Request for Proposals

Size: px
Start display at page:

Download "Request for Proposals"

Transcription

1 Request for Proposals Construction Manager at Risk Services for Kansas State University Office Park Phase II 1810 Kimball Avenue, Manhattan, Kansas Issued by: Director of Construction Kansas State University Foundation

2 Kansas State University Office Park Phase II Table of Contents Project Scope / Description 1 Project Team Contacts 2 Tentative Project Timeline 2 Selection Process 3 Selection Committee 3 Proposal Format 4 Selection Criteria 4 Section 1 Firm Information 4 Section 2 Organization 4 Section 3 Licensing 5 Section 4 Experience 5 Section 5 Financial Information 6 Section 6 Experience Construction Manager at Risk 7 Section 7 Personnel 9 Section 8 Owner / Construction Manager Agreement 9 Section 9 References 9 Questions and Clarifications 10 Attachment A Programming and Concept Presentation Images Attachment B Fee Structure Worksheet Attachment C General Conditions Structure Worksheet

3 Project Scope / Description Also reference presentation document in Attachment A. The KSU Office Park offers a prime location for corporate partners with a desire to tap into the opportunities available on the Manhattan campus of Kansas State University. Positioned in close proximity to existing cutting-edge research facilities and the National Bio and Agro Defense Facility, corporate partners will have the chance to build professional relationships as well as leverage the strengths of KSU in the areas of student talent and technical innovation. The KSU Office Park is projected to be completed in four phases. The Phase I building, completed Fall 2015, is currently home to the Kansas State University Foundation (KSUF) and at least six corporate university partners. It is a three-story, 60,000 sf building clad in Kansas limestone and glass, designed by Hoefer, Wysocki Architecture Leawood, KS. It is the basis of design that subsequent buildings will be modeled on. Phase I also focused on site development and the initial utility construction for further development within the park. This Request for Proposal is to evaluate and invite firms in consideration for Construction Manager at Risk Services for construction of Kansas State University Office Park Phase II in Manhattan, Kansas. The project expands the office park development and construction of the second building, also planned as a three-story, 60,000 sf building, and located to the west of the Phase I building with a south exposure to Kimball Avenue. Design of this building is also by Hoefer Wysocki Architecture. This project is planned to utilize the same exterior finishes as the first, preserving a uniform and complimentary appearance both in the office park and when viewed from afar. Balconies, with views of Bill Snyder Family Stadium are planned for the second and third floor tenant spaces. Sidewalks are planned to connect this building to the first through areas landscaped with native plantings. Contractor selection is for both Pre-Construction and full project delivery of Construction Management at Risk Services, pending approval to move into the construction phase by the KSUF Board of Directors. Quality of specified building materials upon completion of construction documentation is expected to be consistent with new buildings of this type and of the Kansas State University Office Park. Targeted GMP is expected to be near $12 million for purposes of Fee and General Conditions Proposal from prospective CM at Risk firms. At all times during construction, the KSU Office Park shall remain open to normal business. This will necessitate the mitigation of construction traffic, noise, windborne dust particulates and other potentially disruptive construction activities. Successful firms will demonstrate the utmost understanding and sensitivity to anticipate and exceed our needs and desires, as well as those of our neighbors, in continuing to maintain a professional business environment. The KSU Foundation (Owner) is constructing the Project. The Owner will construct the Project under the guidance and direct supervision of its Designated Representative, the KSUF Director of Construction. Page 1

4 Project Team Contacts: Kansas State University Foundation John L. Angelos Director of Construction 1800 Kimball Ave., Suite 200 Manhattan, KS Office: 785/ Mobile: 785/ Hoefer Wysocki Architecture Mark Pfeil, AIA Senior Associate Office: 913/ Mobile: 816/ Tentative Project Timeline: Schematic Design March 2016 Design Development April 2016 Construction Documents May 2016 Initial GMP Set June 2016 Start Construction Summer 2016 Anticipated Project Duration 1 Year Page 2

5 Selection Process: Step One RFP Issued The RFP, and any subsequently issued Addenda, will be posted on the KSUF website at: Step Two Contractors visit site and Mandatory Pre-Bid Conference Location, Date and Time: Kansas State University Foundation 1800 Kimball Ave., Suite 200 Manhattan, KS Tuesday, March 1, 2:00 PM Step Three Proposal Submission Proposals Due: Monday, March 7, 5:00 PM Location for Proposal Delivery: Kansas State University Foundation Attn: John Angelos Director of Construction 1800 Kimball Ave., Suite 200 Manhattan, KS Hand delivered proposals should be turned in at the KSUF Reception Desk on second floor. Note: KSUF Offices close at 5:00 PM. Step Four Short List Selection by selection committee Anticipated Notification Date: Tuesday, March 8, 2016 Step Five Interview Short List CM firms Interviews: Thursday, March 10, :00 PM 5:00 PM Selection Committee: KSU Foundation John Angelos, Director of Construction Architect of Record Hoefer Wysocki Architecture Team Project Manager Kansas State University Ryan Swanson, AIA; Assoc. Vice President and University Architect Final selection of a Construction Manager shall be based on a combination of proposal evaluation and face-to-face interview ranking with each firm s proposed project team. Page 3

6 Proposal Format Include responses to all information contained with Selection Criteria (section 1-9) in a clear and concise format. Complete answers to all Selection Criteria are required for submission to be deemed valid. Non-=conforming responses and responses received late shall not be evaluated. Delivery to the KSU Foundation by the submission deadline as noted in the RFP is the sole responsibility of the submitter. All material in response to this RFP shall become the property of the Kansas State University Foundation. Submit four (4) copies. Cover of each copy shall prominently display submitting Firm Name and Project Name. Bind document in an 8-1/2 x 11 sheet format. 11 x 17 sheets are acceptable for proposed timelines, graphics and other applicable information if folded and bound into document. Document section (1 through 9) should be tabbed for clarity and ease of reference. Include cover letter on respondent s official letterhead. Letter should include the primary contact person, address, mailing address, phone and fax numbers of the submitting firm. Selection Criteria Include all information noted below in your respondent proposals. Section 1 Firm Information Name of Firm Address of Principal Office Phone, Fax Form of Business Organization Year Founded Section 2 Organization 1. How many years has your organization been in business in construction in its current capacity? 2. How many years has your organization been in business under its present name? Under what other or former names has your organization operated? 3. If your organization is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation c. Names of organization s officers Page 4

7 4. If your organization is a partnership, answer the following: a. Date of Organization b. Type of Partnership (if applicable) c. Names of Managing Partners 5. If your organization is individually owned, answer the following: a. Date of Organization b. Name of Owner Section 3 Licensing 1. List all jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license number as applicable. 2. List jurisdictions in which your organization s partnership or trade name is filed. Section 4 Experience 1. List the categories of work that your organization normally performs with its own forces. Would you propose to do any work with your own forces or to bid all work to subcontractors? If you propose self-performed work, please list proposed labor type and hourly rates provided in the example below. How would you determine and demonstrate to the KSU Foundation that we would receive the best value for work done by your own forces? Self-Performed Work in addition to General Conditions Laborer General Laborer Demolition Laborer Masonry Laborer Concrete Formwork Laborer Concrete Placement & Finish Laborer Reinforcing Steel Laborer Rough Carpentry Laborer Finish Carpentry Laborer Stone Erection Laborer Precast Erection Laborer Steel Erection Other Proposed Laborer: Other Proposed Laborer: Page 5

8 2. List any subcontractors in which your organization has some ownership and list the categories of work these subcontractors normally perform. 3. Claims and suits (if the answer to any of the questions below is yes, please attach details). a. Has your organization ever failed to complete any work awarded to it? b. Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? c. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 4. Within the last five years, has any officer or principal of your organization been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details). 5. Current Work: List the major construction projects your organization has in progress, giving the name and location of project, owner, architect, contract amount, percent complete and scheduled completion date. 6. Work Over the Last Five Years: List major projects constructed by your organization and/or submitted team over the last five years. For each project, provide the name, nature of the project/function of the building, size (total GSF), location, cost, completion date, owner, architect and method of selection (i.e. CM at Risk, bid, Design-Build or other). 7. Sustainable Construction Principles: What is your firm s philosophy concerning LEED Certification and/or Sustainable construction practices (ex: use of low VOC materials, IAQ during construction, construction waste diversion, etc.)? Are any of your proposed team LEED Accredited? What has been your experience in constructing LEED Certified buildings? What has been your experience in constructing buildings that are not technically LEED certified, but follow similar sustainable practices for construction activities? Section 5 Financial Information 1. Attach a financial statement, preferably audited, including your organization s latest balance sheet and income statement showing the following items: a. Current assets (e.g. cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials in inventory, and prepaid expenses) b. Noncurrent assets (e.g. net fixed assets, other assets) c. Current liabilities (e.g. accounts payable, notes payable (current), accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes) Page 6

9 d. Noncurrent liabilities (e.g. notes payable) e. Capital accounts and retained earnings (e.g. capital, capital stock, authorized and outstanding shares par value, earned surplus and retained earnings) 2. Name and address of firm preparing attached financial statement and date thereof. 3. Is the attached financial statement for the identical organization named under item 1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g. parent, subsidiary). 4. Will the organization whose financial statement is attached act as guarantor of the contract for construction? 5. Provide name, address and phone for bond reference. 6. Surety: name of bonding company, name and address of agent. A bond for 100% of the construction cost will be required upon submission of the GMP. Proof of ability to bond shall be required prior to selection. Section 6 Experience with Concepts for Working as a Construction Manager at Risk 1. Describe your organization s concepts for working in a team relationship with the owner and architect during the design and construction of major projects. 2. Describe your organization s methods for estimating costs and for scheduling during the design/document phases (SD, DD, and CD). 3. Specifically during Contract Documentation Phase: At what document completion percent will you be able to establish an Initial GMP? At what document completion percent will you be able to provide a Final GMP? 4. Which of your project(s) listed above best exemplify these concepts and experience? 5. Documents / Instruments of Construction a. Cost Estimates: Attach a sample conceptual cost estimate prepared during the design phase of a project and a sample of the final cost estimate/breakdown used to fix the contract amount for the construction of the same project. (The identity of the project may be concealed). Page 7

10 b. Bid Scoping: Attach a sample bid scope document prepared by your firm for inclusion in bid booklet and/or final bid document package. (Preferably a project of similar type the actual identity of the project may be concealed.) c. Bid Form: Attach a sample (proposed) subcontractor bid form to be included in bid booklet and/or final bid document package. d. Sample Subcontract Agreement: Attach a typical subcontract form utilized by your firm. 6. Fees: It is anticipated that the Kansas State University Foundation will enter into a two part AIA edition with GMP exhibit to follow at completion of construction documentation with the selected construction manager, and upon KSUF Board of Directors approval to move forward with construction. Based on this understanding, provide a proposed fee quote as a percent (%) of the Cost of Work for construction. This sum will include overhead, profit, and corporate supervision. A Preconstruction Services lump sum fee shall also be noted separately. Use the following matrix as a guide for your proposal (Attachment B ). 7. General Conditions: As a Cost of Work. Provide a detailed listing of all general conditions your firm proposes to provide. Use the following matrix as a guide for your proposal (Attachment C ) if a Cost of Work General Condition, as suggested in the matrix, is to be performed by a subcontractor, then note as such and provide a value to be allocated to that subcontract, either by scope or by allowance. The intent of this section is to identify all potential General Conditions both performed by the GC and/or allocated as a direct subcontract cost in a clear straightforward manner for all submitting CM s. If a listed General Condition line item is not intended to be provided as any type of reimbursable cost then note as such. 8. Change Orders: Discuss your organization s concept for Change Order Requests evaluation and their resultant Change Orders both Owner requested and Contractor initiated. Provide a proposed percentage (%) profit for Change Order increases to the GMP (if proposed is different than base fee percentage (%) for cost of work if the same, state same as fee percentage (5) for cost of work ) (Attachment B ). 9. Savings: Describe your organization s concept for the disposition of savings realized during construction. Is the full amount or a percentage thereof returned to the owner? 10. Contingencies: Respond to each of the following items by separate paragraph: a. Preconstruction Services: i. Describe your organization s concept for cost contingencies during all design phases (SD, DD and CD s). Are there separate contingencies for owner and Contractor or are they the same? What is the maximum amount of contingency your organization proposes for this phase? Page 8

11 b. Construction: i. What is the maximum amount of construction contingency your organization proposes for this phase? ii. How do you propose to document changes to project contingency within the GMP during construction? iii. When is an expense proposed as a Contingency Fund Allocation Request to draw on project contingency and when is it proposed as a Change Order Request to the GMP? iv. How are buy-out funds to be allocated to the contractors, owners, or a general construction contingency fund to be used by both the contractor and the owner? v. What is your organization s concept for the disposition of contingency funds after the completion of the project? Section 7 Personnel Given the scope and schedule of the project, identify the specific Project Manager, Estimator, Field Engineer and Superintendent(s) who would work on the project. Also, list any additional staff you may require for a project of this magnitude (i.e. safety officer, assistant superintendent, etc.). Provide a resume and references for each individual. Section 8 Owner / Construction Manager Agreement The KSU Foundation proposes utilizing the AIA Document A Edition Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis for payment is the COST OF THE WORK PLUS A FEE with a Guaranteed Maximum Price (as modified by the KSU Foundation). In conjunction with the AIA Document A Edition General Conditions of the Contract for Construction (as modified by the KSU Foundation). Please note any major exceptions or issues you would raise relative to these documents. The Kansas State University Foundation will provide the DRAFT copy of these documents for this project as a Bid Addendum that will be issued at the Mandatory Pre-Bid Conference. Section 9 References For six (6) of the projects listed above (re: Section 4 / Item 5) identify a representative of the owner and a representative of the architect (provide name, phone/fax numbers) whom we could contact as references regarding your organization s services. Ideally, some of the references should be for a construction project of comparable scope. Page 9

12 Questions and Clarifications Please submit all questions and requests for clarifications in writing, via , to the KSUF Director of Construction, John Angelos, at no later than 5:00 PM on February 26, Responses will be compiled and issued together in a Bid Addendum that will be issued at the Mandatory Pre-Bid Conference. Page 10

13 Attachment A PROGRAMMING AND CONCEPT PRESENTATION IMAGES

14 1st Floor Concept Diagram North KSU Office Park Phase II Architectural Site Plan scale: 1 = 20-0 February 17th, 2016

15 PHASE 3 SITE: 3.3 ACRES BUILDING: 60,000 SF PARKING: 198 SPACES PHASE 4 SITE: 3.0 ACRES BUILDING: 40,000 SF PARKING: 186 SPACES PHASE 2 SITE: 3.3 ACRES BUILDING: 60,000 SF PARKING: 176 SPACES PHASE 1 SITE: 4.72 ACRES BUILDING: 60,000 SF PARKING: 172 SPACES DENISON AVENUE KIMBALL AVENUE North Overall Site Summary SITE: ACRES BUILDING: 220,000 SF PARKING: 732 SPACES KSU Office Park Phase II Site Analysis scale: 1 = 30-0 February 17th, 2016

16 KSU Office Park Phase II Phase II Conceptual Rendering View looking North February 17th, 2016

17 #! " " North KSU Office Park Phase II First Floor Plan scale: 1/4 = 1-0 February 17th, 2016

18 ! North KSU Office Park Phase II Second Floor Plan scale: 1/4 = 1-0 February 17th, 2016

19 North KSU Office Park Phase II Third Floor Plan scale: 1/4 = 1-0 February 17th, 2016

20 Attachment B FEE STRUCTURE WORKSHEET

21 KANSAS STATE UNIVERSITY FOUNDATION FEE PROPOSAL WORKSHEET - Base Fee % and Preconstruction as pertaining to AIA Articles 4 & 5 Target construction GMP is $12m with a final value to be determined at time of GMP. Base your Proposed Fee valuations on this value range assumption - you must complete lines C and F. Cost as % Line A C.M. General Overheas as included in Base Fee % (includes all items not reimbursed as cost of work per AIA 133 section 6.8) All Related Corporate Executive Expense (Project Executive / Principal in Charge) Legal / Contracts / Subcontract Administration Accounting Scheduling Purchasing Estimating Safety Engineer 3rd Party Peer Reviews (building envelope, structure, Mech, etc. - if used) Value Engineering Services Bid Scoping / Bid Package Development / Bid Booklet For Subcontract Bidding Shop Drawing Reviews & Approvals, Collection & Distribution As-Build CM Field Set Updates Operation / Maintenance Manual Compilation & Review All Code and Regulatory Reference Documents & Manuals All Non-Site Computing Equipment and Software All primary Office Clerical & Secretarial-Filing, Typing, Etc. All Misc. Office Copying & Printing All forms, Documents, Reports Line B C.M. Profit/Margin (List amount of proposed profit) Profit / Margin % Line C Line A + Line B % Line D Line E Line F Proposed Fee for Changes in the Work (AIA 133 section 5.1.2) if left blank assume same as Base Fee % Limitations on Subcontractor overhead & profit for increases in the cost of the Work (AIA 133 section 5.1.3) Proposed Preconstruction Fee as a Lump Sum (AIA 133 section $ 5% Maximum

22 Attachment C GENERAL CONDITIONS STRUCTURE WORKSHEET

23 Note: Do not include costs of proposed self-performed subcontract bid packages By CM By Subcontractor N/A Comply with definition provided in Article 6 "costs to be reimbursed" AIA 133 Section 6.2 Labor Costs 100% Site Supervision Staff cost in $ cost in $ Project Manager - located on site full time $ $ Superintendent - located on site full time $ $ Site Secretary $ $ Other Proposed: $ $ Other Proposed: $ $ Surveyor / Building Layout $ $ Laborer General Carpentry $ $ laborer General Cleanup $ $ Laborer Final Cleanup $ $ Other Proposed Laborer: $ $ Other Proposed Laborer: $ $ AIA 133 Section 6.3 Subcontract Cost (not part of Gen. Conditions AIA 133 Section 6.4 Cost of Material and Equipment (not part of Gen. Conditions AIA 133 Section 6.5 Other Materials & Equipment, Temp Facilities & Related Items Office Trailer Including all furniture, copy/fax/computer equip., etc. $ $ Site Phone / Fax / Cell phones / radios $ $ All Code and Regulatory Reference Documents & Manuals at site $ $ Copy paper / general office supplies $ $ Faxing / FedEx / mailing and postage - General use and Shop Drawing Related $ $ First Aid Supplies $ $ Fire Extinguishers $ $ General Site construction office Trash Disposal and Recycling $ $ Water cooler / refrigerator / microwave / coffee maker $ $ General Safety Equipment (harnesses, hats, Vests, Eye Protection, etc.) $ $ All Project Signs - informational, safety, warning, etc. $ $ Tool Utility Trailer Rental $ $ Portable Toilets $ $ Handrails - Safety Barriers - Opening Protection $ $ Recycling of Construction Material $ $ Disposal/Haul-off of Non-Recyclable Materials $ $ Temporary Site Fincing - Gates - Chains/Locks $ $ Traffic Control - barriers & signage (labor noted above) $ $ Roadway Maintenance (beyond job site if impacted - cleaning / repair / etc.) $ $ Silt Fence and Storm Water Protection and Compliance $ $ Temporary Roads for Construction (gravel, rock, fabric, etc.) $ $ Temp Power and Lighting $ $ Temp Water $ $ Temp Heating $ $ Temp Enclosures & Partitions $ $ Air Compressor $ $ Generator $ $ Dewatering Equipment and Pumps / Hoses $ $ Vehicular Transportation Site Specific Vehicle (cost for 12 months) $ $ Vehicular Transportation Site Specific Vehicle (cost for 12 months) $ $ Small Construction Tools & Equipment $ $ CM & General Use Skidsteer $ $ CM & General Use Forklift $ $ Crane and other hoisting by subcontractors $ $ Other Proposed Equipment $ $ Other Proposed Equipment $ $ Other Proposed Equipment $ $ AIA 133 Section 6.6 Miscellaneous Costs KANSAS STATE UNIVERSITY FOUNDATION PROPOSED GENERAL CONDITIONS: as included in the cost to be reimbursed (Cost of the Work) CM Performance Bond (to owner at Final GMP) $ $ Liability insurance (name owner as "additional insured" $ $ Testing & Balancing - by CM $ $ Materials Testing (concrete, engineered backfill compressive, etc.) - by Owner n/a n/a Special Testing & Commissioning - by Owner n/a n/a General Conditions - As a Cost of Work - Completed by CM $ General Conditions - As a Cost of Work - Proposed to be applied to Subcontract $