Form-(DMS PD24 Dated 6/2014) and the Contractor s Experienced Questionnaire and Financial Information-Form (DMS CM01Dated 7/2016). (These documents may be obtained from the DMS website under Forms and Documents). INTERVIEWS: The Selection Committee will conduct discussions with and may require public presentation by no fewer than three (3) firms regarding their qualifications, approach to the project and ability to furnish the required services. Selection of finalists for interview will be made on the basis of proposed office distance to site, financial capacity to project scope, relevant project type experience, proposed preconstruction phase staff, proposed construction phase staff and project management systems utilization. The list of firms selected for interview by the 3

Selection Committee will be posted on the DMS website. Each invitee will be notified by facsimile or email of the date and time of its interview/presentation. All interviews will be held at the following address: Department of Management Services, Real Estate Development and Management, 4050 Esplanade Way, Tallahassee, Florida 32399. NON- MANDATORY, PRE-PROPOSAL, SITE ACCESS OPPORTUNITY: A non-mandatory, pre-proposal, site access opportunity is scheduled for perspective contractors to visit the site on Wednesday, April 25, 2018 from 9:30 a.m. to 12:00 p.m. Eastern Time. LOCATION: The William J. Rish Recreational Park, 6773 Cape San Blas Road, Port St. Joe, Florida or the Rish- Park website http://apd.myflorida.com/rish-park/finding-rish-park.htm RESPONSE DUE DATE: Responses must be received by the Department, in accordance with the document delivery instructions below, on or before May 17, 2018 by 4:00 p.m. Eastern Time. DOCUMENT DELIVERY: Responses are to be submitted to: Mr. Ryan Meikenhous Department of Management Services Real Estate Development and Management 4050 Esplanade Way, Suite 315.4y Tallahassee, Florida 32399 The time/date stamp/clock in the Department shall serve as the official authority to determine timeliness of the responses. Responses, which for any reason are not timely received, will not be considered. Late responses will be declared non-responsive and will not be further evaluated. Unsealed and/or unsigned responses received by telegram, facsimile transmission or other similar means are not acceptable, and will be declared non-responsive and will not be further evaluated. Submittals that do not comply with the requirements or instructions of this solicitation document will be declared non-responsive and will not be further evaluated. DISABILITY ACCESS: Pursuant to the provisions of the Americans with Disabilities Act according to 286.26 Florida Statutes, any person requiring special accommodations to participate in this meeting is asked to advise the agency at least 48 hours before the meeting by contacting Ryan Meikenhous, 850-488-0711. If you are hearing or speech impaired, please contact the agency using the Florida Relay Service, 1(800)955-8771 (TDD) or 1(800)955-8770 (Voice). AWARD POSTING: Official notice of final selection results will be by electronic posting on this website. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes shall constitute a waiver of proceedings under Chapter 120 Florida Statutes. 4