JOHN McDONOGH HIGH SCHOOL RENOVATION 2426 Esplanade …

28
REQUEST FOR QUALIFICATIONS (RFQ) Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 1 of 28 Issue 150206 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES JOHN McDONOGH HIGH SCHOOL RENOVATION 2426 Esplanade Avenue New Orleans, Louisiana 70119 RSD Project No. 2013-0528-0001 For RECOVERY SCHOOL DISTRICT LOUISIANA DEPARTMENT OF EDUCATION Date Request for Qualifications Issued: February 25, 2015 Deadline for Proposers to Submit Statements of Qualifications: March 31, 2015

Transcript of JOHN McDONOGH HIGH SCHOOL RENOVATION 2426 Esplanade …

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 1 of 28

Issue 150206

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

JOHN McDONOGH HIGH SCHOOL RENOVATION 2426 Esplanade Avenue

New Orleans, Louisiana 70119

RSD Project No. 2013-0528-0001

For

RECOVERY SCHOOL DISTRICT

LOUISIANA DEPARTMENT OF EDUCATION

Date Request for Qualifications Issued: February 25, 2015

Deadline for Proposers to Submit Statements of Qualifications: March 31, 2015

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 2 of 28

Issue 150206

Advertisement:

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 3 of 28

Issue 150206

Table of Contents

Cover Page ............................................................................................................................. Page 1 Advertisement ........................................................................................................................ Page 2 Table of Contents .................................................................................................................... Page 3

1.0 General Information 1.1 Introduction ............................................................................................................... Page 6 1.2 Project Objective ................................................................................................................. 6 1.3 Key Project Values .............................................................................................................. 6 1.4 Project Delivery Method Justification................................................................................. 6 1.5 Project Description, Preliminary Schedule and Preliminary Budget .................................. 6 1.6 Program Manager ............................................................................................................... 6 1.7 Architect .............................................................................................................................. 6 1.8 Consultants ......................................................................................................................... 6 1.9 Overview of the Process ..................................................................................................... 7 1.10 Registration as a Proposer .................................................................................................. 7 1.11 Minimum Qualifications of Proposer .................................................................................. 7 1.12 Terminology ........................................................................................................................ 8

2.0 Specific Information 2.1 Owner’s Statement regarding Project Delivery Team ............................................... Page 8 2.2 General Scope of Work ....................................................................................................... 8 2.3 Selection of Key Subcontractors ......................................................................................... 9 2.4 Disadvantaged Business Enterprises (DBE) Participation Strategy ..................................... 9 2.5 BIM Implementation Plan - Modified ................................................................................. 9 2.6 Master Project Schedule Requirements ............................................................................. 9 2.7 Other Requirements ......................................................................................................... 10 2.8 Compensation for Preconstruction Phase Services .......................................................... 12 2.9 Compensation for Construction Phase Services ............................................................... 12

3.0 Administrative Information 3.1 General ..................................................................................................................... Page 12 3.2 Solicitation Coordinator .................................................................................................... 13 3.3 Communications ............................................................................................................... 13 3.4 Anticipated Schedule of Activities .................................................................................... 14 3.5 Addenda ............................................................................................................................ 14 3.6 Discrepancies, Errors and Omissions in this RFQ .............................................................. 14 3.7 Discrepancies, Errors and Omissions in SOQ .................................................................... 14 3.8 Withdrawal, Modification and Resubmission of SOQ ...................................................... 14

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 4 of 28

Issue 150206

3.9 Valid Period ....................................................................................................................... 15 3.10 Ownership of SOQ ............................................................................................................ 15 3.11 Cost of Preparing SOQ ...................................................................................................... 15 3.12 Proprietary Data ............................................................................................................... 15 3.13 Rejection of SOQ ............................................................................................................... 16 3.14 Waiver of Administrative Informalities............................................................................. 17 3.15 Exceptions to Terms and Conditions ................................................................................ 17

4.0 Response Instructions

4.1 Submission of Statement of Qualifications.............................................................. Page 18 4.2 Specific Requirements ...................................................................................................... 18 4.3 Required Content of SOQ ................................................................................................. 18 TAB 1 Signed Cover Letter, etc. ...................................................................................... 18 TAB 2 Proprietary Information ....................................................................................... 19 TAB 3 Executive Summary.............................................................................................. 19 TAB 4 Business Organization and History of the Firm ................................................... 19 TAB 5 Organizational Structure ...................................................................................... 20 TAB 6 Safety ................................................................................................................... 21 TAB 7 Financial Condition and Insurance Requirements ............................................... 21 TAB 8 Experience of Key Personnel of PCM and CMR Team(s) and Staffing Plan ......... 22 TAB 9 Experience on Similar Projects ............................................................................ 23 TAB 10 Management Approach and Services .................................................................. 24 TAB 11 Unique Capabilities and/or Resources ................................................................. 24 TAB 12 Disadvantaged Business Enterprise Strategy ....................................................... 25

5.0 Evaluation and Selection Process 5.1 Preliminary Administrative Screening ..................................................................... Page 26 5.2 The Selection Review Committee ..................................................................................... 26 5.3 Evaluation and Scoring Process ........................................................................................ 26 5.4 SOQ Evaluation Phase Criteria .......................................................................................... 27 5.5 Oral Interview Evaluation Phase Criteria .......................................................................... 27 5.6 Review and Evaluation Duration ....................................................................................... 28 5.7 Award Procedure and Announcement ............................................................................. 28

6.0 Exhibits ................................................................................................................................. Page 28

Exhibit A: Owner’s Key Project Values...................................................................... Two (2) pages Exhibit B: Project Delivery Method Justification ....................................................... One (1) page Exhibit C: Description of Project ............................................. One-hundred-thirteen (113) pages

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 5 of 28

Issue 150206

Exhibit D: Preliminary Project Schedule .................................................................... One (1) page Exhibit E: Preliminary Project Budget ....................................................................... One (1) page Exhibit F: Standard Form of Agreement Between Owner and

Construction Manager as Constructor – AIA A133TM -2009 amended by Owner, including Exhibits A, B and C ........................................................ Fifty-eight (58) pages

Exhibit G: General Conditions of the Contract for Construction –

AIA A201TM -2007 amended by Owner ................ One-hundred-twenty-six (126) pages Exhibit H: Owner’s Disadvantaged Business Enterprise Provisions ........ Twenty-three (23) pages SOQ Phase DBE Reporting Forms: Exhibit H.1.1: CMAR DBE Contracting Compliance Certification.............. One (1) page Exhibit H.1.2: CMAR DBE Contracting Action Plan ................................... One (1) page Exhibit H.1.3: CMAR Community Outreach Action Plan........................... One (1) page Preconstruction Phase DBE Reporting Forms: Exhibit H.2.1: CMAR DBE Pre-Construction Contracting Schedule ......... Two (2) pages Exhibit H.2.2: CMAR Pre-Construction DBE Good Faith Efforts ........... Three (3) pages Exhibit H.2.3: CMAR DBE Participation Acknowledgement ..................... One (1) page Construction Phase DBE Reporting Forms: Exhibit H.3.1: CMAR DBE Report I: DBE Contracting Compliance .......... Two (2) pages Exhibit H.3.2: CMAR DBE Report II: Community Employment Report ... One (1) page Exhibit H.3.3: CMAR DBE Report III: Minority & Female Participation .. Two (2) pages

Exhibit I: Owner’s BIM Implementation Plan ....................................................... Seven (7) pages Exhibit J: Owner’s Schedule Requirements ................................................ Seventeen (17) pages Exhibit K: Owner’s Proposer Response/ Acknowledgement of Addenda Form ....... One (1) page Exhibit L: Matrix of Projects and Key Personnel example ........................................ One (1) page End of Table of Contents

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 6 of 28

Issue 150206

1.0 General Information 1.1 Introduction

The Owner is the Recovery School District (RSD), a special statewide school district administered by the Louisiana Department of Education (LDOE). The Owner intends to design and construct this Project using Construction Management at Risk project delivery method in accordance with Louisiana Revised Statute 38:2225.2.4. The Owner has retained a Program Manager and an Architect for this project, and seeks to complement the existing project delivery team with a qualified Construction Manager at Risk. This Request for Qualifications (RFQ) document is issued to solicit a Statement of Qualifications (SOQ) from prospective Construction Managers at Risk for this project only. Proposers must meet minimum qualifications defined herein.

1.2 Project Objective The Owner’s objective in issuing this RFQ and offering this Project is to satisfy Owner’s Master

Plan requirements for a new high school. The Owner’s Master Plan is available for review on the Owner’s website at www.rsdla.net.

1.3 Key Project Values Compliance with and achievement of Owner’s Key Project Values is required of the project

delivery team. The Owner’s Key Project Values for this Project is attached as Exhibit A. 1.4 Project Delivery Method Justification Construction Management at Risk project delivery method justification for this Project is

attached as Exhibit B. 1.5 Project Description, Preliminary Schedule and Preliminary Budget The Project, entitled John McDonogh High School Renovation, is described in Exhibit C of this

RFQ. The Project’s preliminary schedule is described in Exhibit D, and the preliminary budget is described in Exhibit E of this RFQ.

1.6 Program Manager The Owner has retained Jacobs/CSRS as Owner Representative and Program Manager for this

Project. 1.7 Architect The Owner has retained VergesRome Architects, APAC as Professional of Record (Architect) for

this Project. 1.8 Consultants

The Owner has retained the following consultants for this Project, providing expertise in field(s) noted: 1.8.1 SSRCx, LLC – Building Commissioning Agents

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 7 of 28

Issue 150206

1.9 Overview of the Process

1.9.1 Qualified interested parties submit Statement of Qualifications (SOQ) in response to this Request for Qualifications (RFQ).

1.9.2 A Selection Review Committee organized by the Owner will evaluate and score qualified SOQ’s received in response to this RFQ. Oral interviews, by invitation based on SOQ evaluation scoring, are part of the evaluation process.

1.9.3 Based upon recommendation by the Selection Review Committee, Owner will select one Proposer and contract with same for preconstruction phase services as defined herein. The successful Proposer will join the existing project delivery team and fulfill the duties of the Preconstruction Manager (PCM).

1.9.4 Preconstruction phase services performed by the PCM include tabulation and submission of cost estimates, including a Guaranteed Maximum Price (GMP) proposal addressing final project cost, scope and schedule.

1.9.5 Should Owner accept the GMP proposal, the Owner intends to amend the preconstruction phase services contract to engage PCM to perform construction phase services as defined herein. At such time the PCM will become the Construction Manager at Risk (CMR) and will proceed with construction of the project.

1.9.6 Should Owner not accept the GMP proposal, the preconstruction phase services contract will terminate and Owner will issue the project for public bid in conventional manner. The former PCM will not be eligible to submit a bid.

1.10 Registration as a Proposer

Interested parties will be registered as a Proposer by the Solicitation Coordinator upon request of RFQ documents.

1.11 Minimum Qualifications of Proposer Proposers must be able to document compliance with the following minimum qualifications in order to be considered for this Project: 1.11.1 A minimum of five (5) years experience as a licensed General Contractor and/or

Construction Manager for a minimum of five (5) similar projects. Similar in this context means new construction and/or renovation of commercial, educational, governmental and/or similar facilities, with size, scale and complexity of projects being comparable to this Project.

1.11.2 Projects must have had activity within the past ten (10) years. Completed projects and projects currently in-progress are acceptable.

1.11.3 Proposer shall certify that the legal entity executing any contract emanating from this RFQ is a duly licensed General Contractor in the Building Construction classification as required by the State of Louisiana. Required duration of licensure is further discussed herein.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 8 of 28

Issue 150206

1.11.4 If the Proposer is a joint-venture or other combination of two or more firms, each of the firms must hold the proper license. Required duration of licensures is further discussed herein.

1.12 Terminology The following acronyms and terms used in this RFQ are clarified here:

1.12.1 Proposer, or proposer: The entity submitting a Statement of Qualifications (SOQ) in response to this Request for Qualifications (RFQ).

1.12.2 Preconstruction Manager (PCM): This entity is the Construction Manager at Risk providing preconstruction services in advance of Owner’s acceptance of the Guaranteed Maximum Price proposal.

1.12.3 Construction Manager at Risk (CMR). This entity is the Construction Manager at Risk providing construction phase services following Owner’s acceptance of the Guaranteed Maximum Price proposal.

2.0 Specific Information

2.1 Owner’s Statement regarding Project Delivery Team The Owner desires that the PCM (and subsequently, the CMR) become integral members of the existing project delivery team and be actively involved in all aspects of the process related to the design, bidding, award, construction and occupancy of the Project, exercising duties as required and as generally defined in this RFQ and the attached proposed Contract and General Conditions. The PCM/CMR is expected to fully cooperate with, and maintain a high-degree of professionalism with, the entire project delivery team.

2.2 General Scope of Work 2.2.1 Preconstruction Phase

The successful Proposer will join the existing project delivery team and fulfill the duties of the Preconstruction Manager (PCM). Duties of the PCM and general scope of work for preconstruction phase are defined in Articles 2.1 and 2.2 of the proposed Contract attached as Exhibit F. Additional requirements are discussed in this RFQ.

2.2.2. Construction Phase Should the Owner accept a GMP proposal from the PCM, the Contract will be amended

to authorize the PCM to perform construction phase services as the Construction Manager at Risk (CMR). Duties of the CMR and general scope of work for construction phase are defined in Article 2.3 of the proposed Contract attached as Exhibit F, and subject to compliance with the proposed General Conditions attached as Exhibit G. Additional requirements are discussed in this RFQ.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 9 of 28

Issue 150206

2.2.3 Other Services PCM and/or CMR may be asked to perform other duties or provide other services

related to the scope of this project, subject to mutual agreement regarding exact scope, schedule, costs and fees.

2.3 Selection of Key Subcontractors

As part of preconstruction phase services, the PCM shall implement a structured, qualifications-based process for prequalification, selection and/or confirmation of Key Subcontractors. The Key Subcontractor prequalification, selection/confirmation process is anticipated to involve the entire project delivery team to determine a qualifications-based selection method that will: 2.3.1 Encourage participation of qualified local firms (defined as any firm headquartered in

the State of Louisiana) and qualified local DBE Firms. 2.3.2 Consider all criteria outlined in this RFQ. 2.3.3 Strive to ensure an appropriate fit for the Project and for the project delivery team. 2.3.4 Ensure the Owner’s Key Project Values are achieved. 2.3.5 Ensure alignment with relevant sections of the proposed Contract and General

Conditions.

2.4 Disadvantaged Business Enterprises (DBE) Participation Strategy As part of preconstruction and construction phase services PCM/CMR shall maximize the

participation of Disadvantaged Business Enterprises in compliance with the Owner’s Disadvantaged Business Enterprise Provisions attached as Exhibit H. Proposers shall include information in SOQ regarding community outreach, compliance monitoring and reporting, previous experience with hiring and retaining local DBE contractors and subcontractors, and previous DBE goals achieved on past projects. Proposers shall include comprehensive plans to maximize the use of Disadvantaged Business Enterprises in the services and work to be performed, for both preconstruction phase services and construction phase services.

2.5 BIM Implementation Plan As part of preconstruction and construction phase services PCM/CMR shall collaborate with the

Architect on the use of Building Information Modeling (BIM) for the Project, in compliance with the BIM Implementation Plan attached as Exhibit I. The Architect will develop the BIM model throughout the design process and deliver a compatible BIM model for use by the PCM/CMR for preconstruction and construction phase services. The PCM/CMR shall maintain and/or update the BIM model throughout the duration of construction and deliver to the Owner complete electronic models of as-built conditions for use by Owner. The PCM/CMR is responsible for costs, if any, associated with the web-accessed transfer site arranged by Architect.

2.6 Master Project Schedule Requirements

As part of preconstruction and construction phase services PCM/CMR shall develop and maintain a Master Project Schedule for the project, in compliance with the Scheduling Requirements attached as Exhibit J. The schedule shall cover all phases of the project from

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 10 of 28

Issue 150206

commencement of design to end of warranty period, and be updated at intervals appropriate to the stage of the project. Schedule updates are to be submitted for review and approval by Architect and Owner.

2.7 Other Requirements 2.7.1 PCM/CMR shall have key full-time representatives domiciled in close proximity to the

project site and shall have an established office in the greater New Orleans metro area. If engaged to perform construction phase services CMR shall establish a field office on the project site.

2.7.2 PCM/CMR must, to the extent applicable, comply with all policies of the Owner, including but not limited to the current issue of the “Disadvantaged Business Enterprise, Equal Opportunity and Affirmative Action Provisions for Recovery School District Construction Contracts” attached as part of Exhibit H.

2.7.3 PCM/CMR shall not unlawfully discriminate against any employee or applicant for

employment because of race, color, age, religion, ancestry, sex, national origin, local custom, or sexual orientation.

2.7.4 All contracts involving the Owner and PCM/CMR and/or third persons shall incorporate

by reference and shall be in accordance with all applicable federal, state and local laws, ordinances, rules, regulations and orders. Proposer shall be responsible for compliance with all federal, state and local laws, ordinances, rules, regulations and orders in the management and construction of the Project.

2.7.5 If awarded a contract to provide construction phase services for the Project, CMR shall

obtain payment and performance bonds from an approved surety, which bonds shall name the Owner (or its designee) as an obligee. The performance bond and the payment bond shall each be in an amount equal to 100% of the contract amount and shall serve as security for the payment of all labor, materials, equipment and supplies as well as the full and complete performance of the entire work and services to be performed by the CMR. The performance bond and payment bond shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Services list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best’s Key Rating Guide. Proposer shall include in the SOQ information on its surety including the name, address, telephone number, contact person and duration of relationship.

2.7.6 Proposer shall include in its SOQ evidence of its ability to obtain the required insurance

coverages on the Project by PCM/CMR and all contractors that Proposer identifies as members of its team. If awarded a contract to provide construction management

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 11 of 28

Issue 150206

services for the Project, PCM/CMR shall deliver to the Owner a complete certified copy of all insurance policies prior to commencing work and as a condition precedent to any payment. The Owner (or its designee) shall be named as an additional insured, without restriction to cross claims, on all policies of insurance except for professional liability. Proposer shall be required to carry Builders Risk insurance at all times during construction until final acceptance and complete occupancy of the completed facility.

2.7.7. If awarded a contract to provide construction management services for the Project,

PCM/CMR shall provide all insurance coverages required by the Procedures Manual for Insurance Requirements in Contracts and Indemnification Agreement (Hold Harmless) for the State of Louisiana, latest edition.

(Reference: http://doa.louisiana.gov/orm/word/uwcontr.doc)

2.7.8 For a time period of at least five (5) years preceding the date of this RFQ, and continuing for a period of at least one (1) year after final completion and final acceptance of the Project, Proposer shall be duly licensed and registered as a General Contractor in the Building Construction classification as required by the State of Louisiana or a corresponding license classification in any other U.S. State. In the event that Proposer consists of more than one entity with the intent to combine to form a joint venture, the years of licensing and registration of the constituent entities of such joint venture may be combined to arrive at the five year (5) requirement. In the case of acquired or merged companies, the acquired company’s prior years of licensing can be counted by the newer acquiring company/Proposer towards fulfillment of this five (5) year requirement. Copies of all professional licenses, current and valid in accordance with all applicable Louisiana laws, shall be submitted by the Proposer with its SOQ.

2.7.9 All contractors and subcontractors identified as part of PCM/CMR’s team must, as of the

date of this RFQ, and continuing through final completion and final acceptance of the Project, be duly licensed and registered by the Louisiana State Licensing Board for Contractors as provided for in La. R.S. 37:2150 et seq. and its implementing rules and regulations. Copies of all professional licenses, current and valid in accordance with all applicable Louisiana laws, shall be submitted by the Proposer with its SOQ.

2.7.10 To avoid any conflict of interest or the appearance of any conflict of interest in

connection with this RFQ, Proposer must disclose in its SOQ any relationship Proposer, its parent or subsidiary, its current or former owners, officers, directors, employees, members of Proposer’s team and/or others affiliated with Proposer have or in the past have had with: (1) current or former RSD, LDOE or BESE Board members or employees or relatives of said members or employees; or (2) anyone who has a contract or other relationship with a current or former RSD, LDOE or BESE Board member or employee or relative of said member or employee who is or was significantly involved in the organization, preparation, or administration of this RFQ or otherwise was in a position

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 12 of 28

Issue 150206

to significantly affect the RFQ either through a decision-making capacity or through a review process.

2.7.11 If Proposer is a joint venture or intends to form a joint venture for purposes of this

Project, it is not necessary for the joint venture to be registered with the Louisiana Secretary of State at the time of submission of Proposer’s SOQ. However, if such Proposer is awarded a contract to provide construction management services for the Project, the joint venture shall be registered at the time of execution of the Contract.

2.7.12 Proposer shall provide evidence showing that Proposer has the legal ability to enter into

and perform a contract with the Owner to provide construction and/or construction management services for the Project.

2.8 Compensation for Preconstruction Phase Services

In accordance with Article 4 of the proposed Contract, the Owner will compensate the PCM a fixed fee in the amount of One-hundred-forty-seven thousand dollars ($147,000.00) for satisfactory prosecution of the preconstruction phase services defined herein. Anticipated duration of preconstruction phase services is indicated in Preliminary Project Schedule at Exhibit D. Fee to be paid in increments based upon percentage of completion of Construction Documents by Architect, and as follows: 2.8.1 PCM to invoice Owner monthly. 2.8.2 Architect to review PCM invoices and make payment recommendation to Owner. 2.8.3 Owner reserves final approval rights of PCM invoices. 2.8.4 Owner shall make payment to the PCM not later than forty-five (45) days after the

Owner’s receipt of the Architect-approved PCM invoice. 2.8.5 No other compensation or reimbursement is anticipated except for this fixed fee.

2.9 Compensation for Construction Phase Services If engaged to perform construction phase services, in accordance with Article 5 of the proposed Contract, the Owner will compensate the CMR a construction management fee for satisfactory execution of the construction phase services. The proposed construction management fee is to be calculated (as a fixed percentage added to the Cost of the Work) by the PCM and included as a separately-identified component of the Guaranteed Maximum Price proposal.

3.0 Administrative Information 3.1 General Proposers shall comply with all requirements in this RFQ, and all applicable laws and regulations,

in order to become eligible to submit a SOQ for this project. Any SOQ submitted must comply

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 13 of 28

Issue 150206

with all instructions and contain all required information in order to be considered responsive. Owner reserves the right to reject any non-responsive SOQ.

3.2 Solicitation Coordinator Inquiries regarding the RFQ shall be submitted in writing to the Solicitation Coordinator either by e-mail, written correspondence hand delivered, or written correspondence delivered by express delivery or U.S. mail. Questions shall be received no later than 4:00 pm local time on the date indicated in the Anticipated Schedule of Activities herein. All correspondence shall indicate Proposer’s name, Louisiana General Contractor’s license number, company address, main point of contact, and shall be labeled “Proposal for RSD – <Project Name> CMaR Project”. Questions sent by e-mail shall be directed to:

[email protected] Questions, and SOQ’s, sent by U.S. mail shall be directed to:

Department of Education Purchasing and Contracts P.O. Box 94064 Baton Rouge, LA 70804-9064 Attn: Ms. Leslie Jewell

Questions, and SOQ’s, hand delivered or sent by express delivery shall be directed to:

Department of Education Purchasing and Contracts Section Claiborne Building – 5th Floor Room 5-242 1201 North Third Street Baton Rouge, LA 70802 Attn: Ms. Leslie Jewell

Neither oral nor written communications regarding this RFQ and/or any aspect of the solicitation for this Project by RSD, LDOE or Jacobs/CSRS, officers, employees, or consultants, other than by written addenda to the RFQ, shall have any effect or be binding on the RSD, LDOE, or Jacobs/CSRS.

3.3 Communications All communications concerning this solicitation, its evaluation, and negotiations are formal. All correspondence must be in writing and transmitted directly to the Solicitation Coordinator indicated herein. Proposers are not permitted to ask questions about other proposals, or to seek information from RSD, LDOE or Jacobs/CSRS, officers, employees, or consultants regarding this RFQ or the evaluation results. If a Proposer is approached by any party other than the RFQ

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 14 of 28

Issue 150206

Coordinator with information or questions concerning this RFQ, the Proposer shall immediately contact the Solicitation Coordinator for direction. Failure to abide by this formal communication requirement may cause the Owner to disqualify affected SOQ’s from further consideration.

3.4 Anticipated Schedule of Activities The Owner intends to adhere to the Preliminary Project schedule attached as Exhibit D, subject

to modifications at Owner’s sole discretion if in best interest of the Project. Note the schedule includes date, time and location for the Mandatory Pre-Proposal

Conference. Attendance by Proposer is mandatory and is a prerequisite for submitting an SOQ.

3.5 Addenda

The Owner may modify this RFQ prior to the date fixed for submission of SOQs, by issuance of addenda. Any supplemental instructions, answers to written questions, or interpretations of the meaning of the RFQ will, where appropriate, be made in the form of written addenda to the RFQ which, if issued, will be sent via e-mail and U.S. mail within a period of at least seventy-two (72) hours prior to the due date for submission of SOQs, excluding Saturdays, Sundays, and any other legal holidays, to all parties who are registered as Proposers.

3.6 Discrepancies, Errors and/or Omissions in this RFQ Proposers shall promptly report, in writing, any discrepancies, errors and/or omissions detected

in this RFQ to the Solicitation Coordinator. No Proposer will be entitled to additional compensation or consideration for any discrepancy, error and/or omission in this RFQ whether or not reported to the Solicitation Coordinator.

3.7 Discrepancies, Errors and/or Omissions in SOQ The Owner will not be liable for any errors or omissions in SOQs submitted in response to this

RFQ. Proposer will not be allowed to alter its SOQ after the deadline for submission, except under the following circumstances: SOQs containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the SOQ, may be withdrawn by the Proposer if clear and convincing sworn, written evidence of such errors is furnished to the Owner within forty-eight (48) hours of the deadline for submitting SOQs, excluding Saturdays, Sundays, and legal holidays. The Owner, at its option, has the right to request clarification or additional information from the Proposer.

3.8 Withdrawal, Modification and Resubmission of SOQ A Proposer may withdraw or modify a submitted SOQ at any time prior to SOQ submission

deadline by contacting the Solicitation Coordinator in writing. Modifications to a submitted SOQ must be completed prior to SOQ submission date. Withdrawn SOQ’s may be resubmitted at any time prior to SOQ submission deadline.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 15 of 28

Issue 150206

3.9 Valid Period Proposer’s SOQ shall remain valid and binding, and shall not be withdrawn, for a period not less

than ninety (90) calendar days following SOQ submission deadline. 3.10 Ownership of SOQ All materials submitted in response to this RFQ become property of the Owner and public

record, regardless of whether or not SOQ is selected or rejected. No materials will be returned to Proposers.

3.11 Cost of Preparing SOQ The Owner is not responsible for any costs or expenses incurred by Proposers associated with

the preparation, submittal and/or presentation of any SOQ submittals, including costs and expenses associated with the oral interview process.

3.12 Proprietary Data

3.12.1 This RFQ and all SOQs submitted in response hereto are subject to the Louisiana Public Records Law, La. R.S. 44:1 et seq. Pursuant to the Louisiana Public Records Law, all proceedings, records, contracts, and other public documents relating to this RFQ shall be open to public inspection. Proposers are reminded that while trade secrets and other proprietary information they submit in conjunction with this RFQ may not be subject to public disclosure, protections must be claimed by the Proposer at the time of submission of its SOQ. Proposers should refer to the Louisiana Public Records Law for further clarification.

3.12.2 The Proposer must clearly designate the part(s) of its SOQ that contains a trade secret

and/or privileged or confidential proprietary information as “confidential” in order to claim protection, if any, from disclosure. The Proposer shall mark the cover sheet of the SOQ with the following legend, specifying the section(s) of his SOQ sought to be restricted in accordance with the conditions of the legend:

“The data contained in pages _____of this SOQ have been submitted in confidence and contain trade secrets and/or privileged or confidential information and such data shall only be disclosed for evaluation purposes, provided that if a contract is awarded to this Proposer as a result of or in connection with the submission of this SOQ, the Owner shall have the right to use or disclose the data therein to the extent provided in the Contract. This restriction does not limit the Owner’s right to use or disclose data obtained from any source, including the Proposer, without restrictions.”

3.12.3 Further, to protect privileged or confidential proprietary information, each page

containing such information shall be specifically identified and marked “CONFIDENTIAL”.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 16 of 28

Issue 150206

3.12.4 Proposers must be prepared to defend the reasons why the material should be held confidential. If a competing Proposer or other person seeks review or copies of another Proposer's confidential data, the Owner will notify the owner of the asserted data of the request. If the owner of the asserted data does not want the information disclosed, it must agree to indemnify the Owner and hold the Owner harmless against all actions or court proceedings that may ensue (including attorney's fees), which seek to order the Owner to disclose the information. If the owner of the asserted data refuses to indemnify and hold the Owner harmless, the Owner may disclose the information.

3.12.5 The Owner reserves the right to make any SOQ, including proprietary information

contained therein, available to members of the Owner’s Selection Review Committee responsible for evaluating the SOQs, State agencies and/or other organizations, for the sole purpose of assisting in evaluation of the SOQ. The Owner shall require said individuals to protect the confidentiality of any specifically identified proprietary information or privileged business information obtained as a result of their participation in these evaluations.

3.12.6 If Proposer’s SOQ contains confidential information, Proposer shall also submit a

redacted copy of the SOQ. When submitting the redacted copy, Proposer should clearly mark the cover as such - “REDACTED COPY.” The redacted copy should also state which sections or information has been removed.

3.13 Rejection of SOQ It is the policy of the Owner not to solicit SOQs unless there is a bona fide intention to contract

with a qualified Proposer. However, the Owner reserves the right to reject any and all SOQs for any reason(s) permitted by law, including but not limited to the following: 3.13.1 Proposer’s SOQ contains false and misleading statements and/or references which, in

the sole judgment of the Owner, do not support an attribute or condition contended by the Proposer.

3.13.2 Proposer 's parent, subsidiary, current or former owners, officers, directors or

employees have, or in the past have had, an undisclosed relationship with a current or former RSD, LDOE or BESE Board member or employee or relative of said member or employee, or anyone who has a contract or other relationship with a current or former RSD, LDOE or BESE Board member or employee or relative of said board member or employee who is or was significantly involved in the organization, preparation, or administration of this RFQ or otherwise was in a position to significantly affect the RFQ either through a decision-making capacity or through a review process.

3.13.3 Principals and/or employees of any member of Proposer’s team have, or in the past

have had, an undisclosed relationship with a current or former RSD, LDOE or BESE Board member or employee or relative of said board member or employee, or anyone who

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 17 of 28

Issue 150206

has a contract or other relationship with a current or former RSD, LDOE or BESE Board member or employee or relative of said board member or employee who is or was significantly involved in the organization, preparation, or administration of this RFQ or otherwise was in a position to significantly affect the RFQ either through a decision-making capacity or through a review process.

3.13.4 Acceptance of the terms, conditions or obligations of Proposer’s SOQ may or would

cause the RSD to be in default of existing contractual obligations.

3.13.5 Proposer and/or any member of Proposer’s team has been placed in default and/or has received a notice of consideration of default on any previous construction project.

3.13.6 Proposer and/or any member of Proposer’s team has been involved, within the last five

(5) years, in litigation and/or claims submitted to formal dispute resolution (arbitration, mediation or otherwise) related to previous construction projects and was found to be at fault and/or liable for amounts deemed to be, in the sole discretion of the Owner, NOT immaterial.

3.13.7 Any executive official, proprietor, partner, incorporator, director, manager, officer,

organizer or member of Proposer or any member of Proposer’s team has been convicted of, or has entered a plea of guilty or nolo contendre to any of the following state crimes or equivalent federal crimes: public bribery, corrupt influencing, extortion, money laundering, theft, identity theft, theft of a business record, false accounting, issuing worthless checks, bank fraud, forgery, contractors misapplication of payments, or malfeasance in office.

3.14 Waiver of Administrative Informalities The Owner reserves the right, at its sole discretion if in best interest of the Project, to waive

administrative informalities contained in any SOQ. 3.15 Exceptions to Terms and Conditions The contract between the Owner and the Proposer arising from this selection process shall be

based on the terms and conditions as outlined within this RFQ, including exhibits. However, Owner reserves the right to negotiate the terms of the Contract and General Conditions and/or services as generally referred to in this RFQ prior to execution of the contract.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 18 of 28

Issue 150206

4.0 Response Instructions 4.1 Submission of Statement of Qualifications (SOQ)

SOQ must be submitted to the Solicitation Coordinator on or before the date and time specified in the Anticipated Schedule of Activities. It is Proposer’s responsibility to ensure SOQ is submitted prior to the deadline, via method determined by Proposer and at Proposer’s cost. SOQs must be submitted in the format described below, with required information in each of the tabs and exhibits completed in full. The required information should be presented in a clear and concise manner. The clarity and succinctness of responses will be valued over volume.

4.2 Specific Requirements

Submit one (1) original SOQ (with original signatures wherever required) and ten (10) copies, each securely bound into a durable three ring binder. SOQ binders shall conform to the following requirements: 4.2.1 Standard letter-size pages (8.5” x 11”) only. 4.2.2 Fifty (50) page limit using 10 point minimum font size. A page is defined as one 8.5” x

11” page printed on one side. Printing on both sides is considered two pages. The page limit excludes the table of contents, cover letter, tabs, dividers and any Owner-requested documents included as attachments. All pages are to be numbered.

4.2.3 Include one compact disc with entire SOQ in searchable, locked Adobe PDF format. Label disc to match binders.

4.2.4 Package binders and compact disc together in sealed package. Clearly identify the original SOQ binder to differentiate it from the copies, as the original may become an attachment to the Contract.

4.3 Required Content of SOQ

SOQ should include twelve (12) tabbed sections containing the following information: TAB 1: Signed Cover Letter, Proposer Response Form and Acknowledgement of Addenda A signed one-page cover letter to request consideration and to clearly indicate the

single contact and authorized representative of the Proposer with mailing address, facsimile number, email address and website. The representative must be authorized under Louisiana law to bind the Proposer contractually. The authorized representative shall certify that the information provided in response to this RFQ is true, accurate and complete. This certification shall be notarized. Address cover letter to the Solicitation Coordinator identified in this RFQ. Include the Proposer Response Form / Acknowledgement of Addenda Form (attached as Exhibit K), completely filled-out as required, and appropriate signature authorization documentation. The latter documents shall not count in the page limit stated herein.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 19 of 28

Issue 150206

TAB 2: Proprietary Information State if any information contained in the SOQ is being declared proprietary as discussed

in Section 3.12 of this RFQ. TAB 3: Executive Summary Provide a brief summary of the SOQ’s contents, emphasizing any unique aspects or

strengths of the SOQ. The Executive Summary should be limited to three (3) pages. TAB 4: Business Organization and History of the Firm

Provide a narrative on the history of the firm including years in business and the depth of resources to provide Preconstruction and Construction Management at Risk services. Explain the size of your firm, including office locations and the legal structure. If the proposer is a joint venture or includes partners or key sub-consultants or sub-contractors as part of the CMR, please explain the relationships of the parties. T4.1 Arbitration/Litigation Proceedings

Identify any and all lawsuits, mediations and/or arbitration proceedings that you were a party to that were filed within the last five (5) years.

T4.2 Disclosure of Conflicts

Disclose any financial or legal conflicts of interest, whether existing or potential, which may affect Proposer's performance of services required under the Agreement if Proposer is selected as Preconstruction/Construction Manager at Risk.

T4.3 References

T4.3.1 Provide the name, address and telephone number of no more than three (3) project Owners to act as references for the Proposer with whom Proposer has worked within the last five (5) years. Identify the project(s), location(s), and services performed.

T4.3.2 Provide the name, address and telephone number of no more than three (3) design professionals to act as references for the Proposer or persons currently employed by the Proposer with whom Proposer has worked within the last five (5) years. Identify the project(s), location(s), and services performed.

T4.3.3 Provide the name, address and telephone number of no more than three (3) Program Managers, if any were involved in referenced projects, to act as references for the Proposer or persons currently employed by the Proposer with whom Proposer has worked within the last five (5) years. Identify the project(s), location(s), and services performed.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 20 of 28

Issue 150206

T4.3.4 In providing the references, Proposer consents to Owner contacting Proposer's references for the purpose of evaluating Proposer’s qualifications.

TAB 5: Organizational Structure

This section of the SOQ should contain the following information and data: T5.1 If the Proposer is a corporation, provide the following information:

T5.1.1 Date of incorporation. T5.1.2 Place of incorporation and principal place of business. T5.1.3 Officers and Directors (include position, address and telephone

number). T5.1.4 Affiliates, partner corporations, and subsidiaries.

T5.2 If the Proposer is a general or limited partnership, provide the following information: T5.2.1 General Partners (include address and telephone number). T5.2.2 Limited Partners, if applicable (include address and telephone number).

T5.3 If the Proposer is a joint venture, provide the following information: T5.3.1 Date of formation. T5.3.2 Name and address of each venture partner. T5.3.3 Principals of each venture partner. T5.3.4 Venture partner holding the majority interest in the venture and its

percentage of interest. T5.3.5 Proposer shall include a copy of the Joint Venture agreement as an

attachment to proposal. Such attachment shall not count in the page limit stated herein.

T5.4 If the Proposer is a limited liability corporation, provide the following

information: T5.4.1 Date of formation. T5.4.2 Name and address of each member. T5.4.3 Name and address of managing member(s).

T5.5 If the Proposer is not a corporation, general or limited partnership, or joint venture, please identify the type of business entity and provide any pertinent information, including at a minimum: T5.5.1 Date of formation. T5.5.2 Name and address of each member. T5.5.3 Name and address of managing member(s).

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 21 of 28

Issue 150206

T5.6 Provide the total number of employees (divided into full-time and part-time);

and if sole proprietor, so state this. T5.7 Certify that the entity signing any contract emanating from this RFQ is a duly

licensed General Contractor in the Building Construction classification as required by the State of Louisiana.

TAB 6: Safety

This section of the SOQ shall contain the following information and data and shall be referenced to project examples listed under TAB 9: T6.1 Safety Program Description including:

T6.1.1 Name and Qualifications of Safety Officer. T6.1.2 Narrative description of program. T6.1.3 Training and safety education programs used. T6.1.4 Maintenance of your firm's safety statistics. T6.1.5 Organization chart showing relationship of safety officers to senior

management of Proposer's organization T6.2 Safety Record including:

T6.2.1 Man hours worked. T6.2.2 EMR rate and OSHA recordable rates. T6.2.3 Describe any OSHA violations and actions taken to correct and lessons

learned.

TAB 7: Financial Condition and Insurance Requirements This section of the SOQ should contain the following information and data: T7.1 The Proposer shall provide financial statements for the past three (3) fiscal years

which show net worth and all other financial information usually reflected on financial statement of the Proposer. If applicable, Proposers may designate financial information as confidential in accordance with Article 3.12 herein.

T7.2 The Proposer shall provide information regarding Proposer’s surety and

Proposers ability to provide specified payment and performance bonds. T7.3 The Proposer should examine the insurance requirements shown in the

attached Contract and General Conditions and shall provide an insurance certificate evidencing Proposer's liability coverage with minimum limits, per the insurance requirements in the attached contract.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 22 of 28

Issue 150206

TAB 8: Experience of Key Personnel of PCM and CMR Team(s) and Staffing Plan This section of the SOQ should contain the following information and data: T8.1 Preconstruction Manager (PCM) Organizational Chart

T8.1.1 Proposer shall submit a summary description of the Preconstruction Management Team. Include summary descriptions of key team members and how they have worked together in the past and plan to work together on this project to create value to Owner.

T8.1.2 Proposer shall submit a detailed organizational chart identifying the individuals whom the Proposer proposes to perform the services required under the Agreement. Any firms or individuals proposed to be subcontracted to the Proposer shall be clearly noted as such.

T8.1.3 The organizational chart shall be accompanied by a narrative summary indicating the duties, the functional responsibilities, and the designated authority of each individual on the chart.

T8.1.4 Proposer shall present a monthly proposed man-hour staffing plan consistent with the Preliminary Project Schedule, for the duration of the phase. Roles for Key Personnel and their involvement shall be highlighted and defined. Staffing plan shall respond to the PCM scope of work defined herein.

T8.1.5 Identify the Preconstruction services that PCM intends to subcontract, if any. Any firms or individuals proposed to be subcontracted to Proposer shall be named and clearly noted as such.

T8.1.6 Identify the relationships of any partner, Joint Venture or other vendor to PCM intended to participate on the project in direct relationship to Owner and Architect. Any firms or individuals proposed to be in such direct relationships shall be named and clearly noted as such.

T8.2 Construction Manager at Risk (CMR) Organizational Chart

T8.2.1 Proposer shall submit a detailed organizational chart identifying the individuals whom the Proposer proposes to perform the services required under the Agreement. Any firms or individuals proposed to be subcontracted to the Proposer shall be clearly noted as such.

T8.2.2 The organizational chart shall be accompanied by a narrative summary indicating the duties, the functional responsibilities, and the designated authority of each individual on the chart.

T8.2.3 Proposer shall present a monthly proposed man-hour staffing plan consistent with the Preliminary Project Schedule. Roles for Key Personnel and their involvement shall be highlighted and defined. Staffing plan shall respond to the scope description involving management of all phases to be delivered.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 23 of 28

Issue 150206

T8.2.4 Identify the relationships of any partner, Joint Venture or other vendor to CMR intended to participate on the project in direct relationship to Owner and Architect. Any firms or individuals proposed in such direct relationships shall be named and clearly noted as such.

T8.3 Key Personnel

For each person identified as Key Personnel by the Proposer, the following information should be provided in resume format: T8.3.1 Name and title. T8.3.2 Project responsibilities and roles. T8.3.3 Educational background. T8.3.4 Professional registrations and memberships T8.3.5 Years of relevant experience T8.3.6 Relevant project experience

TAB 9: Experience on Similar Projects This section of the SOQ addresses the Proposer’s related experience:

T9.1 Experience Constructing Major Commercial, Educational or Governmental

Construction Projects. Describe the Proposer's experience in the last five (5) years on any new construction and/or renovation of commercial, educational, governmental or similar facilities projects with size, scale and complexity being comparable to this Project. T9.1.1 Project name, location, description, size and cost. T9.1.2 Date of actual construction start and actual substantial completion

compared to planned start and planned completion; explain variances. T9.1.3 Original construction budget, final construction cost: explain variances. T9.1.4 Change orders.

T9.1.4.1 Number of Change Orders and dollar amounts. T9.1.4.2 Categories of change.

T9.1.4.2.1 Owner scope change. T9.1.4.2.2 Field conditions. T9.1.4.2.3 Other (describe).

T9.1.5 Owner and any other key project team members (include address and telephone number).

T9.1.6 Services performed by the Proposer or persons currently employed by the Proposer as well as the Proposer's office performing the work (if applicable).

T9.1.7 Architect of record. T9.1.8 Any awards, recognition, or communications related to the project.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 24 of 28

Issue 150206

T9.1.9 Personnel who worked on the project who are being proposed for this Project. Provide a Matrix of Projects and Key Personnel to demonstrate when the Key Personnel have worked together on other projects of similar scope and scale. An example of such a matrix is attached as Exhibit L.

T9.2 Specifically identify any litigation, mediation or arbitration related to or arising

from the referenced project(s), including description of final outcome or if still pending, description of current status.

TAB 10: Management Approach and Services

T10.1 The Proposer should provide a detailed narrative of the management approach

that will be used for the Project. The Proposer should identify any unique experience, qualifications, tools, techniques, and approaches that will best achieve the project's objectives. Proposer shall explain why and how it is industry-leading in these areas.

T10.2 The following issues should be addressed for both Preconstruction phase and

Construction Phase services: T10.2.1 Scheduling and scheduling management. T10.2.2 Cost tracking and control. T10.2.3 Project budget estimating and detailed construction cost estimating. T10.2.4 Project documentation and reporting. T10.2.5 Design review approaches. T10.2.6 Construction coordination and management. T10.2.7 Quality assurance and control plan. T10.2.8 Software programs, web based applications, and other computer

applications to be used or required for construction management, scheduling, and cost management tasks.

T10.2.9 Provide examples of project deliverables (as attachment to proposal, pages are excluded from page limit of proposal)

T10.2.10 Experience with alternate delivery strategies and innovative ways to accelerate procurement and project delivery.

T10.2.11 Experience with BIM and 3, 4 and 5D BIM technologies.

TAB 11: Unique Capabilities and/or Resources This section of the SOQ should summarize any unique capabilities and/or resources that distinguish Proposer with regard to this assignment.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 25 of 28

Issue 150206

TAB 12: Disadvantaged Business Enterprise Strategy This section of the SOQ should contain information regarding Proposer’s previous experience with hiring and retaining local DBE firms and meeting DBE participation goals (i.e., Disadvantaged Business Enterprises specifically, not general or aggregate diversity goals such as MBE, WBE, Section 3, etc.). It should also contain comprehensive plan to maximize the use of DBE’s in the services and work to be performed (CMAR DBE Contracting Action Plan) as well as a community engagement plan to maximize employment opportunities for local residents (CMAR Community Outreach Action Plan).

T12.1 The Proposer shall provide a list of previous projects containing DBE participation goals (i.e., Disadvantages Business Enterprises specifically, not general or aggregate diversity goals such as MBE, WBE, Section 3, etc.) and DBE participation achieved on said projects.

T12.2 The Proposer shall provide a list of all DBE firms Proposer utilized on

previous projects within the last five (5) years. Proposer must also disclose whether or not Proposer (e.g., owner, managing partner, board member, member etc.) had any interest in utilized DBE firms, including any ownership interest, and if so, percentage, any business or familial relationship, and/or any other type of relationship or interest with a DBE, and if so describe.

T12.3 The Proposer shall submit reference letters from five (5) DBE firms

utilized in last five (5) years. DBE reference letter must include specific project(s) on which they participated, scope(s) of work performed, services provided, and/or materials supplied for project(s). Letter must be on DBE firm letterhead and signed by owner or managing partner. DBE firm must also submit a copy of valid DBE Certification.

T12.4 The Proposer shall provide information regarding previous experience

working with DBE firms such as whether or not Proposer has ever released DBE firms prior to contract completion, has ever had issues with timely payment of DBE firms, steps taken to retain DBE firms on projects, experience partnering with and/or mentoring DBE firms.

T12.5 The Proposal shall submit information regarding past experience with

DBE compliance monitoring.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 26 of 28

Issue 150206

5.0 Evaluation and Selection Process 5.1 Preliminary Administrative Screening

Each SOQ submittal will be preliminarily screened to determine if it is complete prior to Owner’s evaluation. The Owner reserves the right to eliminate from further consideration any SOQ which is unresponsive to any of the requirements contained in this RFQ. An SOQ may be considered unresponsive if it includes extraneous information not specifically requested in this RFQ.

5.2 The Selection Review Committee Each SOQ submittal passing the preliminary administrative screening will be reviewed and

evaluated by a five (5) person Selection Review Committee organized by the Owner. The committee will be comprised of the following individuals:

5.2.1 One state-licensed Architect not involved in the Project.

5.2.2 One state-licensed General Contractor in the Building Construction classification not involved in the Project.

5.2.3 One representative of the Owner. 5.2.4 Two members at large.

5.3 Evaluation and Scoring Process The Selection Review Committee will evaluate and score qualified SOQ’s in accordance with criteria listed below at 5.4. Scoring from the SOQ evaluation will comprise sixty-percent (60%) of final tabulated score. At a minimum, the three (3) highest-scoring SOQ’s will be invited to participate in an oral interview with the Committee, which the Committee will score separately in accordance with criteria listed below at 5.5. Scoring from the oral interview will comprise forty-percent (40%) of final tabulated score. Owner will schedule any desired interviews and determine location. Format of the ninety (90) minute interviews as follows:

5.3.1 Thirty (30) minutes allowed for Proposer to present to Committee. 5.3.2 Sixty (60) minutes allowed for questions and answers. Owner reserves the right to extend or modify the time format as applicable.

Nothing is to be provided to the Committee during the oral interview except answers to questions. Key personnel, key subcontractors, DBE representatives and/or other parties may participate in oral interview at invitation of Proposer. Proposer shall furnish names and titles of any invitees in advance.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 27 of 28

Issue 150206

Scoring from SOQ evaluation phase and scoring from the oral interview phase will be tabulated at percentages indicated to determine recommended Proposer.

5.4 SOQ Evaluation Phase Criteria

The Selection Review Committee shall evaluate and score SOQ’s in accordance with the following criteria:

5.4.1 History, organization and financial conditions of the Proposer (10 points).

5.4.1.1 Business organization and history of the firm. 5.4.1.2 Organization structure. 5.4.1.3 Financial condition.

5.4.2 Qualifications and staffing plan (20 points). 5.4.2.1 Experience of key personnel proposed for this Project. 5.4.2.2 Preconstruction Phase Staffing Plans. 5.4.2.3 Construction Phase Staffing Plans.

5.4.3 Approach and methodology (30 points). 5.4.3.1 Management approach. 5.4.3.2 Project Organization. 5.4.3.3 Experience with innovative delivery and procurement strategies. 5.4.3.4 Unique capabilities/resources.

5.4.4 Past performance on similar projects (20 points). 5.4.4.1 Experience on similar projects. 5.4.4.2 Customer (owner) satisfaction on similar projects.

5.4.5 Disadvantaged Business Enterprises Strategy (20 points). 5.4.5.1 Proposed strategy to maximize DBE participation on this Project. 5.4.5.2 Past performance of DBE participation on similar projects.

The highest possible score for SOQ review and evaluation phase is 100 points, and will comprise sixty-percent (60%) of final tabulated score.

5.5 Oral Interview Evaluation Phase Criteria

The Selection Review Committee shall evaluate and score the oral interviews in accordance with the following criteria:

5.5.1 Team compatibility and intra-team relationships (20 points).

5.5.1.1 Qualifications and experience of proposed team members on projects similar to this Project.

REQUEST FOR QUALIFICATIONS (RFQ)

Owner: State of Louisiana, Department of Education, Recovery School District Feb. 25, 2015 Project: John McDonogh High School Renovation Services: Construction Management at Risk Page 28 of 28

Issue 150206

5.5.1.2 Past performance of proposed team members on projects similar to this Project. 5.5.1.3 History of previous professional relationship(s) between proposed team

members, the Architect, the Program Manager and the Owner. 5.5.2 Approach and methodology (20 points).

5.5.2.1 Proposed strategies to achieve Owner’s Key Project Values for this Project. 5.5.2.2 Creative thinking and innovative approaches proposed for this Project.

5.5.3 Discussion of information in SOQ (20 points).

5.5.3.1 Ability to respond to questions and provide further information regarding content of SOQ.

5.5.3.2 Discussion of specific unique capabilities and/or resources proposed for this Project.

5.5.4 Past performance on similar projects (20 points).

5.4.4.1 Experience on similar projects. 5.4.4.2 Customer (owner) satisfaction on similar projects.

5.5.5 Disadvantaged Business Enterprises Strategy (20 points).

5.5.5.1 Discussion of proposed strategy to maximize DBE participation on this Project. 5.5.5.2 Ability to present representatives from DBE firms anticipated to work on this

Project and anticipated role of DBE (i.e., whether consultant, subcontractor, supplier, etc.).

5.5.5.3 Verification of DBE participation on previous similar projects.

The highest possible score for the oral interview phase is 100 points, and will comprise forty-percent (40%) of final tabulated score.

5.6 Review and Evaluation Duration

The Selection Review Committee shall complete review and evaluation of SOQ’s, conduct the interviews, compile scoring, and make a written recommendation to the Owner within ninety (90) days of SOQ submission deadline.

5.7 Award Procedure and Announcement

Based upon the written recommendation of the Selection Review Committee the Owner will notify the successful Proposer and initiate Contract execution for preconstruction phase services. Unsuccessful Proposers will be notified in writing.

6.0 Exhibits Refer to Table of Contents for inventory of Exhibits attached to this RFQ. End of RFQ