RFP Number: RCCH-027
RFP Name: Maria Lanakila Parish - Architectural Services (Rebuild As-Is)
Site Address: 712 Waine'e St, Lahaina, HI 96761
Issue Date: February 4, 2025
Due Date: Submittals must be received no later than 5:00 pm Hawaii Standard Time Sunday, February 23, 2025. The deadline has been extended from February 16th, 2025 to February 23rd, 2025.
Notice to Interested Parties: Offerors interested in submitting a proposal are encouraged to register your company by completing the RFP Registration Form.
Solicitation Overview
Background Information
Customer: Roman Catholic Church in the State of Hawaii (RCCH)
Just as Saint Damien and Saint Marianne ministered to the hungry, homeless, despairing, lost and forgotten here in Hawaii, so today the Catholics of the Diocese of Honolulu continue to reach out to everyone regardless of where they are in their journey of life. We do this through our parishes, schools, social and healthcare services. Hawaii Catholics walk with all as brothers and sisters, together in our struggles and our triumphs, while facing a future not yet written. Through the gospel of love, we invite all to come and know the incredible, infinite love of Jesus Christ.
Today there are 66 parishes and 23 mission churches ministering to Catholics on six islands within the boundaries of the Diocese of Honolulu, making it "a diocese like no other, " as stated by Bishop Larry Silva in the Diocesan Road Map for Pastoral, Program and Facility Needs 2008-2013.
The Roman Catholic Church in the State of Hawaii (RCCH) includes Maria Lanakila Parish in West Maui which consists of Maria Lanakila Church in Lahaina, Sacred Hearts School in Lahaina and Sacred Hearts Mission Church in Kapalua.
The parish’s main property in Lahaina is on two adjacent parcels:
712 Waine'e St, Lahaina, HI 96761 TMK 460100010000
712 Waine'e St, Lahaina, HI 96761 TMK 460100030000
The Maui wildfire disaster resulted in the full loss of several school buildings. The facilities lost in the fires include but not limited to:
Classroom building
Cafeteria
Convent
Early Learning Center (ELC) for Age 3, Pre-K and Junior K,
School office
Residences for the nuns
Maintenance facilities
ELC playground
school playground
The school will rebuild using a combination of insurance proceeds, FEMA Public Assistance funding and donations. Due to ongoing fundraising efforts and constantly changing construction pricing, the school is proceeding with designing multiple options.
As the project is receiving some FEMA funding, the design team will be assemble in 2 parts. The architect will be selected and contracted first. Then RFP’s will be issued to select all other design consultants. Selection will be on overall best value as determined together by the Owner and the Architect.
Scope of Services
A) The architect will provide two design options:
Design Scheme 1: Base option wood structure- pre-fire condition with changes to meet all current building and other applicable codes and requirements for schools
Design Scheme 2: Upgraded option fire resistant concrete structure and net zero
Maximize FEMA Public Assistance program mitigation funding to provide further protection from fire
Maximize Federal Government Net-Zero funding from the Infrastructure Bill
B) The architect will provide pricing for the two design phases for each design option:
Phase I: Design through the earlier of 1) 100% CD or 2) plans, specifications and any other applicable information to obtain proposals from a qualified General Contractor for Guaranteed Max Price contract.
Phase II: Phase I through construction completion including but not limited to 100% Construction drawings and specifications, all permits and approvals including FEMA approvals, Construction Administration and Post Construction Warranties
C) Budget including GET and reimbursables for each and every specialty consultant that may be needed for the project.
Submittal Requirements
Pricing as outlined above
Guaranteed maximum budget for reimbursables
List of sub design consultant(s) for each specialty. Include company, POC for RFP, title, address, phone, e-mail, website
Design Schedule with Phase I and Phase II completion as the major milestones, submission dates and anticipated approval dates for each permit and approval
Architects proposed detailed strategy to obtaining permits and approvals as fast as possible
Firms availability to start no later than March 1, 2025 and confirmation the firm has sufficient resources for a fast track project
Proposed team members with project org chart and resumes
List of 3 projects that best represents firms qualifications to design the proposed school
Optional: Collateral or any other supplemental information
Solicitation Requirements
The Owner is seeking partial reimbursement for costs using public funds by the Federal Emergency Management Agency (FEMA). Therefore, all companies shall comply with FEMA procurement requirements outlined in FEMA’s Public Assistance Program and Policy Guide and 2 C.F.R. Part 200.
Identify any and all consultants that may be needed for the project for design and approvals. Provide a list of companies for each trade that you think we should consider inviting to provide a proposal after the architect is contracted under the Owner. The more the merrier with a minimum of three vendors for each trade. Companies may be located anywhere in the U.S.
All contracts and subcontracts are required to have federally required contract provisions in addition to FEMA-recommended provisions applicable to Public Assistance applicant contracts. These provisions are provided in Appendix B.
The winning Offeror will enter into a contract with RCCH using their form agreement which may be provided at a later date.
All contractors will be required to sign the Assumption of Risk and Waiver of Liability Agreement found in Appendix D.
Solicitation Documents
Appendix A - Historic District #1 Area 4 Zoning
Appendix B - FEMA Required Contract Provisions
Appendix C - RCCH Standard Contract Agreement
Appendix D - RCCH Assumption of Risk and Liability Agreement
Appendix E- Maps of RCCH Lahaina properties
Appendix F - Proposal Evaluation & Award Procedures
Appendix G - As-Is Drawings (Most were lost in the fire - this is what is available. The Owner makes no representations or warranties regarding their accuracy or completeness.)
OFFERORS ARE STRONGLY ENCOURAGED TO CAREFULLY READ THE ENTIRE SOLICITATION.
Submittals must be received by e-mail no later than
5:00 pm Hawaii Standard Time Sunday, February 23, 2025
Please contact us if you intend to submit a proposal.
Proposals should be uploaded to the following Dropbox via our submissions page or via email at peggy@mcyia.com.