18031 Fire Station #2 Relocation – Construction Manager at Risk Services

expired opportunity(Expired)
From: Gainesville(City)
18031 Fire Station #2 Relocation – Construction Manager at Risk Services Proposal Release: November 5, 2018...

Basic Details

started - 22 Nov, 2018 (about 5 years ago)

Start Date

22 Nov, 2018 (about 5 years ago)
due - 07 Dec, 2018 (about 5 years ago)

Due Date

07 Dec, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
18031 Fire Station #2 Relocation – Construction Manager at Risk Services Proposal Release: November 5, 2018...

Identifier

18031 Fire Station #2 Relocation – Construction Manager at Risk Services Proposal Release: November 5, 2018...
City of Gainesville

Customer / Agency

City of Gainesville
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The City of Gainesville (the City) requests Proposals from Construction Management at Risk (CMAR) firms for the Construction of a new fire station building in the City of Gainesville. Upon completion of a review of proposals received, the City anticipates awarding a contract for pre-construction services, and at the City’s discretion, a subsequent change order for construction of the new facility. The City intends to build a fire station to be located in Gainesville, Georgia, and is considering the services of a CMAR firm to manage the construction, provide technical review during the pre-construction period, and provide cost evaluation assistance to the architectural team. The CMAR will assume responsibility for project construction cost by issuing a guaranteed maximum price (GMP). The GMP will be a contractual obligation. The CMAR will also develop an overall final project schedule, which will be a contractual obligation. In addition, the CMAR will be responsible for methods of
construction, safety, and the scheduling and coordination of the work of all construction and miscellaneous contracts required for completion of the project within its established budget and schedule. The CMAR will be expected to work closely with the Architect, the City and their representatives to develop final documents and separate bid packages if required. The CMAR will be responsible for pricing, value engineering, and maintainability and constructability issues. When the design documents for the project have been developed in sufficient detail, the CMAR, with the support and assistance of the Architect, will commit to a GMP for all construction and site development. If the City requests multiple bid packages, construction will commence with the issuance of the first bid package while remaining bid packages are being finalized. The CMAR shall competitively select construction subcontracts and other work appropriate for competitive selection using cost and other factors. The successful CMAR can perform work with his own forces, but shall not be eligible to enter into contract or subcontract for any of the construction or other services of any nature on the project without the written approval of the City. In selecting a firm, the City will place emphasis on experience of the firm and assigned personnel in CMAR contracts for projects of similar magnitude and complexity as the proposed project. Emphasis will also be placed on firms having depth, knowledge, and resources in principles of contracting, scheduling, contract coordination and compliance, budget control, familiarity with State and local laws, ordinances and codes as demonstrated by prior experience, and strategies for encouraged participation by local companies and laborers. Refer to the attached progress Schematic Drawings as a reference point in compiling proposals. Preliminary Construction Budget: $6,300,000 Preliminary Construction Schedule: 10 months The CMAR will be responsible for developing the detailed schedule and coordinating activities to accomplish the scheduled completion of the project. Owner (City)-Construction Manager at Risk Agreement: The Construction Manager at Risk (CMAR) will be under contract to supply pre-construction services and subsequently, by change order, construction services (under the Agreement) to complete the project and place the City in occupancy of the project in a “turnkey” fashion. The City has contracted with the Architect separately from the CMAR. Once a GMP is agreed upon between the City and the CMAR, the CMAR may be issued a change order for the amount of the GMP and will be “at risk” for project price, project schedule, and completion of all construction as set forth in the Contract Documents. The CMAR shall hold all trade contracts and trade supplier contracts. PROPOSAL CORRESPONDENT Upon Release of this RFP, all vendor communications concerning this acquisition must be directed to the Architect’s correspondent listed below: Liz Hudson, AIA Email: lizhudson@ppi.us Unauthorized contact regarding the proposal with other City of Gainesville employees or members of the Selection Committee may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the proposal correspondent. PROPOSAL

PO Box 2496, Gainesville, GA. 30503Location

Address: PO Box 2496, Gainesville, GA. 30503

Country : United StatesState : Georgia

Classification

Health and Social Services