Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822

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

C -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) -- GREENEVILLE, TENNESSEE -- NEW U.S. COURTHOUSE AND PARKING SOL GS-04P-97-EXC-0004 DUE 041897 POC Robert McCabe, (404) 331-1653; Contracting Officer, Freeman Randolph, (404) 331-4269. CONSTRUCTION MANAGER AS CONSTRUCTOR, SERVICES CONTRACT for proposed U.S. Courthouse -- Greeneville, Tennessee. OVERVIEW: The scope of CM as Constructor (CMc) 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 and all subcontracts, 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, technical factors will be given greater weight than 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. Project Summary. The proposed US Courthouse will be constructed on a site located in downtown Greeneville, Tennessee. The project consists of a new United States Courthouse not to exceed 155,100 gross square feet (14,109 square meters) while containing approximately 107,300 occupiable square feet (9,968 square meters) to deliver the required program. The project will include interior secure parking spaces. The facility will be occupied by the US District Court, the US Magistrate Court, the US Bankruptcy Court, the US Probation Office, Pretrial Services, the US Marshals Service, the US District Attorney, andthe FBI. The maximum ECC (Estimated Construction Cost) is $22,500,000.00. Occupancy is anticipated on, or before, November 1, 2000. The proposed US Courthouse shall consist of the following: (2) District, (1) Magistrate, and (1) Bankruptcy Court courtrooms, ancillary facilities and judge's suites; 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 Greeneville, Tennessee. 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, Hnedak Bobo Group, as architects and engineers of record. At the time of contract award, projected to coincide with the start of the design development stage (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 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). Summa~ry 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; and 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. Proposal Submission Requirements; Proposals will be evaluated using a Two-Stage process. Under Stage I, offerors must submit information regarding qualifications, past performance, personnel, and resources. The Government will evaluate Stage I submissions to establish those within a "competitive range" (those considered to have a reasonable chance of being selected for award). Only those firms within the competitive range will be invited by the Government to provide Stage II submissions, consisting of detailed pricing of services, Project Management Plan, and any other requirements stated in detail in the RFP. For those within a competitive range, the Government may enter into discussions before soliciting "Best and Final Offers", the Government reserves the right to award the contract without discussions. 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 CMc firms in the competitive range at the end of Stage II. The maximum score is 1000 points in Stage I and 1100 points in Stage II as follows: (1)Experience Providing General Construction Services on Similar Projects 400pts; (2) Experience Providing Preconstruction Services on Similar Projects 250 pts; (3) Qualifications and Experience of Key Personnel 250 pts; (4) CMc's Resources, Facilities, and Technology 100 pts; (5) Management Plan (Stage II only) 100 pts. 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 ECC of $22,500,000.00 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 Phase 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 the collective technical factors listed above considered of greater weight than the price. Contract Award: A fixed price plus incentive contract will be awarded to the selected firm to provide Pre-construction Phase and Construction Phase services based initially on the cost of the Pre-construction Phase services. At 65% construction document submittal, of the Pre-construction Services phase, the contract willbe 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 ECC. 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 businesses 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 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 sends 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 April 18, 1997. Stage I submittals are to be received no later than 3:00 PM E.S.T on May 20, 1997. Only technical submittals, along with the statement regarding the ECC 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 May 8, 1997 in the Summit Federal Building, Atlanta, GA to discuss Phase I submission requirements. Phase I submittals must be received in Atlanta, Georgia not later than 3:00 p.m. on May 22, 1997. Upon completion of Phase I evaluations, a list of the firms selected for Phase II evaluations will be published in the CBD. Firms selected for Phase II evaluations will be notified of additional submission requirements. All submittals must clearly indicate this solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. Please notify Phil King 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, Property Development (4PCC), Attn.: Phil King, 401 West Peachtree Street, Suite 2500, Atlanta, Georgia 30365-2550, (404) 331-4620. FAX No. (404) 730-2309. ***** (0099)

Loren Data Corp. http://www.ld.com (SYN# 0023 19970411\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page