Full Text
REQUEST FOR QUALIFICATIONS Architectural & Engineering Services Construction Manager At Risk East Front Street Parking Structure Front & Pattee Streets Missoula, Montana Purpose of Request for Qualifications The Missoula Redevelopment Agency (MRA) is issuing a Request for Qualifications (RFQ) the purpose of which is to solicit Statements of Qualifications (SOQ) from qualified firms to participate in a short list of firms selected to respond to a Request for Proposals (RFP) for a new downtown parking structure with limited retail space. The MRA is acting as the agent for the Missoula Parking Commission (MPC), the owner of the parking structure, and will serve as project manager on their behalf. The project delivery method will be Construction Manager At Risk. The MRA/MPC has selected Carl Walker Inc. to serve as the parking consultant, structural engineer for the design of the superstructure and durability consultant on any team that is selected. The MRA/MPC has not retained the services of an architectural/engineering team (A/E) and is soliciting SOQs from qualified architectural/engineering teams and Construction Manager At Risk (CMAR) simultaneously. The A/E may include a qualified structural engineer of their choosing for the foundation design. All responses to this RFQ shall include a joint submittal that includes both A/E and CMAR. This project will require the execution of separate contracts between the MRA/MPC and the selected A/E team and CMAR. The A/E team shall include Carl Walker Inc. as part of their proposal and any subsequent contract. All respondents shall submit an SOQ to the MRA. The evaluation of the firms will be based on the evaluation criteria set forth below, with a subsequent final selection of firms to participate in an RFP for A/E and CMAR services. The parking structure will be built on the southeast corner of Front and Pattee Streets in downtown Missoula, Montana. The structure will require a minimum of 300 parking spaces and approximately 5,000 square feet of heated shell space on Front Street frontage that can be used as retail space. The final number of parking spaces will be determined by funding capacity and construction cost estimates and the final amount of retail space will be dictated by the design of the structure. Project Description Missoula is in the final stages of the development of a master plan for the downtown area. One of the catalyst projects in that plan is a six story office building being constructed by First Interstate Bank on the corner of Higgins Avenue and Front Street. The new office building has created the need for additional parking in the immediate vicinity. Additionally, the plan identifies the need to enhance existing retail and encourage additional retail along an east-west axis along Front and Main Streets, in part, through the addition of retail friendly parking. The plan identifies the corner of Front and Pattee Streets as the recommended location for a new parking structure and further reinforces the need for the Front Street face of that structure to be designed as retail space. The goal of the MRA and MPC is to construct a minimum of 300 new parking spaces with space for 3,000 – 5,000 square feet of retail capability in the new structure. The site is approximately 145’ wide by 200’deep. Pattee Street slopes to the south, potentially permitting entry to the lower level from Pattee Street and entry to the upper levels from Front Street. The First Interstate Bank office building is scheduled for occupancy in September 2009. MPC has identified a minimal amount of temporary parking for ---PAGE BREAK--- the office building; consequently, the need to construct the new parking structure in as efficient a manner as feasible is paramount. Required Services Required Services – General The consultant services required under this request may include, but will not necessarily be limited to, the following: • Participate in partnering sessions with the project team – Carl Walker Inc., A/E team, CMAR. • Participate in regularly scheduled project coordination meetings. • Coordination with MRA/MPC throughout the design and construction of the parking structure. Required Services for A/E The selected A/E team shall furnish all expertise, labor and resources to provide complete design and construction administration services necessary to complete the project awarded as a result of this RFQ/RFP process. The following generally summarizes the types of scopes of services that the A/E may be required to perform: • Coordination with Carl Walker Inc. and the selected CMAR for the design of the parking structure and related site improvements. • Coordination with Carl Walker and the selected CMAR to provide evaluations, analysis, recommendations, cost and time estimates, reports, feasibility studies, preparation of schematic or preliminary designs, field inspections and investigations, and code compliance investigations. • Upon consultation with Carl Walker and CMAR, respond to all review comments and resolve outstanding design issues by taking appropriate action in the design of the project. • Coordinate the design of utility connections with local utility providers and obtain necessary approvals. • Provision of complete construction contract documents with professional seals and signatures in accordance with this RFQ, including, but not limited to, the parking structure, sidewalk, streetscape, lighting, drainage and any other required public infrastructure required by the project. • Assurance that the construction contract documents are in conformance with generally accepted architectural and engineering practices and comply fully with all applicable codes and regulations. • Coordinate with Carl Walker and the CMAR to provide cost estimating at various stages of design. • Construction administration, inspection and testing during construction of the parking structure and related site improvements. Required Services for CMAR The services required under this request shall include, but will not necessarily be limited to, the following: • Consultation with Carl Walker Inc. and the selected A/E team to advise, assist and provide recommendations on all aspects of the planning and design of the parking structure. • Detailed cost estimating and knowledge of marketplace conditions. • Project planning and scheduling for both design and construction phases. • Review of in-progress design and construction documents and provide input and advice on construction feasibility, alternative materials, costs and availability. ---PAGE BREAK--- • Provision of alternative systems evaluation and constructability studies. • Coordination with the A/E and Carl Walker to advise the MRA of ways to gain efficiencies in project delivery and reduce overall delivery time. • Concurrence with plans and specifications prior to construction. • Submittal of a Guaranteed Maximum Price (GMP) for MRA/MRP review and negotiation. • Serve as the general contractor during construction. • Construction coordination with various utilities. • Responsibility for procurement of materials and equipment. • Provision of evidence that the CMAR and all subcontractors are paying Montana State Prevailing Wage Rates. • Scheduling and management site operations. • Bond and insure the construction. • Compliance with all applicable permitting requirements. Criteria for Selection The purpose of this RFQ process, as previously stated, is to identify qualified firms that are the most capable of providing the described services. Once identified, these firms will then be invited to respond to a Request for Proposals. The RFQ submittal should be organized to clearly address the criteria listed in this section which, among others, will be used in the evaluation of qualifications for both A/E and CMAR teams. A/E Selection Criteria The following generally identifies the types of criteria against which A/E firms will be evaluated and should be considered the minimum information to be submitted: • General description of the company and/or team that is proposing to provide A/E services. • List of professional licenses held by the team. • Design philosophy and approach to design in general. • Experience with design of buildings in an urban setting. • Prior design experience with projects of similar scale and complexity. • Prior experience with public-sector clients and processes for projects of similar scale and complexity. • History of working on projects using CMAR or Design-Build delivery method. • Professional qualifications and relevant experience of key personnel to be assigned to the project. • Location of key personnel to be assigned to the project. • History of effective schedule and budget management for projects of similar scale and complexity. • Describe the current workload and availability of adequate staff to handle the project, including project schedules and staffing for current and pending projects, as well as the anticipated impact of this project on those schedules and staffing plans. • Provide a list of projects of similar scale and complexity designed within the last five years, including a brief description, award date, construction cost, status of completion and one current reference with contact information. CMAR Selection Criteria The following generally identifies the types of criteria against which CMAR firms will be evaluated and should be considered the minimum information to be submitted: • General description of the company and/or team that is proposing to provide CMAR services, including the organization of the company or team. • List of Montana professional and contractor licenses held by the team or firm. ---PAGE BREAK--- • List of any contract or subcontract held by the firm which has been terminated within the last five years. • History and experience with projects similar to the project under consideration. • Qualifications and experience of key personnel to be assigned to the project, including the length of time with the firm. • Location of key personnel to be assigned to the project. • Understanding of the project and approach to performing the required services. • Firm’s approach to coordination with the design team. • Firm’s approach to project management and team organization during design and construction phase, including systems used for planning, scheduling, estimating and managing construction. • Demonstrate the ability of the firm or team members to complete projects within established budgets and deadlines. • Describe the current workload and availability of adequate staff to handle the project, including project schedules and staffing for current and pending projects, as well as the anticipated impact of this project on those schedules and staffing plans. • Provide information regarding the financial capability of the CMAR to successfully undertake projects of this type. • List of all CMAR or Design-Build projects awarded to the firm in the past five years, including brief project description, award date, construction cost, status of completion, and a current reference name with contact information. Submittal Requirements Proposals will be accepted only from contractors, architects and engineers who can demonstrate that they are licensed by the State of Montana. The SOQ shall include a one-page cover letter plus a maximum of twenty (20) pages total to address the SOQ evaluation criteria (excluding resumes but including an organization chart with key personnel and their affiliation). The intent is up to 20 pages from the A/E team and 20 pages from the CMAR firm. Resumes shall be attached as an appendix to the SOQ. Each team, A/E and CMAR, need only submit one set of documents and include in the cover letter a list of the firms/teams with whom they are submitting. Submittals will be accepted on or before January 16, 2009 at 4:00 MDT. One original proposal and 6 duplicates are to be delivered to the MRA at the address noted below. Submittal Costs Costs for developing the SOQ, including travel, mileage, printing and per diem, is entirely the responsibility of the Submitter and shall not be chargeable to the Missoula Redevelopment Agency or the Missoula Parking Commission. Return of Submittals Any documents submitted in response to the RFQ become the property of the MRA and may be returned only at the MRA’s option and at the Firm’s expense. Two copies shall be retained for official files. Questions Regarding the RFQ Any questions, interpretations or clarifications about this RFQ must be submitted to the Missoula Redevelopment Agency, Attention Ellen Buchanan, Director, 140 West Pine Street, Missoula, MT ---PAGE BREAK--- 59802. Questions may be sent via e-mail to Ellen Buchanan at [EMAIL REDACTED]. All questions must be submitted no later than January 12, 2009. Contact Information for Carl Walker Inc. Rob McConnell, P.E. Vice President/Regional Manager Carl Walker, Inc. 2460 W. 26th Avenue, Suite 500-C Denver, CO 80211 [EMAIL REDACTED] P [PHONE REDACTED] F [PHONE REDACTED] www.carlwalker.com Submittal Deadline and Contact Information Date: January 16, 2009 Time: 4:00 PM MDT Attention: Ellen Buchanan, Director Missoula Redevelopment Agency 140 West Pine Street Missoula, MT 59802 Phone: [PHONE REDACTED] Fax: [PHONE REDACTED] E-mail: [EMAIL REDACTED]