REQUEST FOR QUALIFICATIONS For Construction Manager at Risk KC652901 Healthcare Innovation and Delivery Building

Agency: UNIVERSITY OF MISSOURI COLUMBIA
State: Missouri
Type of Government: State & Local
Category:
  • U - Education and Training Services
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 20, 2023
Due: Apr 5, 2023
Solicitation No: KC652901
Publication URL: To access bid details, please log in.
REQUEST FOR QUALIFICATIONS For Construction Manager at Risk KC652901 Healthcare Innovation and Delivery Building
Advertisement Bids

Sealed bids for: REQUEST FOR QUALIFICATIONS For Construction Manager at Risk KC652901 Healthcare Innovation and Delivery Building

Project Number: KC652901

Status: Active

Advertisement Date: 17/03-2023

Campus: Kansas City

Construction Estimate:

REQUEST FOR QUALIFICATIONS

For

Construction Manager at Risk

KC652901

Healthcare Innovation and Delivery Building

For the Curators of the University of Missouri

Kansas City

Campus Facilities

Planning, Design and Construction

Kansas City, MO

Date 3/17/2023

CAMPUS FACILITIES

1011 East 51st. Street

Kansas City, Missouri 64110

Telephone: (816) 235-1370

ADVERTISEMENT FOR:

Qualifications for Construction Manager at Risk Services

Project Number KC652901

Healthcare Innovation and Delivery Building

UNIVERSITY OF MISSOURI – KANSAS CITY

Kansas City, MISSOURI

will be received by the Curators of the University of Missouri, Owner, at Campus Facilities , Planning, Design & Construction, Room 101, General Services Building, University of Missouri, Kansas City, Missouri 64110, until 1:00 pm C.T., Wednesday, April 5th, 2023 . No other information will be shared publicly until the step-one evaluation is complete.

Individuals with special needs as addressed by the Americans with Disabilities Act may contact 816-235-1370.

Advertisement Date: 3/17/2023

Bill Haverly

Director of Facilities Planning, Design, and Construction

University of Missouri – Kansas City

REQUEST FOR QUALIFICATIONS – Construction Manager at Risk with Guaranteed Maximum Price (GMP)

Advertisement Date: 3/17/2023

Project No. KC652901

Healthcare Innovation and Delivery Building

The University of Missouri Kansas City is requesting qualifications from firms to provide Construction Manager at Risk (CMR) with guaranteed maximum price services for constructing a new Healthcare Innovation and Delivery Building of approximately 190,000 GSF on the UMKC Health Science Campus. Qualifications will be received on a flash drive or by email to Angel Jenkins, Jenkinsad@umkc.edu Campus Facilities, 101, General Services Building, University of Missouri –KANSAS, CITY, Missouri 64110, until 1:00 PM Central Time, Wednesday, April 5, 2023. No other information will be shared until the evaluation process is complete.

This project shall have a Supplier Diversity participation goal of 25% MBE, 3% SDVE, and 10% WBE/Veteran/DBE of the GMP. The Construction Manager at Risk is strongly encouraged to include minority and women owned firms. CMRs are also strongly encouraged to include Missouri-based firms on the team.

General Project Information

This project will construct a new Health Science Building of approximately 120,000 GSF on the UMKC Health Science Campus. While the new facility will serve all of the UMKC Health Science programs the building will focus on the needs of our School of Dentistry and School of Medicine. Deficiencies in both of our aging clinical, research and teaching facilities require urgent focus to construct a new facility to meet growing clinical, research and education needs, and fuel our success in building upon our current research strengths in areas that disproportionately affect lives of individuals in Kansas City and Missouri – perinatal death, drug addiction, dental health, cardiovascular and neurodegenerative disease. An additional 70,000 gross square feet of shell space will be built and designated as office space for University Health.

The construction budget for the project is $91,000,000, with an additional amount to be determined for shell space for the University Health office space.

The Program and Planning Study Consultant, as well as the Design Architect Consultant is a collaboration by:

Clark & Enersen

2020 Baltimore Avenue, Suite 300

Kansas City, MO 64108-1949

RGD Planning & Design

1302 Howard Street

Omaha, NE 68102

The Construction Manager at Risk will provide preconstruction, construction phase, and post construction phase services for the duration of the project.

The planning of the Healthcare Innovation and Delivery Building is underway with design development to start in July of 2023. Anticipated construction start is September 2024.

Programming and Design August, 2023

Schematic Design Complete June, 2023

Design Development Complete December, 2023

Construction Documents Complete June, 2024

Construction Substantially Complete April, 2026

Description of Selection Process

The construction manager at risk will be selected using a two-step process.

Step One - Request for Qualifications (RFQ) shall consist of the review and ranking of each respective firm’s qualifications and responses to the university’s selection criteria as stated herein. This is a competitive process with points awarded for each category of the selection criteria. The university will utilize a review panel to evaluate the offerings and establish a preliminary ranking of the firms. Five or fewer firms with the highest preliminary ranking based on the firm’s responses to the selection criteria will be interviewed by the owner’s panel. At a minimum, the proposed project director/executive, senior project manager(s), preconstruction manager(s), scheduling manager(s), assisting project manager(s) and superintendent(s) shall attend the interview. The interview will include introductions with each proposed staff member summarizing their responsibilities and experience, followed by a question-and-answer session conducted by the Owner. The questions will not be provided prior to the interview. No presentations will be allowed except for graphics the interviewee may present to illustrate potential construction phasing, site logistics, etc.

Step Two - Request for Proposals (RFP): Following the establishment and ranking of the short-listed firms, the RFP documents will be issued to the short-listed firms. The short-listed firms shall submit their cost proposal in a sealed envelope, including their construction phase fee, lump sum cost for fulfilling the general conditions, cost of insurance and cost of performance and payment bonds, all in accordance with the step two provisions. The Preconstruction Services scope and fee will be negotiated following receipt of proposals, but prior to contract award. Upon the successful conclusion of the negotiation, the Preconstruction Services scope shall be included in provision D.2. and the Preconstruction Fee shall be included in provision D.5., both within the Agreement Between Owner and Construction Manager as Constructer.

In addition to the information provided herein, a matrix detailing services to be included in each category will be issued in the RFP documents. All information submitted in Step One with respect to project specific organizational structure, staffing, and other selection criteria, in addition to the Step Two documents, shall establish the basis for Step Two pricing. Following contract award, the successful firm shall be required to provide, at a minimum, all staffing and services detailed in the firm’s responses to selection criteria in step one and as otherwise required by the contract documents.

The final selection of the construction manager at risk will be based on a 2500 point system. Forty percent (40%) (1000 points) will be awarded as established by the review panel based on qualifications, responses to the university’s selection criteria, references, and the interviews, under a competitive process. Thirty (30) bonus points will be awarded to an SDVE proposer. The 30 bonus points will be added to the SDVE’s qualifications score as established by the Owner’s evaluation committee. The 30 bonus points are available only to an SDVE firm submitting a proposal directly to the Owner.

The remaining sixty percent (60%) (1500 points) will be awarded based on the sum total of, the construction phase fee, the lump sum for fulfilling the general conditions, the cost of insurance and performance and payment bonds. For evaluation purposes, the construction phase percentage fee will be multiplied by the anticipated construction budget to establish the overhead and profit component of the price. The lowest total price submission will receive 1500 points. Ascending price submission totals from other firms will be awarded price points on a pro rata basis.

The firm with the highest point total (qualifications/selection criteria + price points) will be deemed to provide the best value and will be the apparent successful firm. The university will then engage in negotiations with the apparent successful firm to establish final contract terms, including Preconstruction Services scope and cost. If the university is unable to negotiate a satisfactory contract with the apparent successful firm, negotiations will cease, and the university will negotiate with the next highest ranked firm and so on until an acceptable contract is reached or negotiations end. The university will make the determination as to when negotiations are at a stalemate and are no longer productive.

CMR SELECTION SCHEDULE

The following schedule is subject to change but represents the University’s intent.

RFQ CMR Advertisement 3/17/2023

Receive Qualifications 4/5/2023

Owner panel’s review of qualifications 4/11/2023 .

Interview firms 4/18/2023

Notice to shortlisted firms – issue Step Two (RFP) documents. 4/21/2023 .

Pre-Proposal Meeting with short listed firms 4/27/2023

Receipt of proposals 5/16/2023

Contract terms and preconstruction scope and cost negotiation meeting with apparent successful firm 5/24/2023

Contract award 5/31/2023

RFQ SELECTION CRITERIA

Irrespective of any point totals, mandatory requirements for pre-qualification include:

  • Successful completion of project(s) similar in value and scope by both the firm and the firm’s proposed team.
  • Experience modification rate of less than 1.0.
  • No work-related fatalities in the last three years.
  • Adequate financial stability as determined by the Owner
  • Licensed to conduct business in the State of Missouri

The above stated criteria shall apply to the firm’s office that will be actively managing this project. Firms not meeting these mandatory requirements will not be short listed.

The owner reserves the right to seek clarifications.

Description of the Qualification Process

Qualifications of respondents to this RFQ will be evaluated based upon the financial responsibility, safety record, ability to adhere to schedules, experience the firm and the firm’s proposed project team has had with projects of similar size, construction type, schedule and scope and other information included in the qualification packet. The Owner will assign an evaluation team comprised of representatives from the design team and the Owner’s staff to evaluate and score the respondent’s qualifications material. A point total of 1000 points has been assigned to the qualification criteria enclosed herein.

The weighting of the points for the qualifications packet will be as follows:

TAB 1 - 400 points

TAB 2 - 200 points

TAB 3 - 100 points

TAB 4 - 300 points

Firms not meeting these mandatory requirements will not be short listed.

The owner reserves the right to seek clarifications.

QUALIFICATION PACKET: Each respondent shall submit one electronic copy of the Qualifications to Angel Jenkins, Jenkinsad@umkc.edu . Qualifications shall be a maximum of ten one-sided 8 ½ x 11 pages, not including the organizational chart and bar chart, personnel resumes/qualifications, and financial statements.

TAB 1 – ORGANIZATIONAL QUESTIONS

1. Furnish a brief history of how your company was founded and how it evolved, how long the company has been in business, a list of the company’s primary officers and their duties.

The contractor will be required to have qualified key personnel in the office and at the construction site who have served in similar project team roles and had previous experience with projects of a similar scope and complexity. Furnish an organizational chart showing all persons who will be involved with this project and their roles and responsibilities. Include a short narrative for each individual detailing their experience in a similar role that qualifies them for this project. Include a graphic illustrating the timing, duration and percent FTE of each individual. Include the staff member(s) who will be responsible for developing and updating the construction schedule. Include preconstruction staff. Furnish a resume for all staff listed on the organizational chart listing his/her name, education, experience, time with the company and experience with projects of similar scope and complexity, including experience with LEED projects. Resumes submitted in this qualification shall be for the actual individuals that will directly supervise the work. These individuals are to be maintained in their respective roles for the durations indicated in the organizational chart.

No change in the proposed staff members will be considered unless such changes are directed by the Owner or extenuating circumstances exist that merit such consideration. Under any circumstance, no changes will be allowed without the consent of the Owner. The Construction Manager shall provide a minimum of twenty-one (21) calendar days-notice to allow consideration of the proposed change by the Owner. Personnel proposed as a replacement for any staff member submitted with the response to the RFQ shall have similar qualifications and experience as that staff member proposed for replacement. The supporting documentation included in paragraph 1. above shall be submitted with the 21-day notice. Failure of the Construction Manager to comply with this requirement may result in the suspension of the Construction Manager from participation on future University of Missouri projects for a period of one year.

TAB 2 - RELEVENT EXPERIENCE

Provide a list of recent construction manager at risk projects of a similar scope and complexity completed by your firm. Include the location, description of the work scope and GMP amount. Provide references with contact information for each project listed. Do not include projects on this list that are not similar in scope and complexity to this project.

TAB 3 - ANNUAL VOLUME:

  1. Provide total annual volume of construction work completed for each of the past five years.
  2. Provide projected volume for the upcoming year. Provide a project listing and tabulation.
  3. Provide your firm’s bonding capacity

TAB 4 - OPERATIONAL METHODS:

  1. Describe how your firm will collaborate with the design team and Owner during the Preconstruction phase. Provide a list of proposed Preconstruction Services to use as a basis for negotiation of the preconstruction scope and fee.
  2. Describe your firms cost estimating capabilities and processes
  3. Describe how your firm will solicit Supplier Diversity participation
  4. Describe your firm’s safety program. Provide a copy of the table of contents from the manual.
  5. Provide your firms EMR, TRIR and DART for each of the last three (3) years
  6. Describe your firm’s subcontractor prequalification process (if applicable) and strategies to be utilized to ensure open bidding and equal opportunity for subcontractors, regardless of labor affiliations, including for the procurement of sub-subcontractors.
  7. Describe the firm’s quality assurance program. Provide a copy of the table of contents from the manual.
  8. Describe the scheduling programs and strategies to be utilized to maintain each phase of the project schedule including how subcontractor input will be incorporated, how scheduled versus completed will be monitored and updated, how weather will be managed and how work will be accelerated if schedule slippage occurs. Describe how long lead items will be identified and procured to facilitate the Owner’s schedule requirements.

Financial Statement (Separate document in sealed envelope or email)

  1. Provide your organization’s most recent audited financial statements.

Reviewed 2023-03-20

Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Door Services Active Contract Opportunity Notice ID W912P924R0009 Related Notice Department/Ind. Agency

Federal Agency

Bid Due: 11/17/2024

Follow FAS Supply Chain Management, Facilities and Hardware: Limited Source Special Notice Active

Federal Agency

Bid Due: 2/13/2025

Bid Number: 064-2024RFP Bid Title: HOUSEHOLD HAZARDOUS WASTE DISPOSAL AND RECYCLING SERVICES Category:

City of Springfield

Bid Due: 3/28/2024

Job Information Bids In Bid Date Runway 1/19 Pavement Maintenance with Bid Alternate

Drexel Technologies

Bid Due: 3/28/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.