MASSACHUSETTS CONVENTION CENTER AUTHORITY
REQUEST FOR QUALIFICATIONS SUPPLEMENTAL INFORMATION PACKAGE
CEILING REPLACEMENT PROJECT JOHN B. HYNES VETERANS MEMORIAL CONVENTION CENTER MAY 2012
HYNES CEILING REPLACEMENT PROJECT – Supplemental Information Package
1
INTRODUCTION
In accordance with procedures approved by the Massachusetts Inspector General, the Massachusetts Convention Center Authority (MCCA) seeks to retain the services of a qualified construction firm to provide services on the Hynes Convention Center, Ceiling Replacement Project (the Project). As described below in Section 2, the Project includes an expanded scope of pre-construction services (Phase I), as well as construction services (Phase II). MCCA shall utilize a Request for Qualifications in order to prequalify firms and create a shortlist of qualified Construction Mangers (CM) firms capable of providing CM at Risk services for the Project. The Authority is implementing this project in accordance with MGL Chapter 149A, Sections 1 thru 13. The procedures utilized by MCCA to procure construction management services will involve a selection process which will ensure that the highest quality construction services are provided to MCCA at a fair and reasonable price. The cost of construction is estimated at Seven Million Five-Hundred Thousand Dollars ($7,500,000) and the construction duration is anticipated to be ten (10) months. The Agreement between the Authority and the selected CM shall require the CM to deliver such construction services for the entire Project in accordance with a Guaranteed Maximum Price (GMP). MCCA has publicly advertised a Request for Qualifications (RFQ) for Construction Management Services. In accordance with the advertisement, the following Supplemental Information Package is provided. Qualification Statements will be received in the MCCA Administrative Offices no later than 12 Noon on Wednesday, May 30, 2012 at the Massachusetts Convention Center Authority, 415 Summer Street Boston, MA 02210, Attention: Theresa Ruane, Contract Administrator. Upon review of the submitted RFQ, MCCA intends to develop a shortlist of qualified CM firms which will be invited to submit a response to a Request for Proposal (RFP). The criteria to be used to shortlist of Construction Management firms/teams will be based on the following criteria: (1) proposed CM team; (2) project management experience; (3) similar project experience; (4) CM experience; (5) safety record; (6) financial stability; and (7) litigation and termination experience. A further explanation of the Evaluation Criteria and selection process as identified in the MCCA CM at Risk Procedures can be found in Section 3. 2
PROJECT SCOPE
MCCA has engaged Simpson, Gumpertz & Heger (SGH) to design the project. Tishman Construction Corporation of Massachusetts (TCCMA) will act as the Owner’s Project Manager during construction. The selected CM will be expected to work collaboratively with the MCCA team to efficiently complete the work under this Project.
1
HYNES CEILING REPLACEMENT PROJECT – Supplemental Information Package
MCCA intends to enter into two agreements with the selected CM Firm:
Phase I - Agreement for Preconstruction Services Phase II - Agreement for Construction Phase Services with an established GMP
The scope of services to be provided by the CM firm during the preconstruction and construction phases is described below. Background: The John B. Hynes Memorial Convention Center is located at 900 Boylston Street in Boston. It was built in 1963 and was expanded in 1986. A considerable portion of the structure is located directly above the Massachusetts Turnpike and CSX tunnels. At the time of its construction a concrete slab was suspended from the 1st floor support girders to provide fire protection and a sound barrier from the roadway. Through extensive inspections over the last four years it has been determined that the 4 inch concrete ceiling slab is nearing the conclusion of its useful life and will require replacement soon. The proposed project includes the removal and replacement of the tunnel ceiling under the Hynes and above the Massachusetts Turnpike. To accomplish this task over an active major thoroughfare it will require the coordination of detours, installation of traffic crossovers and potential shutdowns of portions of the Mass Pike during certain weekends.
The schedule for project construction anticipates a start in March 2013 and completion in December 2013. The construction sequence of the project is best understood as occurring in four phases. They are described below: Phase I – Demolition of ceiling over Westbound lanes (March 2013)
Install traffic cross over and implement necessary detours; Demolish existing 4 inch concrete ceiling slab on Westbound lanes potentially during certain weekend shutdowns;
Phase II – Install new ceiling panels (Westbound only) (March – July 2013)
Install support framing; Install new ceiling panels over Westbound lanes during nightly lane shutdown;
2
HYNES CEILING REPLACEMENT PROJECT – Supplemental Information Package
Phase III – Demolition of ceiling, over Eastbound lanes (August 2013) Install traffic cross over and implement necessary detours; Demolish existing 4 inch concrete ceiling slab over Eastbound lanes potentially during certain weekend shutdowns; Phase IV – Install new ceiling panels Eastbound lanes (August – December 2013)
Install support framing; Install new ceiling panels over Eastbound lanes during nightly lane shutdowns.
In addition to the construction services, the CM shall also provide Preconstruction Services which shall include, but are not limited to, cost estimating, scheduling, phasing and logistics, value engineering, document review to support the preparation of trade packages and constructability reviews. The CM shall be expected to work closely with MCCA’s team including its Project Manager and design teams in order to effectively implement the project. The construction budget is estimated at approximately Seven Million Five-Hundred Thousand Dollars ($7,500,000) with the construction duration anticipated to be approximately ten (10) months spanning from March to December 2013. Project Objectives:
Remove the existing suspended concrete ceiling, below the Hynes, and replace it with a new panelized ceiling system that will maintain and improve the noise and vibration mitigation characteristics of the current ceiling.
Develop an impact mitigation plan with stakeholders such as Massachusetts Department of Transportation (MassDOT), Massachusetts Port Authority (MassPort) and Boston Transportation Department (BTD) as well as other applicable stakeholders as required.
Implement procedures that maintain safety and minimize disruptions to the traveling public.
Perform the work in a sequential manner to minimize impacts to the operations of the Hynes Convention Center.
Structural Description:
The existing 4-inch reinforced concrete ceiling slab is suspended from the buildings structure by means of approximately 2,000 steel rod anchors and embedded base plates. The overall ceiling is approximately 44,000 square feet and spans the East and West bound tunnels of the Mass Pike as well as the CSX tunnel. Partition walls between the East, West and CSX portions of the ceiling allow for the separation of the work to take place in different phases. Only the
3
HYNES CEILING REPLACEMENT PROJECT – Supplemental Information Package
ceiling that spans over the Mass Pike will require removal and replacement under this project.
The structural girders and beams have been fireproofed in anticipation of removal of the ceiling.
Once the current ceiling and its supports are removed, a new support system of resilient supports and framing will be installed to allow installation of new lightweight concrete metal clad ceiling panels.
Transportation Considerations:
It is anticipated the removal of the existing ceiling will take place during certain weekend shutdowns of the Mass Pike to minimize impact to the public it is anticipated that one direction of the Pike may be potentially closed at a time. A crossover of the traffic and detour of vehicles will take place after 9PM on Friday and restoration of the traffic patterns must be in place by 4AM Monday.
It has been determined that removal of West bound ceiling will be first, followed by the installation of the new ceiling. Removal and replacement of the East bound ceiling will start once the West portion has been completed.
Nightly shutdowns and lane closures will be utilized to allow for the installation of the new ceiling panels.
Project Schedule: CM is expected to work in partnership with the Engineer/Architect, Owner’s Project Manager and the MCCA to finalize design and construct this Project in an efficient and cost effective manner. The following dates have been targeted as significant milestones:
RFQ submission deadline Issue RFP to shortlisted CM firms RFP Submission Deadline Execute Contract for Preconstruction Services Execute CM at Risk Master Construction Services Agreement Notice to Proceed (Early Construction Package, Crossovers) Finalize GMP Substantial completion Project completion
May 30, 2012 June 11, 2012 July 12, 2012 August 15, 2012 November 20, 2012 October 1, 2012 December 31, 2013 December 31, 2013 January 31, 2014
At the time that the RFP is issued, the Authority anticipates that the design documents will be advanced to approximately the 75% Construction Documents stage. In the RFP, the CM will be asked to estimate the total project cost based on the current design documents. The project Minority Business Enterprise (“MBE”) participation goal is 7.4%. The project Women Business Enterprise (“WBE”) participation goal is 4%.
4
HYNES CEILING REPLACEMENT PROJECT – Supplemental Information Package
3
SELECTION PROCESS AND QUALIFICATION SUBMISSION
MCCA has established a two phase process for the selection of a Construction Management Firm, hereinafter referred to as the CM, with whom it intends to enter into a contract to provide construction management services for the Project. A Prequalification Committee will conduct a qualifications-based evaluation of interested CM firms in order to create a shortlist of a minimum of three (3) competent CM firms. The shortlisted CM firms will be invited to respond to a written Request for Proposal (RFP) which will require both a technical proposal and a price proposal. A Selection Committee shall review Proposals in order to rank the shortlisted firms and make a final selection. Qualification Submission: In response to the RFQ, each CM responder must provide seven (7) copies of the following information and documentation listed below. Respondents must include all the forms and materials required for Schedules A through J.
A. Qualifications Application: Respondent must complete the CM at-Risk Qualifications Application Schedule A. Joint ventures must provide information about each of the joint ventures partners. B. Executive Summary: Respondent must attach as Schedule B a cover letter or executive summary detailing the key elements and factors that differentiate that respondent firm from other firms. This letter/executive summary should not exceed six (6) pages. C. Management Personnel & Project Organization Chart: Respondent must complete Schedule C. Provide an organization chart and attach to it a resume for each and every person who will have any management responsibility for the Project, including but not limited to project executives, project managers, superintendents, field engineers and sub-consultants. D. Similar Project Experience: Respondent must complete Schedule D, listing similar projects for the last five (5) years. Part A of Schedule D requests information for similar projects that used the construction manager at risk or similar delivery methods and Part B of Schedule D requests information on similar public projects. Part C requests the contact information of the Owner and Designer for the similar projects referenced in Part A & B. Contact information includes address, telephone number, fax number and contact person. E. Terminations & Legal Proceedings: Respondent must complete all parts of Schedule E. Part A of Schedule E requires a complete listing of each and every project in which the respondent firm was terminated or failed to complete the work within the past five (5) years. Part B of Schedule E requires a complete listing of all litigation and arbitrations involving a construction project or contract
5
HYNES CEILING REPLACEMENT PROJECT – Supplemental Information Package
whether currently pending or concluded within the past five (5) years in which the respondent firm was a named party. Joint ventures must complete all parts of Schedule E for each individual joint venture partner. F. Safety Record: Respondents must provide their workers compensation experience modifiers for the past three (3) years as documented from their insurance carrier in Schedule F. G. MBE/WBE and Workforce Compliance Record: Respondent must complete Schedule G providing information on the firm’s compliance record with respect to Minority Business Enterprise and Women’s Business Enterprise participation goals and workforce inclusion goals for each and every project completed within the past five (5) years that had contractual MBA/WBE participation goals. H. Audited Financial Statement: Respondent must attach as Schedule H a complete copy of its audited financial statement for the most recent fiscal year. Joint ventures must attach a Schedule H for each individual joint venture partner. Please note, this audited financial statement is to be submitted under separate cover and envelope, clearly marked with the Firm name and MCCA Project. The financial information submitted shall remain confidential and shall not be a public record to the fullest extent permissible under the law. Mandatory Requirements – (Qualification proposals not meeting the requirements below will be rejected) I. Bonding Capacity: Respondent must attach at Schedule I a letter from a surety company that is licensed to do business in the Commonwealth of Massachusetts confirming the CM firm’s ability to provide performance and payment bonds equal to or greater than 110% of the estimated construction cost of the Project. J. Certificate of Eligibility and Update Statement: Respondent must attach at Schedule J a Certificate of Eligibility issued by the DCAM (Division of Capital Asset Management and Maintenance) pursuant to section 44D of chapter 149, showing a capacity rating sufficient for the project, and an update statement. The Statement of Qualifications submitted by a firm in response to the RFQ shall be signed under pains and penalties of perjury. Proposers are reminded that notarizing a document does not take the place of signing under the pains and penalties of perjury.
6