|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree
St., NW, Atlanta, GA 30365-2550 C -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) - LONDON, KY - NEWS
U.S. COURTHOUSE SOL GS-04P-97-EXC-0001 DUE 111896. Contact Point,
Alison Smith, 404/331-4630 Alison Smith, 404/331-4630. CONSTRUCTION
MANAGER AS CONSTRUCTOR (CMC) SERVICES CONTRACT for the proposed US
Courthouse in London, Kentucky. The scope of CM As Constructor services
under this proposed contract includes Preconstruction Phase Services
and Construction Phase Services. Preconstruction Phase Services shall
include, but are not limited to, preliminary evaluation of design
development documents, consultation during construction document
production, preliminary project schedule development, recommendations
on phased construction, cost estimates, development of subcontractor
and supplier interest, establishment of a negotiated Guaranteed Maximum
Price (GMP) and identification of long-lead 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, CPM scheduling, daily logs and monthly reports, monitoring of
construction costs, and other required supplemental services if so
requested by the Government. The CMc for this contract will be
competitively chosen using Source Selection procedures. For this
contract price (represented by the CMc's fee for Preconstruction Phase
Services, and fee for Construction Phase Services including profit,
General Conditions and other overhead costs) during the project
construction and commissioning, will be given equal weight to the
technical factors listed herein. Progress concept design documents will
be available to all interested bidders at the Pre-Submission Conference
described herein. PROJECT SUMMARY. The proposed US Courthouse will be
constructed on a site bounded by East Third Street, South Main Street,
and East Second Street in downtown London, Kentucky. The project
consists of a new United States Courthouse not to exceed 92,531 gross
square feet (8,596.7 square meters) while containing approximately
62,000 occupiable square feet (5760 square meters) to deliver the
required program. The project will include exterior secure parking
spaces. The facility will be occupied by the US District Court, the US
Circuit Court, the US Magistrate Court, the US District Attorney, the
US Probation Office, the FBI, The DEA, the US Marshals Service, and
other Federal agencies. The maximum ECCA (Estimated Construction Cost
at Award) is $12,261,000. Occupancy is anticipated for second quarter
FY 1998. The new United States Courthouse shall consist of the
following functions: Two US District Courtrooms, chambers for two US
District judges, one US Magistrate Courtroom, one US Magistrate Judge,
and one US Circuit Court judge; office space for the US District Court
Clerk of Court offices, grand jury suites; jury assembly areas; US
Marshals Service office space, sallyport 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 community that
reinforces urban planning objectives of the City of London, Kentucky.
DEFINITION OF CONSTRUCTION MANAGER AS CONSTRUCTOR. A Construction
Manager as Constructor, or 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 project development team during the planning, design and
construction phases, along with GSA as owner/developer and GSA's
selected A-E firm, Chrisman, Miller & Woodford and Spillis
Candela/Warnecke, JV, as architects and engineers of record. At the
time of contract award, projected to coincide with the start of the
design development state (15% complete) The CMc's firm price for
pre-construction and construction phase services will form the basis of
the contract. Upon completion of the 65% complete construction
documents, the CMc shall guarantee a maximum project price based on the
facility described in the Government's construction documents and
Solicitation for Offers (SFO) package. The contract will be modified to
reflect the agreed upon GMP. Project development shall occur in general
conformance with the process describe 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 Construction. 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 design review,
involvement in the project development and administration of the
construction for constructing the facility described by the Government
at or below the defined budget. SUMMARY OF RESPONSIBILITIES. The CMc
shall review all construction document submissions for constructibility
and compliance with the project budget. The CMc shall provide
independent cost estimates and recommend adjustments to the design or
to the estimates prepared by the A-E to assure that the project stays
within 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. Most importantly, the CMc shall have complete
responsibility for construction of the facility. PROJECT SERVICES. As
part of the construction contract, the CMc shall provide a wide range
of management, professional, and construction services. Services under
this contract shall consist of Construction Document Phase Services,
Procurement Phase Services, and Construction Phase Services. The CMc
must maintain a team with the expertise and capability to manage and
coordinate the timely and orderly development and construction of the
proposed project. The contractual requirements of the project include,
but are not limited to providing those management, administrative,
professional, and procurement services to deliver: CPM Scheduling.
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 all A-E construction
document submittals. Project scope management. Competitive selection
and procurement of all necessary sub-contractors. Provision of general
project construction for the entire facility. ``Commissioning'' and
turnover to designated facility management staff. Participation in
acquisition of Alternative Dispute Resolution/partnering consultant.
Maintenance of construction records. Commissioning/inspection/close-out
services. PROJECT STAFFING: The CMc shall be required to assign, as
needed, a team consisting of architectural, civil, structural,
mechanical and electrical reviewers; cost estimators; CPM analysts;
field engineers; field support staff; construction supervisors,
construction superintendents; testing engineers/technicians; and other
disciplines. SOURCE SELECTION EVALUATION CRITERIA: The following
criteria represent the factors which will be used by GSA's Source
Selection Evaluation Board in selecting a competitive range of firms.
These same factors, with appropriate sub-categories, will be used by
the Source Selection Evaluation Board for the second stage of the
source selection process. Price will also be evaluated in the second
stage. One firm will be selected from the short-listed CMc firms at the
end of the second stage. 1) QUALIFICATIONS AND EXPERIENCE OF KEY
PERSONNEL (250 Points): Summarize the qualifications, professional
designation, experience, education, background information, specific
assignments, and other significant information for key members of the
CMc team (100 points). For all key personnel, identify the anticipated
duties of the person as full-time or part-time, identify the person as
an employee of the CMc firm, a sub-contractor, or an employee of a
consulting firm, and indicate the specific geographic location in which
each key team member is now based (100 points). Describe your
experience with contraction projects within the same geographic area as
London, KY. Describe your knowledge and experience with local markets,
subcontractors, the general labor market, and local government (50
points). 2) EXPERIENCE IN PROVIDING PRECONSTRUCTION SERVICES ON SIMILAR
PROJECTS (250 Points): Describe your experience and past experience
providing Preconstruction Phase services on courthouses or other
projects of similar complexity and with construction costs greater than
$12,000,000. Provide names, addresses and telephone number of the last
three clients for which you have provided or are now providing similar
services (100 points). Demonstrate your experience in providing the
value engineering, design oversight and independent cost estimating
required to maintain a guaranteed maximum price. Describe your
experience working in a non-adversarial relationship with a building
owner or developer as a full partner in the development team (100
points). Demonstrate your ability to maintain quality and aggressive
project schedules while controlling costs when providing
preconstruction services (50 points). 3) EXPERIENCE PROVIDING GENERAL
CONSTRUCTION SERVICES ON SIMILAR PROJECTS (450 Points): Describe your
experience with construction of a project using CM as Constructor or CM
as Risk delivery, or in which you acted as a traditional General
Contractor. Describe your record in delivering completed projects
within fixed schedules and within a guaranteed maximum price when
providing general construction services (100 points). Describe your
experience constructing courthouses or other projects of similar
complexity with construction costs greater than $12,000,000 (100
points). Provide names, addresses and telephone number of the last five
clients for which you have completed construction of projects similar
to the courthouse described in this announcement (150 points). Describe
your firm's use of Alternative Dispute Resolution (ADR) or arbitration
to avoid litigation. Provide a complete list of any construction
claims in which you and project owners/developers have been party to in
the last 10 years and a synopsis of the outcome. Indicate, if any of
the claims were resolved using ADR or arbitration. (100 points). 4)
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 an AutoCad Release
12 format acceptable to the Government, the ability to interface with
the Government's Microsoft Excel V.5.0 and Word for Windows V.6.0.
software, and the ability to send, receive and share data
electronically via desktop conferencing and ``white board''
technologies. 5) 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 Disadvantaged
Business firms (20-points), and Small Women-owned business firms
(10-Points). SOURCE SELECTION PROCEDURES: Qualified firms expressing an
interest in the project will be provided one copy of the SFO package.
Firms wishing to offer must provide Stage I submissions that clearly
address the rating factors identified above and described in greater
detail in the SFO. Cost proposals are not required with the Stage I
submission, but offerors must provide a statement certifying that they
can construct the facility described in the SFO narrative, drawings
and specifications for the maximum ECCA of $12,261,000 or less. A
competitive range of the most highly qualified firms will then be
selected. Those firms will be notified; provided with complete concept
design documents; and asked to provide additional technical
information and cost proposals for consideration under Stage II. The
Stage II cost proposals shall include the Offeror's fee for
Preconstruction Services and fee for Construction Phases Services
(including profit, General Conditions and other overhead costs). Firms
that are determined to be in the competitive range will be interviewed
at their principal place of business, and final selection will be made
based on Source Selection procedures with price and the collective
technical factors listed above considered equal. CONTRACT AWARD: A
contract will be awarded to the selected firm to provide
Preconstruction Phase and Construction Phase services based initially
on the cost of the Preconstruction Phase services. At the 65%
construction document submittal in the Preconstruction Services phase,
the contract will be modified to reflect a negotiated mutually agreed
upon Guaranteed Maximum Price (GMP). The Government shall reserve the
right to terminate the contract if the offered GMP exceeds the ECCA.
The cost difference, if any, between the negotiated GMP and the final
construction cost shall be split between the CMc and the Government at
the conclusion of the project as described in the SFO. SB - SDB
PARTICIPATION: Although this procurement is open to large business,
small and minority-owned firms are strongly encouraged to participate.
The Government recognizes the talent existing in smaller firms and
encourages their participation in the construction of Federal
facilities. Short-listed firms shall provide a brief written narrative
of their outreach efforts to utilize small disadvantaged and small
women-owned businesses on this project. An acceptable Subcontracting
Plan shall be agreed upon prior to contract award to any large
business. Large business shall be required to demonstrate a proactive
effort to achieve the following minimum goals for all subcontracted
work: 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 Solicitation for Offers (SFO) package, including the design
program, concept level drawings and specifications, and other
information needed to offer. Offerors who then wish to submit an offer
will be required to submit three (3) copies of a Stage I proposal. The
proposal should be submitted in an 8-1/2'' X 11'' spiral bound format
and should be organized to correspond with the evaluation factors
listed above. The 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 this
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 total Stage I submission
should not exceed 75 pages. Firms who respond to the SFO will be
required in Stage I to complete a form certifying that they can
construct the facility described in the SFO narrative, drawings and
specifications for the maximum ECCA of $12,261,000 or less. The SFO
will provide additional information regarding the submission format.
Additional information will be required of firms that are found to be
in the competitive range as part of the Stage II evaluation. A firm
that send a submission in response to this CBD notice without having
reviewed the SFO will not be evaluated. Interested firms should send a
letter of interest to the office and address listed below no later
than 3:00 PM E.S.T. on November 18, 1996. Stage I submittals are to be
received no later than 3:00 PM E.S.T. on December 16, 1996. Only
technical submittals, along with the statement regarding the ECCA
described above, should be submitted. Price proposals will not be
considered until the second stage of the source selection process. 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. A follow-up listing of firms to be interviewed will be
placed in this publication. A pre-submission conference will be held on
December 4, 1996 at 10:00 AM in the existing U.S. Courthouse on Barr
Street in downtown Lexington, Kentucky. Please notify Alison Smith at
the number below, or indicate your 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, 404/331-4630, FAX No. 404/730-2309, Attn: Alison Smith. (296) Loren Data Corp. http://www.ld.com (SYN# 0011 19961024\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|