Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708

GSA, 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