AFG Group, Inc.

Construction Manager

Click Here to Apply

Job Location

Washington, D.C., United States

Job Description

Job Title

Construction Manager

Location

Washington, DC 20001 US (Primary)

Category

Construction Management

Job Type

Full-time

Career Level

Experienced (Non-Manager)

Education

Bachelor's Degree

Travel

None

Security Clearance Required

HSPD-12

Job Description

Founded in 1990, award winning AFG Group, Inc. provides a full range of program, project and construction management services to our clients - from project planning, definition, design, and construction, through commissioning, relocation, and move-in.

Recognized as an ENR Top 100 CM Firm, AFG's portfolio includes Healthcare & Laboratories, Federal & Public Agencies, Courts & Criminal Justice, and Education markets. Clients include the Department of Defense (DoD), Department of Veterans Affairs (VA), General Services Administration (GSA), National Institutes of Health (NIH), and various state/local agencies served through AFG's nationwide offices and locations. We continue to do what AFG does best: helping owners and users solve facility-related problems.

Construction Manager

The design build contractor is responsible for the design and construction to rehabilitate 6,400 linear feet of portions of the Tidal Basin seawall (TB-E and TB-W) and the entire West Potomac Park seawall (WPP-S and WPP-N.) The major construction activities include:
  • Removal of existing stone seawalls and construct new elevated walls along the historical alignments.
  • Use of steel pipe piles for the foundation and a number of pre-cast concrete sections for a number of the wall components.
  • Installation of steel sheet pile on the landside to provide separation and excavation retention during construction.
  • Working from barges on the water and from the landside of the wall.
  • Stone from the historical walls will be salvaged and reused in construction of the new walls.
  • Existing sidewalk on top of the seawall along the Tidal Basin will be replaced.
  • Repair surrounding infrastructure landscape including grading, stormwater control, pedestrian/multi-use paths, curbing, and replacement of any site features (e.g., landscape, trees, benches, etc.) damaged or disturbed during construction.
  • Mobilization of construction work is planned to start in April 2024 and scheduled for demobilization in December 2026.

Job Requirements

Minimum Requirement Qualifications

The on-site contractor(s) shall possess the following qualifications:
  1. Technological knowledge and abilities such as: utilizing the PC and accessing the internet to perform technological responsibilities utilizing the CM software management program, use of MS Teams to create and record meetings, make calls and share screens, ability to use Word, Excel, Adobe PDF, MS Project and any other software programs typically utilized for construction management services.
  2. Physical abilities: Ability to walk or climb on a daily basis to observe contract performance.
  3. Technical knowledge and abilities such as:
    1. Ability to read, interpret and understand the Construction Contract, Plans and Specifications.
    2. Have knowledge of similar construction work so that the work can be properly observed, documented, and confirmed for conformance to the contract, plans and specifications.
    3. Have completed the Occupational Safety and Health Administration (OSHA) 30-hour construction safety training. knowledge in construction practices including applicable building codes, applicable safety regulations, ability to facilitate, understand and document pre-inspections, inspections during construction and post inspections, ability to inspect mock-ups.
    4. Have the ability to understand cost estimates broken down at a minimum to prime and subcontractor labor, equipment, materials, overhead and profit and the ability to evaluate proposals broken down to that level. The ability to define and document scope changes either required by the owner or a result of a differing site condition. The ability to understand and document negotiations between the Government and the Construction Contractor for the technical scope requirements, prime and subcontractor labor, equipment, material, overhead and profit. Ability to read and interpret the construction schedule to evaluate and document progress. Ability to evaluate payment requests as they relate to percentages/dollars/activities - services received by the Government that can be paid for.
    5. At a minimum, the primary on-site contractor(s) shall have no less than 10 years of construction industry experience that includes construction of inspection similar to the requirements of the construction contract and demonstrated experience in construction of seawalls and/or related maritime construction.
  4. Other requirements: The CM Firm and on-site contractor(s) shall have no conflicts of interest; examples include family members or stock with the associated construction firm. The CM Firm and on-site contractor(s) shall not disclose any information that is procurement sensitive, example include Government Cost Estimates. The CM Firm and on-site contractor(s) shall maintain ethical behaviors and practices as required by all Government employees and contractors in accordance with FAR Part 3. The CM Firm and on-site contractor(s)(s) shall ensure they are always identified as "Contractors" (non-Government employees) and are solely accountable to the DSC (not Park or Region staff).
  5. Limitations: The CM Firm and on-site contractor(s) shall have no authority to accept or reject construction work, authorize changes to terms and conditions of construction contract, obligate Government in any way including, but not limited to, scope, time or money, or instruct or make recommendations to Construction Contractor.

Other Requirements
  1. The CM Firm shall provide on-site contractor(s). Reference the key personnel clause for on-site contractor requirements.
  2. The CM Firm must have a quality control process in place to use to ensure the Government will receive quality services and deliverables including, but not limited to, observation documentation, scopes, cost estimates, proposal cost and technical analyses, time impact analysis, and schedule analysis.
  3. The CM Firm must have access to a common construction industry estimating software program (RS Means, PlanSwift, etc) and shall develop cost estimates for construction contract work changes. The cost estimates shall be received within 5 business days of issuance of the Request for Proposal. The minimum requirements for estimates are:
    1. Clearly identifying the source or sources of cost information used to prepare an estimate is an essential part of the Basis of Estimate Statement. The source of cost data establishes the criteria necessary for determining the need for and application of appropriate mark-up factors. If publicly available, published cost databases are used, the database name, version, volume number, data date and format of the database should be listed. If proprietary databases are used, the same information is required, plus a description of the underlying data sources and processing methodology should be included. In some cases, actual project specific costs, vendor quotes and/or park specific cost data may also be used and should be well documented. In many cases, a combination of these and other types of data sources are frequently used to develop a cost estimate.
    2. Documentation of Estimate Assumptions: Any and all assumptions made during the preparation of an estimate must be clearly documented in the Basis of Estimate Statement to provide a historical record of how costs were developed and highlight areas where additional information is required for future estimates.
    3. Definition of Mark-ups: The Basis of Estimate Statement should contain a brief description of how mark-up factors were determined and the rationale behind the selection of the values used for the individual factors. In many cases, if location specific data, vendor quotes, or historical park specific data are used, the need for additional mark-ups may not be required or the typical values may need to be adjusted to reflect the actual data used to develop costs.
    4. Identification of Major Changes from Previous Estimate: Any major changes that have been made to the project, or cost estimate, as the design process is refined must be clearly identified in the Basis of Estimate Statement. Major changes may include additions or deletions in the scope of work, significant changes in material selection, clarifications of previous assumptions made, substantial design revisions or any combination of these and other factors that significantly affect the overall cost of the project to the cost of individual project elements.
    5. Other Comments: Provide any additional information that is relevant to assist in the documentation and review of the estimate. It could include information regarding the estimator or estimating company that may have changed; significant market events that may have an effect on the costs; or other information not included elsewhere.
  4. The CM Firm shall assist in proposal technical analysis using the techniques identified in FAR Part 15 https://www.acquisition.gov/far/part-15#FAR_15_404. Assistance with the proposal analysis shall be completed within 3 business days of receipt of a proposal. The draft proposal analysis shall be performed by a cost estimator and not be based solely on comparison to the IGE. It must include a comparison to market pricing and/or historical pricing. The drafted price analysis shall be broken down at a minimum by labor, materials, equipment, overhead, general conditions, profit and bonding.
  5. The CM Firm shall have knowledge of construction industry scheduling software programs and perform schedule analysis to ensure the construction contractor's schedule updates are correct, identify discrepancies between the baseline schedule and updated schedules, and to analyze Time Impact Analyses submitted by the construction contractor in accordance with the construction contract Division 1 specification. Draft schedule analysis for review and use by the Contracting Officer. The analysis shall be completed within 7 business days of receipt of updated schedules submitted by the construction contractor. The schedule analysis must be performed by personnel experienced in construction scheduling and cost estimation.
  6. The CM Firm shall draft scoping documents for construction contract modifications. Scoping documents shall cite relevant Division Specifications sections, Drawing Sheet numbers and identifiers, and shall include appropriate sketches and/or photographs illustrating work to be performed. Conduct fact finding as necessary. Scoping documents shall be provided within 5 business days.
  7. The CM Firm shall assist in and draft documentation supporting negotiations between the Government and Contractor and submit notes within 1 business day of the negotiation.


Physical and Environmental Demands
  • Constantly communicating with others to exchange information.
  • Constantly repeating motions that may include the wrists, hands and/or fingers.
  • Constantly assessing the accuracy, neatness and thoroughness of the work assigned.
  • Occasionally ascending or descending ladders, stairs, scaffolding, ramps, poles and the like.
  • Occasionally moving self in different positions to accomplish tasks in various environments including tight and confined spaces.
  • Occasionally remaining in a stationary position, often standing or sitting for prolonged periods.
  • Occasionally moving about to accomplish tasks or moving from one worksite to another.
  • Occasionally adjusting or moving objects up to 20 pounds in all directions.
  • Occasional low and high temperatures due to working outside during all seasons, along with elements such as precipitation

Benefits

As an employee, you could be eligible for:
  • Competitive Industry Pay
  • Paid Time Off and Holidays
  • Flex Time
  • Bonus plans
  • Professional Learning and Membership Incentives
  • Health, Dental, and Vision Plans
  • 100% Company-Paid Disability & Group Life
  • Flexible Spending Accounts
  • 401K with Employer Match
  • New Parent Leave
  • Relocation Assistance
  • Pre-tax Commuter Benefits

Qualified applicants at AFG Group, Inc. must be U.S. citizens or lawful permanent residents and must meet client security requirements. Positions requiring security clearance are open to U.S. citizens only.

AFG Group, Inc. is an equal opportunity employer. All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity or national origin.

Salary Range

$95,000 to $115,000

We are equal opportunity/affirmative action employers, committed to diversity in the workplace. All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, gender identity, sexual orientation, national origin, disability, or protected veteran status, or any other protected characteristic under state or local law.

Location: Washington, D.C., US

Posted Date: 10/5/2024
Click Here to Apply
View More AFG Group, Inc. Jobs

Contact Information

Contact Human Resources
AFG Group, Inc.

Posted

October 5, 2024
UID: 4822383347

InternJobs.com does not guarantee the validity or accuracy of the job information posted in this database. It is the job seeker's responsibility to independently review all posting companies, contracts and job offers.