Loading...
Agenda 11/10/2020 Item #16D11 (Add on - Contract #20-7801 - A2 Group, Inc.)Add-On Item 16D11 November 10, 2020 EXECUTIVE SUMMARY Recommendation to approve the award of Invitation for Qualifications (“IFQ”) # 20-7801 to the A2 Group, Inc. (“A2”), for Preconstruction Services for the Sun-N-Fun Waterpark Restoration and Renovation Project, to be memorialized under a subsequently prepared Construction Manager at Risk (“CMAR”) agreement, and authorize the County Manager, acting on behalf of the Board, to enter into the CMAR Agreement for those Pre-construction Services with A2 in the amount of $50,617, subject to formal ratification by the Board at its December 8, 2020 meeting. OBJECTIVE: To retain a firm to provide CMAR services for the Sun-N-Fun Water Park Rehabilitation and Restoration to obtain a high level of schedule and cost control for the project. CONSIDERATION At the October 13, 2020, the Board approved the selection committee’s ranking and authorized staff to negotiate a contract with the top-ranked firm, A2 Group, Inc. (“A2”), for CMAR services for Sun-N-Fun Waterpark Restoration and Renovation (Agenda Item 16.D.5). A CMAR is a procurement delivery method that entails a commitment by the Construction Manager to deliver a project within a Guaranteed Maximum Price (“GMP”), which is based on the construction documents and specifications at the time the GMP is determined. Staff expedited negotiations and reached an agreed fee with A2 to provide pre-construction services for this project in the amount of $50,617. The preparation of a contract, which will be based upon similar recent Board approved CMAR agreements is in process; but due to the late date in arriving at the agreed upon negotiated fee, a fully vetted and agreed upon CMAR agreement could not be prepared prior to the November agenda deadline. Subject to the Board’s approval of this pre-construction services phase/CMAR, as Amendment to the CMAR would also be brought back to the Board to establish the GMP for the subsequent construction phase of the project. The immediate commence of the proposed preconstruction services is critical to re-opening Sun-N-Fun facilities, which has been closed since March. The design is progressing rapidly and has reached the 60% Design Development phase. Input from the Construction Manager is needed to guide and provide specialized insight to the scope details, constructability and estimating for the project. Staff requests that the Board delegate to the County Manager the authority to enter into a CMAR agreement for the preconstruction services once finalized in order to expedite activity on this critical project. The finalized CMAR agreement entered into between the A2 and the County Manager will be brought back to the Board for ratification at the Board’s December 8, 2020 meeting. FISCAL IMPACT: The funds are available in the existing Fund 308 budget, project number 80421. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval.—SRT RECOMMENDATION: For the Board to approve the award of Invitation for Qualifications (“IFQ”) # 20-7801 to the A2 Group, Inc. (“A2”), for Preconstruction Services for the Sun-N-Fun Waterpark Restoration and Renovation Project, to be memorialized under a subsequently prepared Construction Manager at Risk (“CMAR”) agreement, and authorize the County Manager, acting on behalf of the Board, to enter into the CMAR agreement for those Pre-construction Services with A2 in the amount of $50,617, subject to formal ratification by the Board at its December 8, 2020 meeting. Prepared By: Bryan Vehovec, Project Manager, Facilities Management Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CONSTRUCTION MANAGER AT RISK (CMAR) INVITATION FOR QUALIFICATIONS (IFQ) (In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act) FOR SUN-N-FUN WATER PARK RESTORATION AND RENOVATION SOLICITATION NO.: 20-7801 LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Proposer may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. SOLICITATION PUBLIC NOTICE CONSTRUCTION MANAGER AT RISK (CMAR) NUMBER: 20-7801 PROJECT TITLE: CMAR FOR SUN-N-FUN WATER PARK RESTORATION AND RENOVATION ESTIMATED PROJECT EXPENDITURE: $2,500,000 (This price is expected - not guaranteed) PRE-PROPOSAL CONFERENCE: August 20, 2020 at 10:00 A.M. LOCATION: PROCURMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 PROPOSAL OPENING DAY/DATE/TIME: September 10, 2020 at 3:00 P.M. PLACE OF PROPOSAL OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Construction Manager at Risk (CMAR) Invitation for Qualifications (IFQ) Solicitation (hereinafter, “CMAR IFQ”) with the intent of obtaining proposals from interested and qualified Construction Managers in accordance with the terms, conditions and specifications stated or attached. The Proposer, at a minimum, must achieve the requirements of the Qualifications, Specifications, or Scope of Work stated. BACKGROUND Collier County seeks to restore and improve the Sun-N-Fun Water Park located at North Collier Regional Park. Many of the Park’s amenities are showing their age. The facility was built in 2006 and certain components of the facility are in need of repair and replacement services. The wading pool, the family pool, the slide tower and the main pump house are all in need of updating. The entire facility will have to be brought up to the current Florida Building Code (FBC) and be made compliant with the American Disability Act (ADA) for accessibility. The facility was closed in March 2020 due to the Coronavirus (COVID-19) pandemic. The County has made the decision to keep the facility closed until Summer of 2021 to allow for the restoration work to be completed. The target grand re-opening date is Memorial Day weekend 2021. Collier County is seeking a construction management team with experience working on commercial pools and water parks to restore and renovate the Sun-N-Fun Water Park facility located at North Collier Regional Park. Many of the Park’s amenities are showing their age and need restoration. 1.The 4,610 SF wading pool and 6,735 SF family pool needs refinishing of all interior surfaces, tiling, markers, coping, grating and fittings. In addition, all play feature elements in these pools need to be replaced. The pool gutters will need to be re-worked during the restoration to bring back to a level condition. All rail goods will need replacement as well. 2.The existing slide tower stairway is made from steel and concrete construction and is showing advanced signs of oxidation which is causing the steel to delaminate and creating a safety hazard. The stairwell will need to be demolished and re-built. Alternative materials will be considered for the rebuild. 3.The main pump house needs updating. Poor air circulation/ventilation is causing corrosion to the metal piping and electrical components and will need to be addressed. A canopy needs to be erected over the chemical tank and heater /cooler yard adjacent to the building, and permanent power needs to be extended to the yard to bring into FBC compliance. 4.The restrooms, locker and changing areas, concrete pool decks and patio furnishings will need modifications to bring them up to the current Florida Building Code for ADA accessibility. Water Technology, Inc. will be providing the Aquatics Engineering and Design Services for the Sun-N-Fun Water Park Restoration and Renovation project. Their anticipated start date is September of 2020. Project Design Milestone Schedule: Description Approximate Number of Calendar Days for Completion Task 1 - Phase I Project Kick-Off 1 Task 2 - Preliminary Programming 14 Task 3 - Conceptual Building Design 25% Submittal 21 Task 4 - Design Development 50% Submittal 30 Task 5 - Final Building Design 100% submittal 30 Task 6 - Permitting and Bid Assistance 30 Task 7 - Construction Administration Approximately 200 TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The Construction Manager’s work may commence with pre-construction services phase as a part of the comprehensive Construction Manager at Risk contract. Pre-construction services are included with the Construction Manager’s responsibilities with the design phase of the Project. Prior to commencing construction of the Project, the Construction Manager will assume the risk of delivering the Project through a GMP contract amendment. The Construction Manager will be responsible for construction means and methods and will be required to solicit bids from qualified subcontractors to perform the work. During the construction phase, the Construction Manager shall be solely responsible for performance of the Project and shall function in the role of an independent General Contractor. That role may include, but not be limited to, the following during each Phase as indicated below. It is anticipated that Collier County will enter into a comprehensive agreement for services with the selected firm to provide the following services: 1. The selected Construction Manager will participate in design reviews as the Consultant produces progress sets of plans and specifications. Pre-construction services shall be compensated on a time and material basis utilizing a negotiated fee schedule and negotiated “not-to-exceed” price. Negotiations of the fee schedule shall be based initially upon the rate schedule to be submitted by the proposer in the negotiation process. 2. The cost of materials and services during the construction phase will be compensated based on a Guaranteed Maximum Price to be negotiated by the County, or the County’s designee, and Construction Manager following substantial completion of design plans and specifications prepared by the Consultant. 1.1 Pre-Construction Phase: (from award through design and engineering and concluding with the acceptance of the GMP as evidenced by execution of amendment to the agreement for the Construction Phase). Pre-construction services by the Construction Manager (CM) may include, but may not be limited to the following: • Provide detailed cost estimating and knowledge of marketplace conditions. • Provide project planning and scheduling for both design and construction phases. • Provide for construction phasing and scheduling that will minimize interruption to site operations and by means of a comprehensive logistics plan. • Provide a site utilization plan for all construction activities. • Develop a scheduling process as requested by the County. • Provide preliminary and detailed scheduling analysis as needed throughout the Project. • Provide a Schedule of Values prior to finalization of the GMP including identifying prospective subcontractors, suppliers and sub-trades acceptable to the County. • Provide recommendations on sub-contractors, materials, and amenities at the facility. • Provide alternate systems evaluation and constructability studies. • Advise the Project Team of ways to gain efficiencies in project delivery and reduce overall delivery time. • Provide long-lead procurement recommendations and identify items that have the potential to be procured by the County. • The Project will be an open book. All savings, including unused Owner’s Allowance, shall be returned to the County. The CM shall competitively select all construction subcontracts and other work appropriate for the competitive selection using cost and other factors. • Provide copies of bids and quotations solicited from prospective subcontractors, suppliers and sub-trades. Note: The County will decide for when the Construction Manager will procure a minimum of three (3) bids or demonstrate a good faith effort acceptable to the County that demonstrates attempts to obtain three (3) bids. • Single source or sole source recommended procurements shall be preapproved by the County. • Participate in regularly-scheduled project coordination meetings throughout the design phase of the Project. • Participate in constructability reviews throughout the design phase of Project. • Assist in the permitting processes. Collier County will pay for all required permit fees. • Provide value engineering throughout Project. • Continually evaluate quality, safety, and environmental factors. Develop requirements for safety, quality assurance, and schedule adherence. • Advise County regarding green building materials and methods, as well as recommendations for building life span and efficient operations. • Review final plans and specification for completeness and ADA compliance. • Provide estimating throughout the Project and as listed below. • Submit an estimated cost review and detailed by line item budget at the following stages or phases: • At completion of the Design Development Phase 30%. • At completion of 60% of the Construction Documents Phase. • At completion of 90% of the Construction Documents Phase. • At completion of 100% of the Construction Documents Phase. • Submit GMP for review and negotiation • Review all drawings, specifications and documents to ensure coordination between disciplines. Identify constructability needs that may have an impact on Final Guaranteed Maximum Price (G.M.P). • Establish, implement and maintain quality control standards. • Review and analyze long lead items and impact on design and construction schedules. Develop a ‘critical path schedule’ at each stage of the design. • The CM shall make a genuine effort to stimulate interest in the PROJECT and maximize participation of potential qualified subcontractors in the selection process with emphasis placed on recruiting and using local, small and/or minority businesses. • The CM shall monitor conditions in the construction market to identify factors that will or may affect costs and time for completing the PROJECT; and make analysis as necessary to (i) determine and report on availability of labor, materials, equipment, potential subcontractors and possible impact of any shortages or surpluses of labor or material, and (ii) in light of such determination, make recommendations and take action as may be appropriate with respect to long lead procurement, separation of construction into subcontractor packages, sequencing of work, use of alternative materials, equipment or methods, other economies in design or construction and other matters that will promote cost savings and completion within the schedule time. 1.2 Construction Phase: (commencing after the preconstruction Phase) Construction services by the Construction Manager may include, but may not be limited to the following: • The County shall pay for all permits. The CM shall pull the Building Permit and shall be responsible for delivering and posting the Building Permit at the Project Site prior to the commencement of construction. The County and Consultant shall fully cooperate with the CM when and where necessary. • All projects require detailed code compliance inspection during construction in disciplines determined by the Permitting Authority. These disciplines normally include, but are not necessarily limited to, structural, mechanical, electrical, plumbing, and general building. The CM shall notify the appropriate inspector(s) and the County, no less than 24 hours in advance that the work is ready for inspection and before the work is covered up. All inspection shall be made for conformance with the applicable ordinances and building codes. Costs for all re- inspections of work found defective and subsequently repaired shall not be included as Project costs and shall be borne by the CM or as provided in the contract between CM and subcontractor. • The CM shall maintain sufficient off-site support staff and competent full-time staff at the Project Site authorized to act on behalf of the CM to coordinate, inspect and provide general direction of the work and progress of the subcontractors and the CM shall provide no less than those personnel during the respective phases of construction. The CM shall not change any of those persons unless mutually agreed to by the County and CM. In such case, the County shall have the right to approval of the qualifications of the replacement personnel. The County shall have the right to request to replace the staff at the Project site at any time during the construction. • The CM shall continue to provide current scheduling information and provide direction and coordination regarding beginning and finishing dates, responsibilities for performance and the relationships of the CMAR's work to the work of its subcontractors and suppliers to enable them to perform their respective tasks so that the development of construction progresses in a smooth and efficient manner in conformance with the overall Project Schedule. The Project Schedule shall include all phases of procurement, approval of shop drawings, change orders in progress, schedules for change orders, and performance testing requirements. • The CM shall hold job-site meetings at least biweekly with the Construction Team, or more frequently as required by work progress, to review progress, discuss problems and their solutions and coordinate future work with all subcontractors. The CM shall prepare and maintain a record of such meetings and distribute copies as necessary. • If directed by the County, the CM shall review the design for the purpose of identifying major equipment and/or material purchases that may be advantageous for the County to purchase directly from suppliers as a tax cost saving measure. Once items have been identified and quantified by the CM, and approved by the County for direct purchase, the County will issue purchase orders and process payment for invoices approved by the CM. The CM shall prepare and be responsible for all quantities, descriptions, specifications, guarantees, payment schedules, etc., and all other required information to be included in the County issued purchase order. • The CM shall maintain files that adequately support the competitive solicitation process chosen and followed by the CM. At minimum, the CM shall provide to the County assigned Project Manager a summary bid tabulation depicting all bids received broken down by discipline and clear indication of the selected sub-contractor(s). Should the CM not select the lowest bidder in any instance, a written description as to why the lowest bidder was not selected must be provided within the bid tabulation summary. • The CM shall develop and maintain a program acceptable to the County to assure quality control of the construction. The CM shall be responsible for and supervise the work of all subcontractors, providing instructions to each when their work does not conform to the requirements of the Project Plans and Specifications and the CM shall continue to coordinate the work of each subcontractor to ensure that corrections are made in a timely manner so as to not affect the efficient progress of the work. Should a disagreement occur between the CM and the Design Consultant over the acceptability of the work, the County, at its sole discretion and in addition to any other remedies provided herein, shall have the right to determine acceptability.  Prepare the overall project schedule and provide periodic detailed updates.  Participate in regularly-scheduled project coordination meetings. • Serve as the general contractor during construction. Maintain sufficient on-site staff for the duration of the Project. • Coordinate with the County, other agencies, utility companies, and other parties as necessary. • Obtain County approval on all formats and reporting structures. • Provide long-lead procurement recommendations and, subject to the County’s authorization, initiate procurement of long-lead items. • Identify items that have the potential to be procured by the County. • Arrange for procurement of materials and equipment. • Schedule and manage site operations. • Prepare, bid, and award bid packages for labor and materials, and manage the resultant subcontracts/purchase orders. • Provide quality controls. • Bond and insure the construction. • Comply with all federal, state and local permitting requirements. • Address and resolve Project Team issues. • Maintain a safe work site for all project participants. • Maintain a system for review and approvals of shop drawings. • Develop, maintain and record all construction documentation. Work with engineer/architect to develop record drawing. Coordinate post-completion activities, including the assembly of guarantees, manuals, closeout documents, training, and final acceptance. • Provide a billing system acceptable to the County for invoicing and payment approval process. Incorporate cost control and accounting systems, acceptable to the County and Clerk of Courts – who processes all of the County’s accounts payables, to be maintained throughout construction. • Job Site Requirements. The CM shall provide each of the following activities as a part of its services hereunder: o Maintain a log of daily activities, including manpower records, weather, delays, major decisions, etc. o Maintain a roster of companies on the PROJECT with names and telephone numbers of key personnel. o Establish and enforce job rules governing parking, clean-up, use of facilities and work discipline. o Provide labor relationships management and equal opportunity employment for a harmonious productive PROJECT. o Provide and administer a safety program for the PROJECT to meet OSHA requirements. Monitor for subcontractor compliance without relieving them of responsibilities to perform work in accordance with best acceptable practice. o Provide quality control program. o Provide miscellaneous office supplies that support the construction efforts which are consumed by its own forces. o Provide for travel to and from its home office to the Project Site and to those other places within County as required by the PROJECT. • Warranty and Warranty period: o Coordinate and monitor the resolution of remaining “punch-list” items. o Coordinate the 11-month walk-through warranty inspection with the County o Coordinate, monitor and resolve all warranty complaints to the satisfaction of the County during the one-year general warranty period. CONSTRUCTION MANAGER AT RISK (CMAR) PROCESS 1.3 The selection process will involve a two-step proposal review to minimize Proposers’ costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal which will be scored based on the criteria in the Scoring Criteria for Development of Shortlist, which will be the basis for short-listing no less than three (3) firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then issue an invitation for oral presentations (Step 2) to at least the top three short-listed firms and produce a final ranking for approval by the Board of County Commissioners (BCC). Upon approval by the BCC, the County will enter into negotiations with the top ranked firm(s) to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and technical components. The COUNTY plans to include an Owner’s Allowance in the contract for items such as changes in scope and permit acquisition. The Owners’ Allowance will be used only at the County’s direction. The negotiated contract will then be brought before the Board of County Commissioners for approval and award of contract at a Board of County Commission Meeting. Contact with County Staff including Commissioners and/or Selection Committee members: Upon advertisement of this CMAR IFQ, Proposers responding to this CMAR IFQ and members of their team, are prohibited from contacting Commissioners, members of County Staff or Selection Committee Members (including advisory members) regarding the submittals for this project prior to presentation of a recommendation to the Board of County Commissioners (except as may be necessary for contract negotiation purposes). All inquiries shall be directed to the Procurement Strategist or Procurement Director or her designated representative. 1.4 The COUNTY will use a Selection Committee in the Construction Manager at Risk Invitation for Qualifications (CMAR IFQ) selection process. 1.5 The intent of the Step 1 scoring of the qualifications-based proposal is for Proposer to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.6 Based upon a review of these qualification proposals, the short-listed firms will be requested to submit Step 2, to make oral presentations. 1.7 The scores from the CMAR-IFQ - Step 1 used for short-listing for this Project will not be carried forward for the Step 2 of this selection process. 1.8 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.9 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.10 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: For the development of a shortlist, this evaluation criteria will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Location (Project Approach, Willingness to Meet Time and Budget Requirements) 25 Points 5. Recent, Current, and Projected Workloads of the Firm 10 Points 6. Financial Strength and Liabilities of the Firm 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded by the County. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the CMAR IFQ submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ----------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (25 Total Points Available) 1a. This criterion measures the ability of Proposer’s team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team’s qualifications to successfully complete the project. 1b. Describe the organizations corporate structure, divisions, principals and corporate leadership, hierarchy, key personnel by position, and job responsibilities. Indicate the office location in which the project will be managed from. 1c. Describe the proposed Project team. Provide resumes and history with the Proposer, as well as career history elsewhere including dates of employment. Provide qualifications, relevant experience, and resumes for the Construction Manager and all key staff to be assigned to this project. Identify roles of project Executive/Director, Preconstruction Manager, Project Manager, and General Superintendent. Identify the longevity of employment of key staff of the Proposer. All personnel assigned to the project by the proposer shall not be reassigned to other projects without the prior written approval of Collier County. a). Indicate Project Manager’s experience in construction management at risk of Restoration and Renovation of a Public Aquatic Facilities and similar types of projects b). Indicate Project Superintendent’s experience in similar project supervision. The superintendent shall be assigned to this project full-time and be on-site during all construction. c). Indicate any Project on-site staff specializing in support of the technical requirements of the Project. c). Indicate qualified office support staff and equipment sufficient for project support and execution. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: PAST PERFORMANCE (25 Total Points Available) 3a. This criterion measures the Proposer’s past experience with projects of comparable nature, similar in size, type, duration and complexity as this project along with evidence of satisfactory completion, both in time and within budget, for the past TEN (10) years. The Proposer’s team will be evaluated on past services provided for projects of similar nature - Restoration and Renovation of a Public Aquatic Facilities and projects of the size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The Proposer’s team’s minimization of change orders will be an important consideration. Preference will be given to similar services constructed within the last 5 years in proximity to the proposed project. The Proposer shall indicate successful Construction Manager at Risk experience with Restoration and Renovation of a Public Aquatic Facilities and projects of similar size and scope. The Proposer shall furnish a list of representative projects, with a minimum of three (3) having been performed for public owners. The list shall include, as a minimum, the following information for each project listed: a. Nature of the proposing entity (e.g., corporation, partnership, sole owner, joint venture, etc.) b. The address and location of the office responsible for provision of the majority of services for the project. c. Name, address, telephone number and contact person where construction management services have been provided. Contact persons shall include project manager and department head. d. A description of the project. e. The role of the Proposer. f. The original and final contract amounts for the project. g. The project fee and the original and final contingency amounts. h. The original and actual time of completion. i. The specific safety record (number of lost workdays/total workdays worked or similar) for the projects listed. j. A list of trades self-performed and percentage of overall project construction cost that was self-performed. k. Examples of experience in providing engineering review services that are applicable to the design being undertaken by the project. 3b. The County requests that the Proposer submits no fewer than five (5) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation completed within ten (10) years as a part of their proposal. References to include no more than one Collier County project. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Attachment A – Form 5. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the selection committee information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 4: LOCATION (PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS) (25 Total Points Available) 4a. Written overview of the Proposer team’s resources available to complete the services requested in the schedule outlined in the scope of services. Describe the project approach to deliver successful pre-construction services to (indicate type of project) or similar projects. Include topics such as cost estimating, value engineering, scheduling, best practices, BIM Modeling, constructability review, permitting and bidding. Describe the Proposer’s quality assurance, safety and closeout programs. The Proposer should illustrate to the COUNTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages) 4b. Describe the Proposers approach to deliver successful Construction Management services. Include topics such as coordinating and constructing (describe type of project and aspects of project critical to successful completion as required by Division). (Limit response to 2 pages) 4c. Describe Proposers subcontractor management and outreach plan. Describe Proposers approach for competitively administering and evaluating bid packages. Identify a list of potential subcontractors within the major trades that have a successful long-term business relationship with the Proposer. Identify specialty trades and list subcontractors specifically and technically critical to the success of this project. Briefly describe each subcontractor’s qualifications, experience and past teamwork with the Proposer. (Limit response to 2 pages + listing of trade subcontractors that may be considered) 4d. A conceptual level schedule should be included as a separate page to illustrate concepts of design and permitting time, sequencing of the major elements. (Limit schedule to 1 page, 11” x 17” page size and 40 activities maximum) 4e. Written overview of Proposer team’s concept and approach to managing the overall cost of the project. (Limit response to 5 pages). Include in the 5-page response specific information on past project performance that demonstrates the Proposer’s ability to meet the County’s budgets including change order history on similar projects. EVALUATION CRITERIA NO. 5: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (10 Total Points Available) 5a. This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. List all completed and currently active projects that the Proposer has managed/is managing within the past five (5) years. 5b. In addition, list all projected projects that Proposer will be working on. Projected projects will be defined as project(s) that the Proposer has been awarded, but the Notice to Proceed has not been issued, and any future commitments. Identify any project that the Proposer worked on concurrently. Describe Proposer’s approach in managing these projects. Were there, or will there be, any challenges for any of the listed projects. If so, describe how the Proposer dealt, or will deal, with the projects’ challenges. EVALUATION CRITERIA NO. 6: FINANCIAL STRENGTH AND LIABILITIES OF THE FIRM (10 Total Points Available) 6a. Provide audited financial statements for the last three years, current credit rating, current net worth, leverage, profitability in relation to size, liquidity and overall financial stability. Any claim of confidentiality on financial statements should be asserted at the time of submittal. The Proposer’s failure to provide the information as instructed may lead to the information becoming public. 6b. All Proposers and key firms of the Proposer’s teams shall disclose and provide a written explanation regarding any and all construction-related litigation, major disputes, contract defaults, and/or liens within the last 5 years, even if the provider considers that such may have little or no significance to County. 6c. The Proposer shall provide a summary of bonding value capacity, single project bonding value limits, value of current bond commitments, and current available bonding capacity. The Proposer shall also identify the Proposer’s history of any and all Notice to Cure and/or Demand Notice on Performance and/or Payment Bonds. 6d. If the Proposer is a joint venture, the above information provided should encompass the joint venture and each of the entities forming the joint venture. CMAR IFQ Attachments: Attachment A – Required Forms Attachment B – Insurance Requirements Attachment C – Site Aerial Attachment D – Supplemental Information – Contractor Remote Fingerprinting Attachment D - Supplemental Information - Field print Background Screening Guide Attachment E – Exhibit N – EHS Contractor Requirements CMAR IFQ On-Line Documents on BidSync – Acknowledgement and acceptance required Construction Manager at Risk – Instructions to Proposers Purchase Order Terms and Conditions Construction Manager at Risk proposer, Collier County appreciates your firm’s interest in the County’s Construction Manager at Risk project and this CMAR IFQ, and looks forward to your proposal. Thank you. - Collier County Procurement Services • A² Group, Inc. • P.O. Box 43-2310, South Miami, Florida 33243-2310 • Tel. (305) 668-8939 Fax (305) 668-9454 http://www.a2group.com/ • MAIN OFFICE 12915 S.W. 132nd Street, Suite 5 Miami, Florida 33186 TEL: (305) 668-8939 FAX: (305) 668-9454 http://www.a2group.com/ MAILING ADDRESS P.O. Box 43-2310 South Miami, FL 33243-2310 PORT CHARLOTTE OFFICE 17825 Murdock Circle, Ste B Port Charlotte, FL 33948 TEL: (941) 456-7430 FAX: (407) 447-5659 STATE OF FLORIDA LICENSES EB00007338 LC26000250 CGC-045136 CUC-056689 Date: November 2, 2020 To: Lisa Oien Collier County Procurement From: A² Group, Inc. Project: Sun N Fun Water Park Restoration & Renovation – CM @ Risk Sun N Fun Water Park Restoration and Renovation– CM @ Risk – Preconstruction Services Proposal Ms. Oien The A² Group team is pleased to submit the Preconstruction Fee Proposal for the Sun N Fun Water Park Restoration and Renovation project. # Staff Name Classification Loaded Rate 30%  Drawings ‐  Hours 60%  Drawings ‐  Hours 90%  Drawings ‐  Hours 100%  Drawings ‐  Hours 1 Alberto J. Ribas Project Manager 136.60     25 50 50 2 Alberto G. Ribas, P.E. Project Engineer 218.56     15 10 15 3 Michelle Morgan Project Controls Scheduling 94.26       10 20 20 4 Ralph Abela Estimator 91.80       25 50 50 5 TBD Aquatic Specialist ‐           6 Traci Jacobs Administrative Assistant 65.68       15 20 20 Total Hours 90 150 155 Subtotals 10,916.14$  19,304.23$  20,397.05$    Grand Total 50,617.42$    Allowance ‐ $5,000 Preconstruction Services ‐ Staffing Matrix *Billable rates for the above personnel will be in accordance with actual wage (per payroll register) and approved audited overhead multiplier by the State of Florida agency. This proposal solely addresses the preconstruction services of the contract as the contract is still under review by A2 Group. Qualifications The total lump sum pre-construction amount and scope of services is limited to the hours in the staffing matrix. The staffing hour matrix assumes that complete phase deliverable package of 60%/90%/100% iterations, inclusive of the construction documents, to A² Group of both drawings and specification of all design disciplines associated with the project. Sincerely, Alberto J. Ribas Project Manager