Design / Build
Division Coordinator
SPONSORS
2020 PROBLEM STATEMENT
2020 ASC Region IV Design-Build Problem Statement - Request for Qualifications (RFQ)
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:
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.
I. Table of Contents:
II. Cover Letter:
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:
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.
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.
- Introduction
- Project Description
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:
- 2019 CALIFORNIA ADMINISTRATIVE CODE, PART 1, TITLE 24 C.C.R.
- 2016 CALIFORNIA BUILDING CODE (CBC), PART 2, TITLE 24 C.C.R. (2015 INTERNATIONAL BUILDING CODE VOLUMES 1 & 2 AND 2016 CALIFORNIA AMENDMENTS)
- 2016 CALIFORNIA ELECTRICAL CODE (CEC), PART 3, TITLE 24 C.C.R. (2014 NATIONAL ELECTRICAL CODE AND 2016 CALIFORNIA AMENDMENTS)
- 2016 CALIFORNIA MECHANICAL CODE (CMC) PART 4, TITLE 24 C.C.R. (2015 UNIFORM MECHANICAL CODE AND 2016 CALIFORNIA AMENDMENTS)
- 2016 CALIFORNIA PLUMBING CODE (CPC), PART 5, TITLE 24 C.C.R. (2015 UNIFORM PLUMBING CODE AND 2016 CALIFORNIA AMENDMENTS)
- CALIFORNIA ENERGY CODE (CEC), PART 6, TITLE 24 C.C.R.
- 2016 CALIFORNIA FIRE CODE, PART 9, TITLE 24 C.C.R. (2015 INTERNATIONAL FIRE CODE AND 2016 CALIFORNIA AMENDMENTS)
- 2016 CALIFORNIA EXISTING BUILDING CODE (CEBC), PART 10, TITLE 24 CCR (2015 INTERNATIONAL EXISTING CODE AND 2016 CALIFORNIA AMENDMENTS)
- 2016 CALIFORNIA GREEN BUILDING STANDARDS CODE (CALGREEN), PART 11, TITLE 24 C.C.R.
- Title 19 C.C.R. PUBLIC SAFETY, STATE FIRE MARSHAL REGULATIONS
- 2013 ASME A17.1/B44-13 SAFETY CODE FOR ELEVATORS AND ESCALATORS
- Underwriters Laboratories of United States
- National Fire Protection Association
- Environmental Protection Agency
- Air Quality Management District regulations
- Americans with Disabilities Act (ADA)
- US Green Building Council (USGBC)
- Evaluation of Qualifications and Proposals
- Relevant Construction Expertise and Experience
- Project Approach and Methodology including Adherence to the Overall Project Budget and Schedule
- Expertise and Experience of Key Staff
- Experience with Similar Projects
- Completeness and Comprehensiveness of Response to the Requirements of the RFP
- Legal Actions that Might Affect Respondent’s Ability to Perform as Contracted
- Financial Capacity to Deliver the Required Services
- The Level, Relevance, and Quality of the Proposed MBE/WBE Utilization Plan
- Equal Employment Opportunity
- The Respondent’s Demonstrated Ability to Meet the Compliance with Insurance and Bonding Requirements
- 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.
- Minimum RFQ Requirements
I. Table of Contents:
II. Cover Letter:
- 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
- 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.
- History of company (1 page maximum)
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:
- Description of the Project: Total cost of completion, including location, schedule, square footage, construction type, and relevant trades involved.
- Total Contract Value at Completion
- Lessons Learned
- References/Contact Information from Project Owner and Architect
- 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.
- 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.
- Provide a detailed description of your construction firm’s experience working as a team with design firms, engineers, owners, and subcontractors. (1 page maximum)
- 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)
- Deadline and Procedures for Submitting RFQ Response
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.
- Procurement Timetable
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.