ASC REGION 4
  • Home
  • 2020 Virtual Competition
  • Contacts

Design / Build

Division Coordinator
Ray Buyle
Kansas State University
247 Seaton Hall
Manhattan, KS 66506
(785) 532-3577
email

SPONSORS

Picture
Picture

2020 PROBLEM STATEMENT

2020 ASC Region IV Design-Build Problem Statement - Request for Qualifications (RFQ)
  1. Introduction
Castle Rock Unified School District (“The District”) is seeking a qualified Contractor to provide full service project management necessary to design and construct a new school campus master plan to replace existing modular/relocatable classrooms for The District in San Diego, CA.  The delivery method for this project is Design-Build where a Contractor will be required to partner with a design firm and deliver a complete, turn-key construction project from design inception to construction close-out.  The District is seeking a firm that will collaborate with us in producing an on-time, under budget project, which meets The Districts criteria for high quality delivery.  The selected Contractor must be knowledgeable of all requirements for working on an occupied campus, engage in daily coordination with The District operations, and above all, emphasize safety in the execution of the work.
 
  1. Project Description 
 The overall campus work will be a phased effort broken into three main phases. The first phase will include the removal of modular classrooms and the construction of one new building. Phase two will include renovations or new construction to replace the existing permanent buildings on campus. The third and final phase will be a sports complex on the remainder of the campus; the sports complex will include a baseball field, softball field, and a football field with a track and bleachers.
 
This RFQ will focus predominantly on the first phase of the campus work, as well as a new master plan for the campus. The master plan should consider the implementation of all three phases. The first phase will consists of removal of 32 existing modular classrooms to be replaced with a permanent building. The new building must be capable of housing 16 classrooms and other auxiliary spaces with a focus on the state of California’s STEM initiative. The building will include the aforementioned classrooms, two collaborative learning spaces, a teachers breakroom, student restrooms, staff restroom, and required utility rooms. The project is located on an existing occupied campus, however, the new building is to be a standalone building requiring utility connections for electricity, sewer, and water. The project will also entail construction of a new parking lot for approximately 300 stalls, and solar panel shade structures. The parking lot must include student drop-off and pick-up locations.
The design and construction of the facility shall be in compliance with all applicable editions of Federal, State, and Local laws, codes, rules, regulations, ordinances, and standards; including, but not limited to the following:
  1. 2019 CALIFORNIA ADMINISTRATIVE CODE, PART 1, TITLE 24 C.C.R.
  2. 2016 CALIFORNIA BUILDING CODE (CBC), PART 2, TITLE 24 C.C.R. (2015 INTERNATIONAL BUILDING CODE VOLUMES 1 & 2 AND 2016 CALIFORNIA AMENDMENTS)
  3. 2016 CALIFORNIA ELECTRICAL CODE (CEC), PART 3, TITLE 24 C.C.R. (2014 NATIONAL ELECTRICAL CODE AND 2016 CALIFORNIA AMENDMENTS)
  4. 2016 CALIFORNIA MECHANICAL CODE (CMC) PART 4, TITLE 24 C.C.R. (2015 UNIFORM MECHANICAL CODE AND 2016 CALIFORNIA AMENDMENTS)
  5. 2016 CALIFORNIA PLUMBING CODE (CPC), PART 5, TITLE 24 C.C.R. (2015 UNIFORM PLUMBING CODE AND 2016 CALIFORNIA AMENDMENTS)
  6. CALIFORNIA ENERGY CODE (CEC), PART 6, TITLE 24 C.C.R.
  7. 2016 CALIFORNIA FIRE CODE, PART 9, TITLE 24 C.C.R. (2015 INTERNATIONAL FIRE CODE AND 2016 CALIFORNIA AMENDMENTS)
  8. 2016 CALIFORNIA EXISTING BUILDING CODE (CEBC), PART 10, TITLE 24 CCR (2015 INTERNATIONAL EXISTING CODE AND 2016 CALIFORNIA AMENDMENTS)
  9. 2016 CALIFORNIA GREEN BUILDING STANDARDS CODE (CALGREEN), PART 11, TITLE 24 C.C.R.
  10. Title 19 C.C.R. PUBLIC SAFETY, STATE FIRE MARSHAL REGULATIONS
  11. 2013 ASME A17.1/B44-13 SAFETY CODE FOR ELEVATORS AND ESCALATORS
  12. Underwriters Laboratories of United States
  13. National Fire Protection Association
  14. Environmental Protection Agency
  15. Air Quality Management District regulations
  16. Americans with Disabilities Act (ADA)
  17. US Green Building Council (USGBC)
  
  1. Evaluation of Qualifications and Proposals
The District will review and evaluate the Qualifications response.  Subsequently, The District will review and evaluate the Proposal response in accordance with the following criteria (in no particular order of importance or evaluation weight):
  1. Relevant Construction Expertise and Experience
  2. Project Approach and Methodology including Adherence to the Overall Project Budget and Schedule
  3. Expertise and Experience of Key Staff
  4. Experience with Similar Projects
  5. Completeness and Comprehensiveness of Response to the Requirements of the RFP
  6. Legal Actions that Might Affect Respondent’s Ability to Perform as Contracted
  7. Financial Capacity to Deliver the Required Services
  8. The Level, Relevance, and Quality of the Proposed MBE/WBE Utilization Plan
  9. Equal Employment Opportunity
  10. The Respondent’s Demonstrated Ability to Meet the Compliance with Insurance and Bonding Requirements
  11. Outcome of Oral Interviews Including Technical Analysis and Presentation
 
The District reserves the right to enlist independent consultants to assist with the evaluation of all or any portion of the submittals, as it deems necessary.  The District will first assess the Respondent’s compliance with and adherence to the submittal requirements.  Any incomplete submittal with missing key components necessary to fully evaluate the response may be reason for disqualification.
 
  1. Minimum RFQ Requirements
RFQ responses which do not follow the requirements below are subject to disqualification.  No Respondent shall exceed 17 pages in the full and complete submission of a Qualifications Package.
 I.        Table of Contents:
II.       Cover Letter:
  1. Cover letter shall be the first page of the submission package, and be addressed to: 2020 ASC Region IV – Design Build Division RESPONSE TO RFQ, Attn: Competition Judges, 2700 Sylvan Road, Nebraska City, NE 68410
  2. Letter shall be signed by the project team leader and list an email address where they can be reached during the RFP phase of the competition (email address shall not contain a designation which discloses the university in which the team attends).  Email will be the primary method of information distribution throughout the RFP phase of the competition.
 III.     Company Information: 
  1. History of company (1 page maximum)
    2)    Description of divisions or area offices
    3)    Types of services provided by your construction firm
    4)    Scopes of work self-performed by your construction firm
    5)    Percent of total work procured under each of the following project delivery methods:
            Design-Bid-Build, Design-Build, Design-Assist, and/or others
    6)    Professional Liability, General Liability, and Automobile Liability Insurance Limits
    7)    Bonding Capacity
    8)    Number of employees
    9)    Annual volume the last three years (provide breakout for Design-Build projects). Company balance sheets are not required.
    10)  Safety policies and EMR for the last five years (1 page maximum)
    11)  Quality approach (1 page maximum)
    12)  Current and projected backlog up to 2nd quarter of 2020
 
IV.       Provide relevant experience on a minimum of 2 projects:
Requirements for this project include evidence of a minimum of (two) comparable, relevant projects completed (complete or substantially complete) within the last ten (10) years.  For purposes of the RFQ, relevant projects or services shall be strictly defined as projects on which (i) the respondent provided significant design-build services to the Owner; (ii) the respondent entered into a Design-Build Guaranteed Maximum Price contract for construction with the Owner including costs for pre-construction services, general conditions, fees and trade contract costs; (iii) the Design-Build Guaranteed Maximum Price contract included a fixed date for completion of the project after which time liquidated damages or other measures would be assessed against the Construction Manager for failure to complete the specified project requirements; and (iv) the Contractor held the contracts with the trade contractors and was responsible for coordinating trade contractor work and managing all site activities.
The narrative and project information must be limited to one page per project and, at a minimum, provide the following information:
  1. Description of the Project: Total cost of completion, including location, schedule, square footage, construction type, and relevant trades involved.
  2. Total Contract Value at Completion
  3. Lessons Learned
  4. References/Contact Information from Project Owner and Architect
 V.    Expertise and Experience of Team/Key Staff:
  1. Responder must submit organization chart of Respondent’s proposed teaming structure identifying the contract relationships of the Design-Build partners including all consultants and key trade partners known at this time.  Teaming chart shall be on 11” x 17” sized paper.
  2. Responder must submit organization chart of Respondent’s organization indicating Key Staff Members potential roles and responsibilities on the Project at each project phase (Pre-Construction, Bidding/Procurement & Construction).  Staff organization chart shall be on 11” x 17” sized paper.
  3. Provide a detailed description of your construction firm’s experience working as a team with design firms, engineers, owners, and subcontractors.  (1 page maximum)
  4. Description of each team member’s position within their firm, their role on the project team, and their qualifications. Team member photos are encouraged. (2 team member descriptions per page)
 
  1. Deadline and Procedures for Submitting RFQ Response
I.Firms must submit (one) electronic copy of their qualifications.  The contents of the submission package shall be formatted on  8 ½” x 11” paper, or 11” x 17”. The electronic copy must be in PDF format..   
II.The District may not accept submittals that are not received by the date and time set forth in Procurement Timetable below.  Only The District, at their sole discretion, will determine whether to accept a submittal received after the due date and time.
 
  1. Procurement Timetable
The timetable for the selection process is summarized below.  Note that times are subject to change.  Final times will be in accordance with the 2020 ASC Region 4 Student Competition Schedule.
Qualifications Due to Judges                                      October 09, 2020, 5:00 p.m. (CST)
RFP Issue Date                                                               October 16, 2020, 11:30 a.m. (CST)
Proposals Due                                                                October 21, 2020, 5:00 p.m. (CST)
Presentations / Interviews                                          October 26, 2020, Team Times are TBA
Contractor Selection / Awards Ceremony                                            October 28, 2020, 7:00 p.m. (CST)
Contractor Notice to Proceed                                    November 11, 2020
The submitted qualifications will account for 10% of the overall proposal score.  Late submissions will receive a zero in this category.

Proudly powered by Weebly
  • Home
  • 2020 Virtual Competition
  • Contacts