Request For Proposal RFP.DP17.01 Construction Manager ...

Report 4 Downloads 32 Views
Request For Proposal RFP.DP17.01 for

Construction Manager / General Contractor For

Skyline High School, Churchill and Wasatch Junior High Schools Remodeling Projects April 28, 2017 RFP.DP17.01

Page 1

NOTICE TO CONTRACTORS Granite School District (hereafter referred to as GSD) seeks to contract for Construction Management/General Contractor (CM/GC) services for Skyline High School, Churchill Junior High School and Wasatch Junior High School Remodeling. Fixed Limit of Construction Cost (FLCC) for all three schools (this entire project) is $1,500,000 to be allocated as follows: Skyline: Churchill and Wasatch combined:

$1,000,000 $500,000

GSD will consider value engineering suggestions, if necessary, to meet this budget. The intent of the process is to complete as much of project as possible for the given budget. The attached priority list will guide the process. Note, Skyline High School is the highest priority and work is not to proceed to the junior high schools until or unless specific milestones are set forth and can be met at Skyline. A preliminary priority list is attached to this RFP. The GSD Board of Education reserves the right to reject any or all proposals, or to waive any formality or technicality in any proposal in the best interest of the District. GSD reserves the right to award all or individual separate projects or any combination thereof, which they feel are in the best interest of GSD to accomplish the scope of work given the allotted project constraints. “Partnering” of two or more bidders or contractors will not be allowed. The contractor and their employees shall comply with and require all its subcontractors to comply with the license laws as required by the State of Utah. All work shall be performed by those appropriately certified and licensed to do the work performed as applicable. Contractor must comply with Utah Code 63G Chapter 12, Utah Immigration Accountability and Enforcement Act. Note: A person with an outstanding tax lien in the state may not submit a quote, bid or offer. (63G-6a-908) The use of alcohol, tobacco or e-cigarettes on GSD property is prohibited. When entering into a subcontract the CM/GC shall procure the subcontractor by using a standard procurement process in the same manner as if the subcontract work was procured directly by GSD. [63G6a-1302] GSD shall be notified by the Construction Manager of the location, date, and time of each bid opening and GSD shall have the right to be present and fully participate in such bid opening. Contractor shall maintain all records related to the contract for at least six years. R33-12-606 RFP.DP17.01

Page 2

Discussions may be conducted with offerors who submit proposals determined to be reasonably susceptible of being selected for award, followed by an opportunity to make best and final offers, but proposals may be accepted without discussions. At any time during the RFP process GSD may reject a proposal if we determine that the firm submitting the proposal is not responsible or the proposal is not responsive or does not meet mandatory minimum requirements stated in this RFP.

DESCRIPTION OF WORK The CM/GC must be capable and willing to work closely with GSD and the Design Consultant, Naylor Wentworth Lund Architects, through the design phase, providing cost estimates, schedules and feedback on constructability of design details and availability of materials selected.

Drawings and specifications are in the process of revision and will be posted on the Utah Public Procurement Place and attached to this RFP the week of May 1 – 5, 2017. That plan set is to be used as a starting point for these projects. It will be up to the CM/GC to work with the architect and GSD to revise these jobs as necessary to meet the budgets allocated. Completion of the entire project is to be agreed upon by GSD and will take place prior to construction during the Preconstruction Phase as outlined below. CM/GC Work Phases The CM/GC Work for the project consists of two (2) phases: Pre-construction and Construction.

A.

Preconstruction Phase: This phase of the Work includes, but is not limited to, attending design meetings, estimating and cost control, schedule development, and drawing/constructability reviews. The Construction Manager shall provide a full construction estimate at the design development design phase prior to issuance of final construction documents to assist the Owner and Design Consultant in maintaining the cost of construction within the FLCC and the duration of the construction within the project’s schedule. The Construction Manager shall monitor the bid climate and make recommendations to the design team as to the most advantageous bidding time/schedule and then solicit bids from sub-contractors.

The Construction Manager is required to provide a Guaranteed Maximum Construction Price (GMP) at the completion of any revisions of the construction documents by the Architect.

B.

Construction Phase: This phase of the Work consists of the Contractor furnishing and installing all Work as required in the Contract Documents.

Scope of Work: See the drawings, which will be posted May 1-5, 2017. RFP.DP17.01

Page 3

PROCUREMENT PROCESS The GSD Selection Committee will conduct a two-step selection process. Step One will consist of the evaluation and scoring of submitted responses on the basis of contractor qualifications and will comprise 80 points possible. Only those contractors who receive 60% or more of the points available in Step One (48 points or more) will move on to the next Step. 60% is “Good, meets minimum requirement” as per our scoring model. See the attached REQUEST FOR PROPOSAL SCORING SHEET at the end of this document. Interviews with the Selection Committee (if considered necessary) may be held. Interviews, if held, will be limited to contractors clearing Step One. Interviews, if held, will only be used for purposes of clarifying or filling in gaps in the offeror’s proposal. Step Two is the scoring of the fee proposal for 20 points possible. Contractors clearing Step One will be eligible to have their fee proposal scored. Questions All questions are to be submitted through the Utah Public Procurement Place. Addendum Any changes in quantity, specifications, schedules, opening date, corrections, clarifications or any other changes to this RFP will be in the form of an addendum. Addendums will be posted at the Utah Public Procurement Place. It is the responsibility of the proposer to obtain addendums. RFP submittal constitutes implied acknowledgment of all addendums. Any attempt to alter this RFP verbally, by anyone, is to be ignored. Submitted Response Due Dates and Times All required submittals must be uploaded to the Utah Public Procurement Place in pdf format prior to the due date and time. Submittals received after the specified time, will not be accepted. Submitted responses, consisting of the required Statement of Qualifications, Past Performance and References and Management Plan, are limited to twenty (20) single sided pages total, 8 ½ by 11 inch format. Selection Criteria for CM/GC The following criteria will be used in ranking each of the Contractors. A.

Strength of Contractor’s Team: Based on the Statement of RFP.DP17.01

Page 4

Qualification, and Management Plan, the selection team will evaluate the expertise and experience of the construction firm, the project manager, and the superintendent as it relates to this project in size, complexity, quality and duration. Key personnel assigned to various tasks and their commitment to each phase of the work will be evaluated. The education, training, experience, licensing and qualifications of key employees must be clearly identified including those responsible for the design and those responsible for field supervision. Contractors should include how the firm intends to manage its responsibilities, provide value engineering, cost control, risk identification and risk mitigation. The experience, qualifications, education, training level and expertise of the contractor with similar types of projects, specifically CG/MC projects recently managed and constructed, reflecting management plans, community relations, innovative ideas, technical capabilities, project experience and ability to perform the services as reflected by workload with adequate personnel, equipment and facilities. Contractors having employees who performed work while employed by another firm must duly note this. Proposals should indicate all firms or individuals the contractor anticipates utilizing to provide surveying, engineering and any other necessary professional services. B.

Project Management Approach: Based on the information provided in the Management Plan, the selection team will evaluate how each team has planned the project and determined how to construct the project in the time frame presented. The construction firm shall also discuss what portions of the project they plan to self-perform. The selection team will also evaluate the degree to which risks to the success of the project have been identified and a reasonable solution has been presented.

C.

Cost: The Contractor’s Cost Proposal is to be submitted with the proposal on or before the requested date and time. Purchasing will score the Cost Proposal using the following cost formula: The points assigned to each offeror’s cost proposal will be based on the lowest proposal price. The offeror with the lowest proposed price will receive 100% of the price points (20). All other offerors will receive a portion of the total cost points based on what percentage higher their proposed price is than the lowest proposed price. An offeror whose proposed price is more than double (200%) the lowest proposed price will receive no points. The formula to compute points is: Cost Points available (20) x (2- Proposed Price/Lowest Proposed Price). RFP.DP17.01

Page 5

STEP ONE – CONTRACTOR QUALIFICATIONS Submit the following information for step one of the selection process. Information is to be submitted in order, precisely as listed below and tabbed as indicated. Cover sheet listing company name, address, phone number, contact person and email address. The first tabbed section is to be labeled “Minimum Qualifications” and include the following: 1. Bid security in an amount equal to at least 5% of the FLCC. Bid security shall be a bond provided by a surety company authorized to do business in this state and listed on the Department of the Treasury's Listing of Certified Companies, or the equivalent in cash. If submitting cash it must be delivered to the GSD Purchasing Department on or before the RFP due date and time. 2. Submit evidence of valid Utah contractor’s license. Unlicensed contractors will not be considered. 3. Statement from a surety regarding contractor’s ability to bond the project as required. Contractors unable to bond will not be considered. 4. The Contractor must submit a statement certifying that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from soliciting work by any governmental department or agency. The contractor must also certify that neither it nor its principals have been terminated during the performance of a contract or withdrew from a contract to avoid termination. If the Contractor cannot certify these two (2) statements the firm shall submit a written explanation of the circumstances for review by GSD. Contractors are to submit these certifications with the Statement of Qualifications. Proposals that do not meet these minimum qualifications will be rejected and will not be scored. Statement of Qualification (second tabbed section) The CM/GC shall provide a statement of qualification containing the following information. This section of the proposal is to be tabbed “Statement of Qualification” and include the following items, numbered in order, as listed below. Each item is to be limited to one page. 1. A statement that addresses and establishes the financial solvency of the contractor’s firm. 2. Experience, skill level, and qualification of the firm including proposed project manager and site superintendent. RFP.DP17.01

Page 6

3. Examples of the firm’s areas of expertise and other special qualifications. 4. Documented track record of completing projects on time and within budget, listing specific examples. 5. Documented examples of company reputation and commitment to high quality workmanship. Past Performance and References (third tabbed section) Examples of similar projects completed by the firm. When listing similar projects, include information to indicate the dates, size, firm worked for at the time and what the responsibility of the individual was on the project. Include the experience and special qualifications of the team that are applicable to this project and/or are part of the project specific selection criteria. Submit a list of at least five recent, similar jobs that compare to this project in size, scope and complexity that the contractor has successfully completed utilizing a CM/GC delivery method. Each project to be limited to one page. For each project, provide the following information: Project Name: Owner Name:

Name of the Company/Institution that purchased the construction work.

Point of Contact:

Person who will be able to answer customer satisfaction questions.

Phone Number:

Phone number of the contact. [GSD may contact them.]

Date Completed:

Date when the work was completed and if it was completed on time.

Address:

Street, city and state where the work was performed.

Size:

Size of the project (in dollars).

Duration:

Duration of the project/construction in months.

Type:

Type of project (i.e., School, Offices, Warehouse, etc.)

RFP.DP17.01

Page 7

Management Plan (fourth tabbed section) The Management Plan must contain information on how the construction will be managed, including items such as security and safety controls and required interfaces at the site with GSD. This section of the proposal is to be tabbed “Management Plan” and include the following items, numbered in order, as listed below. Each item is to be limited to one page. 1. Your estimated Project schedule. Indicate critical dates and other information in sufficient detail for the selection committee to determine if the time frames are reasonable. 2. Address project specific criteria and risks that have been identified by the RFP (if any) and additional risks that you have identified. State how those risks will be mitigated. 3. Indicate what portions of the work you plan on self-performing and why this is a benefit to GSD. 4. Indicate all services that you will be providing during the Preconstruction Phase of this project and the individuals who will be performing these services. Provide an organizational chart to clarify the Contractor’s supervision and support structure during this phase. 5. Provide a description of the process you will use to ensure the project meets the FLCC. 6. Indicate all services that will be provided during the Construction Phase and the individuals who will be performing these services. Provide a comprehensive organizational chart to clarify the Contractor’s supervision and support structure during this phase. Clearly identify all personnel that will be considered a Construction Supervision Cost under the GMP. Any personnel not identified in this management plan to be a Construction Supervision Cost, will be considered a part of the lump sum Construction Management Fee and will not be allowed as either a future General Conditions or Construction Supervision Cost except for those that are actually performing the construction activities. 7. Provide a description of the process used for selecting and managing sub-contractors, ensuring the accuracy of bids, and minimizing change orders. 8. Describe the actions that will be taken to bring the project back on schedule if it has fallen behind schedule. 9. Offeror’s safety plan for their company and for the specific sites listed in this RFP (per State of Utah Senate Bill 133).

STEP TWO – FEE PROPOSAL The attached “Fee Proposal Form” must be completed and submitted (uploaded) in pdf format with the proposal.

RFP.DP17.01

Page 8

FLCC and GMP A.

FLCC: The Fixed Limit of Construction Cost or FLCC is the project’s construction budget as listed in the Notice to Contractors section of this RFP. G S D , the design team and the CM/GC agree to work together to keep the cost of construction, as represented in the design, within the FLCC.

B.

Guaranteed Maximum Price (GMP): The guaranteed Maximum Price is the final price that the contractor agrees to accept in full performance of the Construction Manager/General Contractor Agreement. The GMP shall include all fees and percentages required by this RFP, as well as the costs for General Conditions and all work as required in the Contract Documents.

Please note that should the Work be completed in project phases and bid packages, the successful Contractor will be required to submit a GMP for each of these phases and packages of the Work. The sum or total of all the GMP’s for these phases of the Work, shall be the final GMP. In addition to the Preconstruction Fee, all other GMP’s for the phases of the Work shall become part of the CM/GC Agreement by contract modification. Cost Proposal, Fees, and Markups Before submitting a Cost Proposal, each Contractor shall carefully examine this RFP. If the contractor observes that portions of the Contract Documents are at variance with applicable law, building codes, rules, regulations or contain obvious erroneous or uncoordinated information, the Contractor shall promptly notify GSD and the necessary changes, if any, will be accomplished by Addendum. Contractors must furnish the following fees and markups as part of the Cost Proposal: A.

Preconstruction Fee: This lump sum fee consists of all costs for the CM/GC to provide the required services of the Preconstruction Phase. No other reimbursable costs will be allowed or considered in addition to this fee.

B.

Construction Management Fee: This lump sum fee shall consist of and include all overhead, profit, and home office personnel who will be managing the project during bidding, construction, and closeout, including the warranty period. This fee does not include General Conditions.

C.

Cost of Bonds: The cost of payment and performance bonds based on an amount equal to 100% of the FLCC amount.

D.

Construction Supervision Cost: This is a per month cost to the project from notice to proceed to final completion for the CM/GC’s on-site RFP.DP17.01

Page 9

management/supervision team (e.g., project manager, superintendent, etc.). All services and personnel not specifically identified as a Construction Supervision Cost will be considered to be part of the lump sum Construction Management Fee. This includes receptionist, accountants, safety officers, expediters, commissioning agents, etc. This cost does not include General Conditions or people performing the actual construction activities. E.

Contractor Change Order Markup: This is the fixed percentage markup that the Contractor may apply to a change Order for scope increase to the CM/GC Agreement. The markup shall also apply to Subcontractors. Contractor Change Order Markup will be limited to 10% maximum. No payments will be made to the contractor for additional work or materials unless a change order has been signed and executed by GSD.

F.

Self-Performed Work Markup: This is a fixed percentage markup that will be applied to the cost for the CM/GC’s actual labor plus burden cost, material costs, and equipment costs for self-performed work. The Contractor will be allowed to self-perform work. This work must be billed for at actual cost incurred, plus the Self-Performed Work Markup. Actual costs for self-performed work will be subject to audit. No billing rates will be allowed. The Contractor must bid self-performed work against other sub-contractors. The Contractor’s bid will then be evaluated by GSD and must be determined to be the best value bid for the work to be awarded to the Contractor. The cost of any work that is self-performed will be part of the established GMP. Sealed bids for self-performed work shall be submitted to GSD Purchasing Department three (3) hours prior to the bid close time.

RFP.DP17.01

Page 10

ADDITIONAL DOCUMENTS INCORPORATED INTO THIS RFP

 DRAWINGS*  PROJECT MANUAL*  PRIORITIZED LIST OF JOB COMPONENTS *To be posted May 1-5, 2017.

RFP.DP17.01

Page 11

FEE PROPOSAL FORM NAME OF PROPOSER A.

DATE

Preconstruction Fee: For all work during the pre-construction period, I/we agree to perform for the lump sum amount of:

$ B.

Construction Management Fee: For all work during the construction phase of the contract for the management of the project, I/we agree to perform for the lump sum of:

$ C.

Cost of Bonds: the FLCC.

The cost of payment and performance bonds based on the amount of

$ D.

Construction Supervision Cost: For project supervision and support team costs not covered in the above management fee, I/we agree to perform for the sum of: $ ______________________________________Per month Payments will be limited to the total length of the project as agreed upon by GSD after award.

E.

Contractor Change Order Markup: For all work added to the contract by change order, I/we agree to add not more than % to the subcontractor/supplier costs for the additional work. This markup percentage must include the cost of increasing the bonding a corresponding amount. Contractor Change Order Markup will be limited to 10% maximum.

F.

Self-Performed Work Markup: For all self-performed work, I/we agree to add no more than ________% to our labor and material costs to perform the work. The labor burden, including benefits, adds % to the labor rate.

With the cooperation of GSD and Design Consultant, the undersigned will continue to work with due diligence to provide a Guaranteed Maximum Price (GMP) within the FLCC.

_____________________________________ Signature of Legal Agent of Contractor

__________________________ Date RFP.DP17.01

Page 12

GRANITE SCHOOL DISTRICT REQUEST FOR PROPOSAL SCORING SHEET (Skyline High, Churchill and Wasatch Remodeling) Solicitation #RFP.DP17.01 Firm Name: Evaluator: Date:

A. Qualifications (30 points possible) 1. Financial solvency 2. Experience 3. Areas of expertise 4. Completing projects on time 5. Reputation and quality workmanship B. Management Plan (50 points possible) 1. Project schedule 2. Risk mitigation 3. Self performing benefits 4. Preconstruction services 5. Process to meet FLCC 6. Construction phase services 7. Management of subcontractors 8. Actions to bring project back on schedule 9. Safety plan 10. Adherence to requested RFP submittal format D. Cost (20 points possible) TOTAL EVALUATION POINTS

Scores will be assigned as follows:

1 = Poor, inadequate, fails to meet requirement 2 = Fair, only partially responsive 3 = Good, meets minimum requirement 4 = Very Good, exceeds minimum requirement 5 = Excellent Score (0-5) ---5 points possible 10 points possible 5 points possible 5 points possible 5 points possible

Weight

Points

----

----

X1 X2 X1 X1 X1 ----

5 points possible 5 points possible 5 points possible 5 points possible 5 points possible 5 points possible 5 points possible

---X1 X1 X1 X1 X1 X1 X1 X1

5 points possible 5 points possible 5 points possible 20 points possible 100 points possible

----

----

----

----

----

* Inserted by Purchasing Total

* GSD Purchasing will use the following cost formula: The points assigned to each offerors cost proposal will be based on the lowest proposal price. The offeror with the lowest Proposed Price will receive 100% of the price points. All other offerors will receive a portion of the total cost points based on what percentage higher their Proposed Price is than the Lowest Proposed Price. An offeror whose Proposed Price is more than double (200%) the Lowest Proposed Price will receive no points. The formula to compute the points is: Cost Points x (2- Proposed Price/Lowest Proposed Price).

RFP.DP17.01

Page 13