Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634

GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St. NW, Atlanta, GA 30365-2550

C -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) - KNOXVILLE, TENNESSEE - HOWARD H. BAKER JR. U.S. COURTHOUSE SOL GS-04P-96-EXC-0031 DUE 072496. Contact Point, Marie Woodley, 404/331-4636, Contracting Officer, Beverly A. Bigham, 404/331-4870. CONSTRUCTION MANAGER AS CONSTRUCTION (CMC) SERVICES CONTRACT for the proposed Howard H. Baker Jr. U. S. Courthouse - Knoxville, Tennessee. The scope of CM as Constructor services under this proposed contract includes Pre-construction Phase Services and Construction Phase Services. Pre-construction - Phase Services shall include, but shall not be limited to: consultation during construction-document re-design; development of construction schedule and phasing requirements; development of cost estimates; development of subcontractor and supplier interest; establishment of a negotiated Guaranteed Maximum Price (GMP); and identification of long-lead material items. Construction Phase Services shall include, but are not limited to: administration of the construction contract (whether the work is performed with the CMc's own forces or under sub-contract); coordination of regular construction meetings; coordination of Tenant meetings; developing and monitoring CPM activities; providing daily logs and monthly reports; monitoring construction costs; and providing other supplemental services, as requested by the Government. The CMc for this contract will be competitively chosen using Source Selection procedures indicated herein. For this contract, price and technical factors will be given equal weight in determining the CMc (price shall include profit, General Conditions and other overhead costs). PROJECT HISTORY AND STATUS: Bid documents for this project were originally issued in April 1996. Bids that were opened on May 23, 1996. All bids exceeded the Government's available funding for the construction. GSA, the design Architect-Engineer firm (A-E) and the Construction Management Firm (CM) conducted investigations relative to the lack of acceptable bids, and developed a number of cost reduction items to bring construction costs within range of available funding. The initial bid documents are being modified to effect cost-reduction measures. Additional cost reduction measures will be described narratively for potential incorporation into the project. The revised construction documents, along with other information will be sent to construction management firms and general construction firms that express interest in the project according to this notice. PROJECT SUMMARY: An existing Government-owned facility is bounded by Main Avenue, Cumberland Avenue, Gay Street and Walnut Street. The facility includes an interior courtyard. A new four-story courthouse annex (approximately 52,000 gross square feet) (4,831 square meters) (in size) will be constructed as an infill in the eastern part of the courtyard. Renovation work will occur in the existing facilities to prepare office space for proposed Tenants. The existing facilities are partially occupied. The existing facilities and the new facility will provide expansion for the US Courts and other proposed tenants. When construction is complete, the facility will be occupied by the US District Court, the US Magistrate Court, the US District Attorney, the US Probation Office, the US Trustees, the US Marshals Service, and other Federal agencies. The final completed facility will provide the following functions: US District Court, US Magistrate Court and US Bankruptcy Court courtrooms; office space for the US District Court clerk, grand jury suites; jury assembly areas; US Bankruptcy Court Clerk office space; US Marshals Service office space, sally-port and detention cells; hearing rooms; conference/training rooms; and other general office areas. The Government's program objectives for this project are that it: 1) serve the Government's needs for functional space in the most efficient and cost effective manner; 2) provide a visual testimony to the dignity and stability of the American Government and the seriousness of the federal judiciary's mission; and 3) be an asset to the Knoxville, Tennessee community. The estimated construction cost at award (ECCA) for all base-bid work is $13,500,000. The designs provide for options for additional items. At the time of contract award, the CMc (CMc is hereafter defined) shall guarantee a maximum price to perform the construction described in the Request-For-Proposal (RFP). DEFINITION OF CONSTRUCTION MANAGER AS CONSTRUCTOR: A Construction Manager as Constructor (CMc) is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services. The CMc shall be a member of the overall project team that includes GSA as owner/developer, GSA's selected design Architect-Engineer firm and GSA's selected Construction Management firm (CM). The roles of each firm will be clearly delineated to the CMc in the CMc contract. The CMc may provide general construction with its own forces, or may contract for part or all of the construction with other firms. Project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGC Document 565), Standard Form of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs), In contrast to a CM that is not also a construction, the CMc is responsible, through review of the project designs and administration of the construction for constructing the facility described by the Government at or below the defined budget. SUMMARY OF CMc RESPONSIBILITIES: The CMc shall review the construction documents for constructibility and compliance with the project budget. The CMc shall provide independent cost estimates and recommend adjustments to the design that are required to assure that the project is constructed at or below budget. The CMc shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. The CMc shall have complete responsibility for constructing the facility to the quality of the design requirements and within the project budget. PROJECT SERVICES: The CMc shall provide a wide range of management, professional, and construction services. The CMc shall maintain a team that has the expertise and capability to manage and coordinate the timely and orderly development of the construction. Contract requirements will include, but not be limited to, the following: CPM Scheduling and analyses. Participation in all construction document production phase team meetings. Review of all A-E construction document submittals. Review of all A-E cost estimates. Independent pricing of the construction documents. Project scope management. Competitive selection and procurement of all necessary sub-contractors. Provision of general project construction for the entire facility. Participation in acquisition of Alternative Dispute Resolution/partnering consultant. Maintenance of construction records. Commissioning/inspection/close-out services. PROJECT STAFFING: The CMc will be required to provide a team that consists of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; and other disciplines that can be used on an as-needed basis. SOURCE SELECTION EVALUATION CRITERIA: The following factors will be used by GSA's Source Selection Evaluation Board in the Phase I process to select a competitive range of firms for further evaluation under the Phase II process, described herein. These same factors, with more detail in sub-categories, will be provided in the Phase II process, will be used by the Source Selection Evaluation Board for the selection of the CMc. Price proposals will not be required in Phase I, but shall be submitted in Phase II. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL (350 POINTS): A. Summarize the qualifications, experience, education, background information, specific assignments, and other significant information for each proposed key members of the CMc team (150 POINTS). B. For each proposed key person, identify the proposed duties in the project. Identify the person as a part-time or full-time person, identify the firm for which the person works: i.e. an employee of the CMc firm, a sub-contracting firm, or an employee of a consulting firm. Indicate the specific geographic location where each proposed person is located at the time of response to this announcement. (150 POINTS). C. Summarize the CMc firm's experience with construction projects in the geographical area of eastern Tennessee. Include knowledge and experience with the local construction markets, sub-contractors, the general labor market, and local Government (50 POINTS). FIRMS EXPERIENCE AND PERFORMANCE IN PROVIDING COMPARABLE PRE-CONSTRUCTION-PHASE SERVICES FOR SIMILAR PROJECTS IN THE PAST FIVE YEARS (150 POINTS): List three to five projects of approximately $13,000,000.00, or larger, in construction costs, in which the firm successfully provided pre-construction-phase services similar to those that will be required under this project. Describe the pre-construction-phase services provided, relating those services to this project in scope and complexity. Provide names, addresses and telephone number of the client(s) for each listed project. (150 POINTS). FIRMS EXPERIENCE AND PERFORMANCE IN PROVIDING COMPARABLE CONSTRUCTION-PHASE SERVICES FOR SIMILAR PROJECTS IN THE PAST FIVE YEARS (350 POINTS): A. List three to five projects of approximately $13,000,000.00, or larger, in construction costs, in which the firm successfully provided construction-phase services similar to those that will be required under this project. Describe your record of delivering the completed projects within fixed schedules and within a guaranteed maximum price. Relate those services in type and scope to this Knoxville, Tennessee project. Provide names, addresses and telephone number of the client(s) for each listed project (100 Points). b. Demonstrate the proposed team's experience and abilities in working in a non-adversarial relationship with a building owners/developer in the development of the above listed projects (50 POINTS). C. Demonstrate the proposed team's abilities and experience in providing value engineering, design oversight and independent cost estimating in maintaining project budgets (50 POINTS). D. Demonstrate the proposed team's abilities to maintain project quality and scheduling while controlling costs (100 points). E. Describe firm's use of Alternative Dispute Resolution (ADR) or arbitration to avoid litigation. Provide a comprehensive list of construction claims in which the firm and the owner/developers have been a party to in the last 10 years, providing a synopsis of the outcome. Identify claims that were resolved by ADR. Identify those claims that were resolved by arbitration (50 POINTS). CMc's RESOURCES, FACILITIES AND TECHNOLOGY (100 POINTS): Describe the resources and facilities available to the CMc. Describe in-house computer office automation capabilities, including Management Information System and ability to review drawings in Auto-Cad Release 12, or later, format. Describe firm's ability to interface with the Government's Microsoft Excel V.5.0 and Word for Windows V.6.0 software, including ability to send and receive data electronically via desktop conferencing and ``white board'' technologies (100 points). SB - SDB SUB-CONTRACTING PLAN (50-POINTS): In Phase I, each firm must indicate their intention to submit sub-contracting plans in Phase II. In Phase II of the Source-Selection Process, each Offeror will be required to provide sub-contracting plans that provide for participation by Small Business firms (20 POINTS), Small Dis-advantaged Business firms (20-POINTS) and Small Women-owned business firms (10 POINTS). SOURCE SELECTION PROCEDURES: Qualified firms expressing an interest in this project will be provided one copy of the RFP package. Firms wishing to offer must provide Phase I submissions that clearly address the rating factors identified herein and described in greater detail in the RFP. Cost proposals are not required with the Phase I submission, but Offerors must provide a statement certifying that they can construct the facility described in the RFP narrative, drawings and specifications at a cost not greater than the ECCA identified herein. A competitive range of the most highly qualified firms will be identified in the Phase I evaluations. Firms that are determined by the Government to be in the competitive range will be interviewed at their principal place of business. Final selection of the CMc will be upon Phase II Source Selection procedures. Under Phase II of this selection process, the firms selected for detailed interview will be provided with a set of the project construction documents and asked to provide additional technical information, along with cost proposals, to enable selection of the CMc firm. These Phase II cost proposals shall include the Offeror's fee (fee to be sub-divided into Pre-construction Phase services and Construction Phase services) to provide all services into Pre-construction Phase services and Construction Phase services) to provide all services required under the RFP (including profit, General Conditions and other overhead costs). Technical factors and pricing will be given equal weight in the final selection of the CMc. CONTRACT AWARD: A contract will be awarded to the selected firm to provide Pre-construction Phase services based upon the cost of the Pre-construction Phase services. When Pre-construction-Phase services are complete, the contract will be modified to obtain Construction-Phase services at a mutually-agreed Guaranteed Maximum Price (GMP). The Government's goal is to award a contract at a GMP that does not exceed the project ECCA. In the contract for Pre-construction-Phase services, the Government will reserve the right to terminate the contract if a GMP is not established that is equal to, or less, than the ECCA. At the conclusion of the project, if the construction costs are less than the GMP, under the terms described in the RFP, the difference between the final project construction cost and the GMP will be divided between the CMc and the Government. SB - SDB PARTICIPATION: This procurement is open to both large business firms and small business firms. The Government recognizes the talent existing in smaller firms and encourages their participation in the project, requiring the CMc to include an amount of participation by small and small dis-advantaged firms in the project. In Phase II of the selection process, short-listed firms shall provide a brief written narrative of their outreach efforts to utilize small business firms, small dis-advantaged business firms and small women-owned business firms. All Offerors will be required to include a sub-contracting plan that provides for participation by small firms according to the following: Small Businesses (20%), Small Disadvantaged Businesses (5%), and Small Women-Owned Businesses (5%). HOW TO OFFER: Potential Offerors having the capabilities to perform the services described herein are invited to respond by submitting a one page letter on your company letterhead stating your interest in the project. These firms, along with others on the Government's mailing list, will be provided a copy of the RFP package, including the following: selected construction documents and other information deemed significant to enable offers to be made. Offerors who then wish to submit an offer will be required to submit three (3) copies of a Phase I proposal. The proposal should be submitted in an 8-1/2'' X 11'' spiral bound format that is organized to correspond with the evaluation factors listed herein. Forms SF 254 and SF 255 may be utilized, but are not required. IF SF 254 and SF 255 are used, they must be current (reflecting a date not more than one year old from the month of notice). Photographs may be incorporated with the text in Sections 8 and 10 of the SF 255 if desired. IF SF 254 and SF 255 are not utilized, the submission must include information responsive to the data requested in each section of these forms. The RFP will provide additional information regarding the submission format. The total Phase I submissions should not exceed 75 pages. In Phase I, responding firms will be required to provide a statement that certifies that the construction required in the RFP narrative, drawings and specifications can be constructed at a cost not greater than the project ECCA. During the Phase II evaluation, the Government may request additional information from firms. Firms that respond to this CBD notice without having reviewed the RFP requirements will not be evaluated. Interested firms should submit a letter to the office and address listed below no later than 3:00 p.m. on JULY 24, 1996. A pre-submission conference will be held on JULY 31, 1996 in the existing facilities of the Howard H. Baker Jr. U.S. Courthouse - Knoxville, Tennessee to discuss Phase I submission requirements. Phase I submittals are to be received in Atlanta, Georgia not later than 3:00 p.m. on Phase II evaluations will be published in this publication. Firms selected for Phase II evaluations will be notified of additional submission requirements. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. Copies of the previously-bid construction documents, modified to effect cost savings, along with narrative descriptions of additional potential cost-reduction items will be available for review by prospective Offerors. Please notify Ms. Beverly A. Bigham at the number shown below, or indicate your planned attendance in your letter of interest, if you plan to attend this meeting. General Services Administration 401 West Peachtree Street, Suite 2500, Atlanta, Georgia 30365, 404/331-4870 FAX No. 404/730-2309 Attn: Ms. Beverly A. Bigham. (190)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960710\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page