Project Manager at Unified Business Technologies Inc – Federal Highway Administration (WFLHD), Washington
Explore Related Opportunities
About This Position
WFLHD Facility Renovation Construction Manager as Owner Advisor (CM-OA) Services
The Agency requires professional Construction Management as Owner Advisor (CM-OA) services to support the Western Federal Lands Highway Division (WFLHD) renovation project. The CMOA shall provide comprehensive project management, oversight, and technical coordination from preconstruction through closeout to protect the Government’s interest and ensure successful project delivery in accordance with the Federal Acquisitions Regulations (FAR). This includes implementing the WFLHD Campus Masterplan recommendations such as seismic upgrades, systems modernization, space reconfiguration, hazardous materials abatement, and site improvements, a summary of which is provided in Attachment 0002. The estimated total project cost is $25M - $30M.
BACKGROUND
The WFLHD office complex, which accommodates up to 250 employees, includes a main building, materials testing lab, historic mule barn, and parking areas. In 2024, the WFLHD Campus Masterplan was commissioned; a multi-disciplinary study prepared by a licensed architectural firm and a team of specialized sub-consultants. This Masterplan framework provided a technical evaluation of physical conditions, identified critical maintenance and code deficiencies, and established a strategic roadmap, supported by conceptual drawings and construction phasing, to guide future facility improvements. This Masterplan identified the requirements for major renovations to the 58,870-square-foot Main Building and Materials Laboratory. The resulting recommendations address fire-life safety and building systems in accordance with applicable codes and optimized building organizational layouts. Planned improvements include utilities infrastructure, roof and window replacement, materials lab upgrades, seismic retrofitting, and the restoration of building envelope integrity.
Period of Performance
The CM-OA's full period of performance for this task order will support the acquisition and execution of a DB contract for a total of approximately 42 months as described as the following:
- Pre-Construction - CM-OA Contract NTP - Est. Start Date 6/1/2026
- Procurement (overlaps Construction) - DB Design NTP - Est. Start Date 12/1/2026
- Construction (overlaps Procurement) - DB Early Release NTP - Est Start Date 4/1/2027
- Post Construction - SCD - Est. Start Date 1/1/2029
DB = Design Build Contractor; NTP = Notice to Proceed; SCD = Substantial Completion Date
The estimated duration or performance period for support staff is not a commitment to a full-time Level of Effort (LOE). While the SPM is expected to support the full duration of the phases, support staff involvement will be right sized to specific project milestones (e.g., 100% design review, final commissioning, etc.) as determined by the SPM.
Requirements:Minimum Qualifications & Competencies
Experience: 10+ years of progressive field experience in construction management required. At least 5 years specifically acting as a Construction Manager as Owner Advisor (CM-OA) or Owner’s Representative including a working knowledge of Federal Acquisition Regulation (FAR) contract administration.
- DB Expertise: Must demonstrate a successful track record of managing at least three (3) federal or public sector projects exceeding $15M utilizing DB contract administration.
- Education: Bachelor's in construction management, Civil Engineering, Architecture, or Business (Master’s/MBA preferred).
- Equivalency Clause: The Government reserves the right to waive specific educational requirements if the candidate demonstrates equivalent mastery through a minimum of 10 years of experience Federal/Public Sector facility construction and renovation projects of similar scope and size. This determination will be made solely by the Government based on the depth of the candidate's past performance on projects of similar scope and complexity.
- Certifications: Certified Construction Manager (CCM), Project Management Professional (PMP), or DB Professional (DBP) preferred.
- Technical Proficiency: Must have provided direct oversight of CPM scheduling and IGCE development and or validation on at least three (3) federal or public sector facilities projects of similar complexity. Additionally, must demonstrate a minimum of three (3) years of experience overseeing building code compliance, with one project specifically for seismic retrofitting and MEP systems.
- Financial Stewardship: Must have served as a government advocate on at least three (3) public sector projects exceeding $15M, providing documented oversight in the development of monthly risk registers and the negotiation of at least five (5) complex change orders or supplemental agreements in accordance with FAR-based cost principles and documentation standards.
- Professional Skills: Must possess advanced conflict resolution skills and the ability to provide clear, executive-level communication to FHWA stakeholders.
- Preference will be given to candidates who demonstrate a mastery of FAR Part 36 (Construction and Architect-Engineer Contracts) and its application to Design-Build delivery.
A. Scope of Support
The CM-OA shall assist the Government Project Manager (PM) in comprehensive management and oversight of the project:
- Acquisition & Administration. Supporting contract actions and documentation.
- Design & Construction Oversight. Ensuring adherence to quality assurance, commissioning, and closeout procedures.
- Project Controls. Managing cost estimates, cost analysis, and schedule monitoring.
- Risk Management. Identifying and mitigating potential risks and conflicts.
B. Functional Requirements
The CM-OA is responsible for ensuring all contract requirements, including initial and technical requirements, scope, schedule, budget, quality, risk and other aspects of the project are satisfied. The specific activities, tasks, and deliverables required of the CM-OA will be further delineated in the Performance Work Statement (PWS). In the best interest of the project, WFLHD expects the CM-OA to:
- Collaborate. Work seamlessly with the Project Delivery Team (e.g., Government staff, DB contractor, and other parties associated with the facility renovation) and provide sound management advice to WFLHD.
- Proactive Mitigation. Take all reasonable measures to anticipate delays, resolve conflicts promptly, and mitigate circumstances that could lead to claims or disputes.
- Compliance. Exercise due diligence to ensure the project meets all applicable codes, regulations, and construction documents to achieve the best value for the Government.
C. Resource Management & Scalability
The Government anticipates a staffing model led by one (1) full-time, on-site Senior Project Manager (SPM) acting as the primary Key Personnel. Technical Support roles (Scheduler, Engineer, Inspector) are intended to provide specialized, intermittent 'reach-back' expertise as determined by the SPM to meet project objectives. Resumes for Technical Support roles are required for qualification vetting only; these individuals are not required to maintain a permanent on-site presence unless specifically requested by the COR for ad hoc technical reviews.
- Scalability. The CM-OA shall supplement core staff with consultants or lower-tier contractors as project demands fluctuate.
- Responsibility. Maintaining adequate staffing levels to meet all Statement of Objectives (SOO) and the resultant Performance Work Statement (PWS) requirements is the sole responsibility of the CM-OA.
D. Performance Objectives
The specific activities, tasks, and deliverables required of the CM-OA will be further delineated in the Performance Work Statement (PWS). In the best interest of the project, WFLHD expects the CM-OA to meet the following objectives:
- Objective 1: Integrated Project Controls. Deliver the renovation within authorized parameters using advanced scheduling, project controls, and the Critical Path Method to manage the DB contractor.
- Objective 2: Compliance & Safety. Ensure adherence to all applicable building and energy codes, environmental regulations, and a zero-incident safety culture.
- Objective 3: Operational Continuity. Act as an owner’s advocate to minimize disruptions to lab operations and staff during construction. The CM-OA must consult and advise in support of the continuity of operations, including but not limited to:
- Temporary relocations of staff and furniture
- Temporary storage requirements
- Sequencing of lab operations
- Maintaining access to the materials yard and loading functions
- Developing a Materials Laboratory Vibration Mitigation and Monitoring Plan
- Coordination with site safety and parking limitations
4. Objective 4: Technical Requirements and Oversight across Project Phases: Provide multi-disciplinary support and act as the Government’s technical representative to ensure the renovation meets all standards and contract requirements from inception through completion.
PRE-CONSTRUCTION PHASE:
- Must consult and advise on the selection of project delivery methods.
- Execute front-end due diligence, including site surveys, geotechnical studies, and environmental approvals to mitigate early-stage risk.
- Translate Government needs into clear performance standards and measurable results to maximize DB benefits.
- Perform 100% submission reviews, including Building Information Modeling (BIM) clash detection and constructability analysis, to ensure strict code and RFP compliance.
- Audit the DB BIM Execution Plan (BEP) and milestone models to ensure compliance with LOD 300/350 standards and Government data requirements for structural and MEP systems.
- Develop Independent Government Cost Estimates (IGCEs) and Value Engineering (VE) proposals that prioritize cost-savings without compromising system warranties or functional integrity.
PROCUREMENT SUPPORT PHASE:
- Guide the development of the Request for Qualifications (RFQ) emphasizing past performance, oversight, vetting, and Scope Development.
- Draft the comprehensive technical Request for Proposal (RFP), including performance specifications and preliminary design package.
- Perform technical evaluations of solicitation-phase design documents and bid submittals to ensure full scope coverage and clarity.
CONSTRUCTION PHASE:
- Conduct daily on-site inspections to validate that work meets approved technical standards and specifications.,
- Review and track all technical submittals and Requests for Information (RFIs) to ensure timely responses from the design team.
- Provide technical analysis cost validation for all proposed Change Orders.
POST-CONSTRUCTION PHASE:
- Serve as the Commissioning Authority and provide oversight for functional commissioning (Cx) and final testing of all building systems.
- Review and verify the accuracy of the final As-Built drawings and BIM models.
- Verify the final LOD 500 "As-Built" model and Construction Operations Building information exchange (COBie) data for accuracy and full integration compatibility with WFLHD facility management systems.
- Coordinate the transfer of the Manuals, Warranties, and Registers, to the facility management team.
E. Facility Details
The contractor shall provide CM-OA services that support the full execution of the Masterplan elements resulting in a renovated facility including, but not limited to:
- Design & Compliance. Integrated environmental & compliance design,
- Site & Foundation: Stabilize foundations, substructure, & complete site work (e.g., stormwater management facilities, municipal water service upgrades, electrical service consolidation, parking & paving improvements),
- Building Envelope: Complete roof, seismic, and exterior upgrades to maximize energy efficiency and structural integrity,
- Infrastructure: Mechanical, electrical, & plumbing (MEP) systems (e.g., steel collectors, concreted shear walls, metal deck replacement, etc.),
- Fire & Life Safety: Building-wide Sprinkler system & egress improvements,
- Interior Construction: Finishes, doors, flooring, & windows, etc.,
- Code & Accessibility: Remediate code violations & ADA deficiencies,
- Remediation: Materials abatement & required demolition (e.g., asbestos, LBP, etc.,), and
- Programming: Facility and space reconfigurations and coordination with Interstate Bridge Replacement (IBR) program managers to mitigate potential impacts.
F. Delivery Strategy
CM-OA services shall support the Government-selected Single-Phase DB delivery.
Scan to Apply
Job Location
Job Location
This job is located in the Federal Highway Administration (WFLHD), Washington, 98661-3801, United States region.