Request for Qualifications
Construction Manager At Risk Services ("RFQ")
 
Project Name: Pride of Africa Expansion

Response Deadline: 6/21/2024,12:00 noon local time 
 
Project Location: Akron Zoo
500 Edgewood Ave.
Akron, OH 44307
 
Contact: Savannah Patterson, Capital Projects Administrator
330-375-2550 ext. 7254 (office)
330-374-8965 (fax)
s.patterson@akronzoo.org

I. PROJECT DESCRIPTION
 
A.     General. The Akron Zoological Park (the “Owner”) is requesting interested firms to submit qualifications to provide pre-construction and construction services as a Construction Manager at Risk (CM-R) for this very exciting project, Pride of Africa Expansion. The Zoo intends to use the AIA A133 form to define the terms of services with the CM-R.
 
Construction budget:                 $21.4 M
Construction duration:              12/2025 through 05/2028
Architect/Engineer of Record:    DVA Architects, LLC.
 
The Pride of African Expansion will be a new immersive experience with multiple complex and environmentally sensitive animal habitats, off-habitat holding areas, public facilities, and spaces for the public to learn and play. The feature species of giraffe will be accompanied by additional mixed species including wildebeest, ostrich, cinereous vulture, and meerkat or mongoose. The project will be pursuing LEED Silver certification. 
 
Developed on approximately 10 acres recently acquired by the zoo, the new project is situated in the northwest corner of the zoo adjacent to the intersection of Diagonal Road and Auldfarm Road, and currently partially sits outside of the zoo’s perimeter fence. Access to the project site will be from Diagonal Road.
 
The project will consist of sitework, buildings, and infrastructure. New structures will include indoor holding spaces for each species, a giraffe day room, an interpretive center, a covered and elevated giraffe feeding deck, a covered event space, a restroom building with catering kitchen and storage, a hay barn, and multiple lengths of elevated boardwalk. In addition to conventional HVAC and electrical work, animal focused life support systems are included in the work to accommodate animal health and safety, as well as specialty cagework. 
Extensive sitework is required, and consideration of rock close to the surface has been made part of the design. A survey indicating the topography of the site and the underlying rock layer is in the process of being produced. Site features include multiple animal habitats, the two largest of which are separated by an elevated pedestrian crossing, a middle viewing island, and a pedestrian tunnel with animal land bridge above that connects to another viewing node with a tower ride and nature play area. A water feature will be integrated adjacent to the event space. Additionally, a service courtyard will be developed to connect the hay barn and holding spaces. Access to the service courtyard will be via the service drive which will be developed in conjunction with the Animal Hospital project. The project also includes necessary animal and pedestrian fencing, including installing new USDA regulated perimeter fencing. 
 
As this is an expansion of an existing themed area of the zoo, there will be a continuation of the architectural theme, style, materials, and color palette used in the first phase of Pride of Africa. Interpretive graphics will be incorporated around the site. More in-depth installations will be integrated into the interpretive space leading to the giraffe day room and the underground pedestrian tunnel crossing.
 
Given the project’s location in the context of the existing zoo and the anticipated duration of construction, maintenance of the adjacent zoo operations and visitor safety during the construction period are paramount. Additionally, the zoo has specific requirements regarding noise and safety procedures that must be followed given the resident animal population.
 
Schedule is a critical factor of the project. The project will have a liquidated damages clause tied to completion date. It is estimated that 100% CD will be delivered October of 2025 and GMP October of 2025. Construction of the Pride of Africa Expansion is scheduled to be complete and operational by May of 2028. The Giraffe facilities must be operational by September of 2027. 
 
B.     Diversity – The Akron Zoo views Diversity, Equity, Accessibility, and Inclusion (DEAI) as action integral to achieving the mission of our organization.  We feel the only way to truly fulfill our vision, mission and ultimate goal is to make sure that people of all demographics are engaged and being served.  As a means to accomplish this, the Akron Zoo has identified a project goal for supplier diversity at a minimum of 15%.  This will be a contract obligation that will be enforced.  We will only accept certified organizations in meeting the supplier diversity goal.  The types of certifications that are acceptable include Minority Business Enterprise (MBE), Encouraging Diversity, Growth and Equity (EDGE), and Women’s Business Enterprise (WBE).   The ability to meet the supplier diversity percentage will be considered when awarding the project, and will be weighted higher than other scoring criteria. 
We will also be considering the proposing CM-R’s hiring and staffing plan as one of the selection criterion. Please provide a copy of the hiring and staffing plan with the RFQ submission.
 
C.       Local participation – In an effort to encourage participation in the project to the benefit of those who support the zoo, the zoo will consider the CM-R’s place of business in, or drawing of workforce from, Summit County (or contiguous counties) as one of the selection criteria.
 
D.       LEED – It is a requirement that this project be delivered with and receive LEED Silver Certification. To ensure that the successful CM-R aligns with this mission, the zoo will consider the proposing CM-R’s experience with conservation measures on other projects, and proposed measures on this one, as one of the selection criteria.
 
II. PROJECT DELIVERY
 
The Project will be constructed using the “Construction Manager at Risk” project delivery format generally described below. The Zoo intends to use the form AIA A133, with modifications, to define the terms of services for pre-construction and construction phases with the CM-R.
 
A.       Pre-Construction Services.  The CM-R will work cooperatively with the Owner, design professionals, and Project team to provide, among other services, cost estimating, budgeting, value engineering, constructability review, scheduling and pre-construction planning throughout pre-construction. The CM-R will be responsible for providing construction cost estimates and projected schedules at the following milestones during design: Schematic Design (SD), Design Development (DD), 50% Construction Documents (CD’s), and a proposed guaranteed maximum price (the “GMP Proposal”) at 100% CD’s, which is described in greater detail below.
 
As specified in form AIA A133 Construction Management Agreement (CM at Risk), the CD’s (the “100% set of Construction Documents”) shall be provided to the CM-R, who will work together with the design professional to reduce the CM-R’s adjustments and clarifications of the Construction Documents to writing and submit them to the Owner. The CM-R shall submit to the Owner and the design professional their GMP Proposal and their clarifications and assumptions based upon the CD’s. The CM-R, the Owner and the design professional (along with selected engineers and consultants) shall meet to reconcile any questions, discrepancies or disagreements relating to the GMP proposal. The reconciliation shall be documented by revision to the GMP Proposal. The CM-R shall then submit to the Owner, for the Owner’s approval, the CM-R’s final proposed GMP. Contingent upon the Owner’s approval of the final proposed GMP, the parties will enter into a GMP Amendment establishing the GMP. The final negotiated GMP shall not exceed the Project budget established. If the proposed GMP exceeds such budget, then the Owner may terminate its agreement with the CM-R and may select an alternative delivery method for the project.
 
B.       Construction Phase Services.  The parties will engage in an “open book” pricing method in which the Owner shall have access to all books, records, documents and other data in the CM-R’s possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the Construction Management Agreement (CM at Risk).  The CM-R shall construct the Project pursuant to the construction documents and in accordance with the Owner’s schedule requirements.  The CM-R shall select subcontractors based on proposals submitted by prequalified subcontractors in accordance with criteria approved by the Owner.  The CM-R shall hold all subcontracts and shall be fully responsible for the means and methods of construction, project safety, project completion within the schedule agreed upon in the pre-construction phase, monitoring compliance with all diversity, equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to the Owner.
 
III. INTERVIEWS AND CM SELECTION
 
A.       Selection Criteria.  The CM-R shall be selected using “best value criteria” in which award is based upon a combination of qualifications and price considerations. Qualifications include competence to perform the required management services including evidence of any past history of similar work; ability to manage the required workload and provide qualified personnel, equipment, and facilities; past performance as reflected by the evaluation of previous clients with respect to factors such as control of costs, quality of work, and meeting deadlines; financial responsibility as evidence by the capability to provide a surety bond equal to one hundred percent of the contract sum; diversity plan for both suppliers and workforce;  conservation plan; and local participation plan. 
 
B.       Short-List.  Each firm responding to this RFQ will be evaluated and a group of not less than three (3) short-listed firms shall selected based on their qualifications and the qualifications and experience of the particular individuals identified as the candidate’s proposed Project. The Owner may hold discussions with individual firms to explore further their qualifications, the scope and nature of the services they would provide, and the various technical approaches they may take regarding the project. After evaluating the responses to this RFQ, the Owner may select and interview a short-list of the candidates that it considers to be the most qualified; select one candidate for discussion and negotiation; or select another method for moving the project forward.
RFP.  The Owner will provide the short-listed (or selected) firm(s) a Request for Proposal (“RFP”) that will contain a description of the project, including a statement of available design detail, a description of how the Guaranteed Maximum Price (“GMP”) for the Project shall be determined, including the estimated level of design detail upon which the GMP shall be based, the form of the construction management contract, and a request for a pricing proposal. The pricing proposal shall contain a separate pricing document identifying: (a) the pricing (b) a statement of the general conditions and contingency requirements; and (c) a fee proposal divided into: (i) a pre-construction fee, (ii) a construction fee.
 
C.       Interview.  The short-listed firms will be interviewed by the Owner. The purpose of the interview will be to meet the proposed Project team, become familiar with key personnel, and understand the project approach and ability to meet the Owner’s stated objectives for the Project. Please be prepared to discuss with specificity the firm’s capacity to conduct this work in compliance with the Owner’s timetable, budget and other expectations. The interviews will be held at 500 Edgewood Drive, Akron, OH 44307.  The Owner will notify each short-listed firm to schedule individual times for the interviews.
 
D.       Selection Schedule
 

  • RFQ Posted                                                          May 21, 2024
  • Mandatory Pre-Submission Walk-through             May 30, 2024 @ 9:00 AM
  • RFQ Submissions Due                                           June 21, 2024 @ 12:00 noon
  • Short-Listing of Firms                                           Week of June 24, 2024
  • RFP Issued to the Short-Listed Firms                      Week of July 1, 2024
  • RFP Submissions Due                                            July 22, 2024 @ 12:00 noon
  • Short-listed Presentations & Interviews                 Week of August 5, 2024
  • Selection of Construction Manager                       Week of August 12, 2024

 
E.     Communication.  Firms considering responding to this RFQ are strictly prohibited from communication with any member of the Owner’s staff, as all questions should be directed to Savannah Patterson, identified as RFQ Contact.
 
F.     Cancellation and Rejection.  The Owner reserves the right to cancel at any time for any reason this solicitation and to reject all proposals. The Owner shall have no liability to any proposer arising out of such cancellation or rejection. The Owner reserves the right to waive minor variations in the selection process.
 
 
IV. REQUESTED SUBMISSIONS
 
Proposers are requested to submit the following information in response to this RFQ, organized numerically corresponding to the list below.
 
A.      Business.  Identify the business form of contracting entity.  If the proposed form of entity is a joint venture, please identify each venture and their respective percentage of participation. Provide a summary, on three pages or less, describing why your firm/team is the most qualified for the Project.
 
B.       Standard Qualifications.  Complete and provide a contractor’s qualification statement using the AIA A305 form.
 
C.       Bonding/Insurance.  Provide evidence of capacity to provide bonding and a copy of the firm’s certificate of insurance showing the firm’s current limits of liability for commercial general liability, employer’s liability, business automobile liability and professional liability.
 
D.      Similar Experience.  Provide names, addresses and telephone numbers of references for projects where your firm (or top firm principal or officer) has led or managed construction of a project similar in scope and complexity as the Project.  Specifically note other zoo projects. Identify which proposed personnel worked on these projects and in what capacity. 
 
E.       Supplier Diversity.  Provide strategy for meeting Zoo’s stated supplier diversity goals, including how firm will verify qualified suppliers. Please, include examples meeting supplier diversity goals from previous projects.
 
F.       Personnel/Staffing.  Provide a project organizational chart containing the names and titles or the proposed staff for the Project.  At a minimum, the chart should include at least three (3) officers or senior employees (e.g., Project executive, Principal-in-charge, Project Manager or Project Superintendent or similar designation) who will be available for work on the Project.  For every person listed on the chart, provide a one-page resume highlighting relevant experience and identify the phase(s) of the Project to which the individual will be assigned and the percentage of that individual’s time to be devoted to the Project. Include a summary identifying similar projects where the members of the proposed team have experience working together and their experience on LEED Silver projects. As part of this section, indicate in detail your diversity plan and local hiring plan.
 
G.      Management Systems.  Describe the record keeping, reporting, monitoring and other information management systems that the firm would propose to use for the Project.  Describe the scheduling and cost control systems the firm would propose to use for the Project.
 
H.      Self-Performed Work.  Indicate whether the firm intends to self-perform any work on the Project through an acceptable competitive process and, if so, the nature of the work and capability to self-perform. Identify your process of soliciting competitive bids if you are considering self-performing work.
I.        Estimating.  Describe the demonstrated capability of in-house estimating on projects comparable to the Project.
 
J.        Other Considerations.  Describe the firm’s willingness to accept liquidated damages and experience with such provisions on other similar projects. Describe any prior experience with a construction manager at-risk project delivery method.
 
K.                The following will be required of shortlisted firms, (not part of this RFQ submittal):

  1. Propose your not-to-exceed fee for Pre-Construction Services (reference CM-R Constructor Agreement section or article).
    -Propose the Personnel Fee Schedule to be attached to the Agreement. (Reference CM-R Constructor Agreement section or article).
  2. Propose a breakdown of your Pre-construction Services Fee consistent with the table at CM-R Constructor Agreement (reference CM-R Constructor Agreement section or article).
  3. Propose the Pre-construction Services Reimbursable Expenses Schedule to be attached to the Agreement (the proposed Schedule must include a description, breakdown, and estimate of all Reimbursable Expenses in the Pre-construction Phase).
  4. Propose your CM-R’s Fee as a percentage of the Cost of the Work.  The definition of “Construction Manager’s Fee” is in (reference CM-R Constructor Agreement section or article).
  5. Propose your CM-R’s Contingency as a percentage of the Cost of the Work.  The definition of “Construction Manager’s Contingency” and a description of its use is in (reference CM-R Constructor Agreement section or article).
  6. Define your firm’s general conditions costs in detail and propose the percentage of the Cost of Work that will be attributable to general conditions costs.

 
V. INSTRUCTIONS FOR DELIVERY AND DEADLINE
 
A.       Six (6) copies of the Statement of Qualifications and one (1) electronic copy must be submitted in sealed envelopes clearly marked “Proposal for Construction Manager at Risk Services for the Pride of Africa Expansion Project” and delivered to:
 
Savannah Patterson, Capital Projects Administrator
C/o Akron Zoological Park
500 Edgewood Drive
Akron, OH   44307
 
B.       To view concept level drawings and program documents please click here.


C.       The mandatory pre-submission walk-through on May 30, 2024 @ 9:00 AM will be held at the Zoo’s Natures View building. Please see map link here. Parking will be on Perkins Park Dr.


D.       Questions in response to this RFQ must be in writing and directed to Savannah Patterson, Capital Projects Administrator, email address at s.patterson@akronzoo.org, and received by no later than June 5, 2024 @ 12:00 noon. Answers to any questions shall be in writing and shall be sent to all firms who have received this RFQ by end of business on Friday, June 7, 2024. 
E.       RFQ submission packages must be received at the address listed at the top of this RFQ, identified as Project Location by 12:00 p.m. local time on Friday, June 21, 2024.