News


« All News

REQUEST FOR QUALIFICATIONS – CONSTRUCTION MANAGEMENT SERVICES FOR THE ARKANSAS STATE CAPITOL CAFÉ RENOVATION

Posted on: 08/22/2024 12:22 pm

REQUEST FOR QUALIFICATIONS – CONSTRUCTION MANAGEMENT SERVICES FOR THE ARKANSAS STATE CAPITOL CAFÉ RENOVATION

The Arkansas Secretary of State's Office is seeking qualifications from Construction Management firms for the renovation of the existing café and kitchen located in the basement of the State Capitol in Little Rock, Arkansas. This renovation is necessitated by a catastrophic fire that occurred in the spring of 2024, resulting in a total loss of the café and kitchen facilities.

The State Capitol, as the center of Arkansas' government operations, houses critical offices and chambers. The renovation of the café is essential to restore food service capabilities for state employees, legislators, and visitors. This project aims to modernize the space while adhering to the historical significance of the building. The Secretary of State's Office, through WER Architects, is issuing this solicitation as public notice to solicit qualified firms to submit per the Statement of Qualifications as outlined in this document. The chosen Construction Management firm will oversee the comprehensive renovation of approximately 5,105 square feet in the basement, which will include the kitchen, dishwashing area, storage, serving/grill area, and dining space.

 

Scope of Work

The selected Construction Management firm will be responsible for overseeing and coordinating the following aspects of the renovation:

 

Structural Modifications and Build Out

• Selective demolition, including slab trenching and removal of concrete and clay tile walls

• Installation of gypsum board and light gauge metal framing for walls and ceilings in the dining room

• Framing and build out of new interior spaces as required by the renovation plans

 

HVAC and Exhaust Systems

• Installation of new heating, ventilation, and air conditioning systems

• Implementation of appropriate exhaust systems for kitchen operations

 

Plumbing

• Connection of new equipment to existing utilities

• Installation of necessary plumbing fixtures and lines

 

Electrical and Safety Systems

• Electrical system upgrades and installations

• Low voltage system implementation

• Fire alarm system installation

• Fire suppression systems for cook lines

 

Structural Modifications

• Selective demolition, including slab trenching and removal of concrete and clay tile walls

• Installation of gypsum board and light gauge metal framing for walls and ceilings in the dining room

 

Finishes and Aesthetics

• Application of acoustical sound absorptive ceiling spray

• Installation of acoustical ceilings in back-of-house areas

• Installation of ceramic wall tile and porcelain floor and wall tile

• Installation of stained wood paneling

• Installation of solid surface countertops

• Installation of decorative light fixtures

• Painting of all relevant surfaces

 

The Construction Management firm will coordinate with the owner for the following owner-furnished and owner-installed items:

• Food service equipment and accessories

• Furniture

• Digital menu board system

• Point of sale equipment

• Signage

• IT equipment

The chosen vendor shall perform all work in a manner consistent with The Secretary of the Interior's Standards and Guidelines for Rehabilitation given the historical significance of the State Capitol building.

 

Anticipated Budget

The estimated cost of construction is between 1.2 – 1.5 million.

 

Proposed Schedule

8/22/24 RFQ issued

9/05/24 Responses due

9/06/24 CM evaluation and selection

9/06/24 Final plans and specs issued to CM

9/24/24 GMP pricing from subs due

9/27/24 Final GMP price due from CM

9/30/24 Contract and NTP issued

1/06/25 Substantial completion / certificate of occupancy

1/13/25 Café opens for business

Given the importance of opening the café for the legislative session beginning on 1/13/25, there will be liquidated damages in the amount of $1,000.00 per day for each day that the opening is delayed beyond the date of substantial completion on 1/6/25.

 

Professional Services Required

The project committee will be comprised of the Architect / Engineer, and SOS. Construction Manager will work with representatives of this team for principal responsibility of:

• Preconstruction services of constructability and project cost estimating / pricing the 100% Construction Documents.

o The CM is required to get a minimum of 3 bids from the major trade subcontractors (HVAC, Plumbing & Electrical) required for this project to promote competitive bidding for best value. A minimum of 2 bids will be required for all other trades.

o The project schedule will require very close communications / coordination with the owners and design team to ensure timely and accurate estimates / costs.

o Provide input on project scope phasing to ensure schedule objectives are achieved.

o Provide Value Alternatives / Value Engineering in timely fashion to ensure project budget objectives are achieved / maintained. CM is responsible for alternative products / materials and construction methods.

• Input for early construction packages to expedite project delivery.

• Procurement and delivery of construction scope as defined by project drawings, specifications, and other related scope documents.

NOTE: To ensure contract budget control, the Construction Management firm will be expected to provide a Guaranteed Maximum Price (GMP) upon the finalized and owner agreed upon scope. This GMP contract will be in force throughout the project. Amendments to the GMP contract will be processed per owner-approved change orders.

• Construction Phase:

o Manage the project management of all phases of construction and best construction practices. Safety and security of the site a priority imperative.

o Project superintendent or assistant superintendent will be required on site all times construction activities are occurring.

o Provide frequent schedule and project reports. Weekly reports are the minimum, but some critical periods may require more frequent submissions.

o Follow the requirements of defined processes for project execution, shop drawings, submittals, Request for Information, Change Order Request, Change Order execution, payment applications, and other best practices for capital projects.

 

Statement of Qualifications Format and Content

A selection committee comprised of SOS Staff, and the design team will participate in the selection process. To aid the committee’s review of competing firms, the Interview and SOQ document should be structured in the following order and content:

1. Firm Base Information

a. Name and address of firm

b. Primary contact telephone numbers and email addresses

c. Web page address, and any social media addresses

2. Brief History of Firm

a. Size of firm (staff numbers)

b. Number of years in business

c. Organization chart of firm

3. CM Team Background

a. Primary Team Members (as applicable)

i. Principle In Charge

ii. Director of Construction Services

iii. Director of Preconstruction Services

iv. Project Estimator

v. Project Manager

vi. Superintendent

b. Resumes of Team Members

4. Representative Projects / Project Experience–projects completed by your firm that best represents a similar scope, budget, program and complexity (tight deadlines requiring multiple overtime shifts). Projects can be renovations or new construction.

For each project, include:

a. Name and Location

b. Owner Representative name and contact information

c. Project Description (include any unique aspects)

d. Photographs

5. Proof of Arkansas Contractors License

6. Proof of current professional liability insurance coverage ($1,000,000 minimum required, more may be required upon project execution)

7. Bonding Capacity

8. Required Forms: Submit the following forms with your response packet:

a. Contract and Grant Disclosure and Certification Form

b. Company’s Equal Opportunity Policy

c. Illegal Immigrant Contractor Disclosure Certification Form

d. Israel Boycott Restriction Certification Form

e. Signed Vendor Certification

f. W-9 Form

 

Selection Criteria and Process

Technical Scoring

Statements of Qualifications shall be evaluated by Secretary of State staff based upon requirements set forth in this request for qualifications and ranked in order of qualification from highest to lowest. Response packets that do not meet submission requirements shall be disqualified and not evaluated.

The maximum point values for each submission to be scored as follows:

Evaluation Criteria                                                                          Maximum Possible Points

CM team qualifications and specialized                                                   20 Points

experience and technical competence

 

Experience and capacity to managing                                                     20 Points

medium-to-large Sized Construction Projects

within time limitations set to complete the project

 

Past project performance with respect to cost                                       40 Points

control, quality of work, ability to meet schedules

and deadlines

 

Experience on Projects with Multiple                                                       20 Points

Construction Components, Phases, Shifts, etc.

Total Points Available                               100 Points

To derive the average technical score for each vendor, the combined technical scores for each rater will be added and divided by the total number of raters. The vendor with the highest average technical score will be deemed the most responsive vendor and negotiations shall begin. (See Negotiations section below.)

 

Negotiations

Secretary of State staff shall enter negotiations with the most responsive bidder (identified by the above scoring processes) to negotiate payment fees, payment schedule, and finalize a contract. If Secretary of State Staff is unable to negotiate a satisfactory contract for the services to be provided with the most qualified CM, negotiations will be formally terminated and negotiations with the next highest scoring vendor will be initiated. The negotiation process will be repeated until a successful CM has been determined, or until such time as the Secretary of State’s Office decides not to move forward with a contract. It is the intent of the Secretary of State’s Office to enter into a single contract with one (1) CM following the selection process.

Selection of the CM shall be at the sole discretion of the Secretary of State’s Office and is final.

 

Contract Terms and Conditions

The selected CM will be required to enter into a formal written contract with the Secretary of State’s Office prior to the commencement of the project. Any contract for services entered into by the Secretary of State’s Office as a result of this request for qualification shall include the original request and the selected CM’s submission.

Any contract entered into pursuant to this request for qualifications is not assignable nor are the duties thereunder delegable by either party without the written consent of the other party of the contract.

All payments shall be made in accordance with the terms and conditions of the payment provisions of the contract signed by the successful CM and the Secretary of State’s representative, subject to legislative appropriations. CM acknowledges that the Secretary of State’s Office is subject to constitutional and statutory limitations on spending. The Secretary of State’s Office agrees to exercise its best efforts to obtain funding at the contract rate during each annual session of the Arkansas General

Assembly, to which all spending obligations are subject.

 

Project Special Requirements and Schedule

This project will utilize construction procurement delivery method of construction manager (CM) with agreed guaranteed maximum price. The use of a CM will afford constructability input, pricing, and scheduling of advance work scope at all design stages.

 

RFQ Package Delivery
RFQ package is due no later than 12 noon on Thursday 9/5/24.

Deliver 3 hard copies and 1 pdf file on a thumbdrive to the following location:

Brent Stamp
Director Facilities Management
Arkansas Secretary of State
Arkansas State Capitol
500 Woodlane Street, Suite 061
Little Rock, AR 72201

 

Building & Site Tour Availability

Pre-bid tours of the site are highly encouraged and will be available on a first scheduled basis. To schedule tours, contact John Greer at 501-607-0883 or email jgreer@werarch.com.

 

To download a full copy of this RFQ, click the link to the file below (which includes drawings and images not shown above). 

More Information: https://www.sos.arkansas.gov/uploads/RFQ_for_CM_8_26_24_Revised.pdf