REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE SPARTAN COMPLEX SEISMIC UPGRADE PROJECT SAN JOSE STATE UNIVERSITY ONE WASHINGTON SQUARE, SAN JOSE, CA 95192-0010 The Trustees of the California State University (Trustees) are requesting Statements of Qualifications (SOQ) from interested and qualified construction managers to provide construction management services with a guaranteed maximum price for the design and construction of the project described below. The project delivery method for this project is commonly known as Construction Manager at Risk (CMAR). CMAR consists of a preconstruction phase and a construction phase with separate contracts for each phase. During the preconstruction phase, the successful Construction Manager (CM) will collaborate with the architect on the design, constructability, cost and schedule of the project and develop a Guaranteed Maximum Price (GMP) proposal to construct the project. Upon the Trustees acceptance of the GMP the Trustees will issue a contract to the CM for the construction phase. PROJECT DESCRIPTION The project is the Spartan Complex Seismic Upgrade, San Jose, California. The project direct construction cost estimate is $39,274,000. The project generally consists of expansion of 13,570 GSF and renovation of 157,800 GSF of the existing Spartan Complex buildings located in the south west quadrant of the campus. The buildings included in the Spartan Complex are: Uchida Hall & Uchida Natatorium (YUH) Uchida Hall Annex (YUH) Spartan Complex Central (SPXC) Spartan Complex East (SPXE) 1932, cast in-place concrete 2 story 1957, cast-in-place concrete 2 story 1963, cast in place 2 story 1950, cast-in-place concrete 1 story The project will be completed in two phases. Uchida Hall, Uchida Natatorium and Uchida Hall Annex will be completed in Phase I. Spartan Complex Central & Spartan Complex East will be completed in phase II. The Spartan Complex is a heavily utilized physical activity facility for students and staff. The primary project objectives are to upgrade the existing structural system of the complex to be concurrent with the current building codes, correct ADA deficiencies, correct fire life safety deficiencies, construct new infrastructure, make program modifications, and hazmat abatement. The new life safety system will define and clarify exit systems, installation of automatic fire sprinkler systems, and emergency lighting and signage. The project will include, but is not limited to: elevators for access to the existing 2 nd floors; increased number of restrooms and fixtures, these will be accessible; signage; listening devices; locker and shower modifications; pool modifications; and seating in assembly spaces. New HVAC systems will be installed to address air circulation and occupant comfort. New electrical and data distribution systems will provide for current and future growth of equipment electrical needs and expanding telecommunications integration with pedagogy. The new expansion to the complex includes a 155 seat Auditorium on the North side of YUH Annex with a new lobby addition;, a two story lobby with stair case on the south facade of SPX central; and a two story offices block on the south side of the SPXC, which will replace the existing one story offices block. The project will be LEED certified and the sustainability goal of the project is a minimum of LEED Silver with a goal of achieving LEED Gold.
Page 2 of 5 pages The project is proposed to be constructed in two phases: Phase I construction consists of the YUH and YUH Annex. It is anticipated to start 3/29/13 and complete 3/31/14 Phase II construction consists of SPXC and SPXE. It is anticipated to start 3/31/14 and complete 3/31/15 The project architect is Clerkin & Clerkin. The project preconstruction milestones are as follows: Schematic Design will be completed January, 2012. 50% Design Development Documents submittal anticipated to complete on 4/25/12. 95% Construction Documents anticipated to complete on 9/24/12 Plan Check, Bid and Award process anticipated to complete approximately 3/29/13. Additional documents are available on planetbids website. See CM Selection Process for instructions to obtain additional documents. SCOPE OF CM CONTRACT WORK The work to be performed by the CM is specified in the preconstruction phase contract and construction phase contract. Form contracts may be viewed and obtained at http://www.calstate.edu/cpdc/cm/cm_at_risk.shtml. By submitting a SOQ, the submitting firm represents that it is qualified and capable to provide all the requirements of both contracts. The following is a brief overview of the services the CM will be required to perform: 1) Validate the initial cost estimate and provide continuous cost management to assure the design is within the cost estimate. 2) Participate in the development of the design and provide constructability reviews and advice. 3) Provide construction planning, phasing, and scheduling during design and through construction completion. 4) Incorporate LEAN practices and tools into the process. 5) Suggest ways to bring trade subcontractors into the design and construction phase. 6) Construction cost estimating and value engineering. 7) Constructability analysis. 8) Monitor all regulatory approvals required for the project. 9) Prequalify trade contractors. 10) Comply with requirements to subcontract a minimum of 3% of the project to DVBE subcontractors. 11) Develop Trade Contractor Bid Packages and receive bids in the most logical, competitive, and seamless manner. 12) Warrant the completeness of the construction documents and ensure that trade bid packages include a complete scope of work. 13) Submit a Guaranteed Maximum Cost proposal. 14) Manage and administer the project construction phase to achieve construction completion within the contract time and budget. CM SELECTION PROCESS The CM will be selected using a two-step process. The first step is this Request for Qualifications (RFQ) and the requested Statement of Qualifications (SOQ). The Trustees will score SOQs submitted in response to this RFQ and will select the highest scoring four firms to continue in the selection process. Unsuccessful firms will be notified. The four successful firms will be sent a Request for Proposal (RFP). The Trustees will score the proposals from the four finalists and conduct interviews. The highest scoring firm will be the successful CM and will be awarded a contract for preconstruction services. The Trustees will appoint a selection committee to
Page 3 of 5 pages review the SOQs and RFPs and to participate in the interviews. The judgment of the Trustees in this selection process is not subject to appeal. CMs must be prequalified with the Trustees before the SOQ due date or their SOQ submission will not be considered. The last day to submit an application for prequalification to the CSU Chancellor s Office is indicated on the enclosed schedule. The proposer s prequalification rating must be equal or greater than the construction manager s construction contract amount for this project. For information regarding prequalification go to http://www.calstate.edu/cpdc/cm/contractor_prequal_bidders.shtml. License Requirements: CMs must hold a Class B Contractors License. The Trustees reserve the right to reject all submissions to this RFQ. The Trustees may terminate the CM s preconstruction phase contract prior to the construction phase and seek competitive public bids for the construction phase. There is no guarantee the construction phase contract will be awarded. The CM will not be entitled to recover any unreimbursed costs, anticipated profit, or monetary awards for proposal preparation Interested parties should register at the San Jose University Contract Services & Procurement website at: http://www.planetbids.com/portal/portal.cfm?companyid=15275#. Once registration is completed, login into planetbids.com at: http://www.planetbids.com/hub/hub.cfm and search for CM at Risk, Spartan Complex Seismic Upgrade Project. SELECTION PROCESS SCHEDULE: Schedule Activities Suggested durations RFQ Advertised Tuesday, December 13, 2011 Last day to submit application for prequalification Tuesday, January 3, 2012 Statement of Qualifications due in the Managing Office Tuesday, January 17, 2012 @ 5:00 pm CM shortlist published Tuesday, January 24, 2012 RFP distributed to CM shortlist Tuesday, January 24, 2012 Site Conference Tuesday, January 31, 2012 Last day to submit Questions Monday, February 6, 2012 Proposals due Thursday, February 16, 2012 @ 2:00 pm CM firms interviewed Thursday, February 23, 2012 Successful CM announced Friday, February 24, 2012 Agreements executed Friday, March 23, 2012 Preconstruction services duration 380 calendar days N/A Construction begins April 8, 2013 Construction duration 507 calendar days N/A Construction completion March 31, 2015 INSTRUCTIONS FOR SUBMITTING AN SOQ Statement of Qualifications must be received before date and time shown in the schedule Construction managers interested in this project may submit a Statement of Qualifications in accordance with the following instructions: 1. Provide all information requested by this RFQ.
Page 4 of 5 pages 2. Provide information as it pertains to your firm. When referencing projects that were joint ventures, indicate such and explain your participation. 3. The SOQ should be well organized and as concise and complete as possible while still providing the requested information. 4. Information you believe is relevant to the selection of your company for this project but not requested by the RFQ may be submitted as an appendix to the SOQ. 5. Where contact information is requested, include the company name, address and an individual s name, phone number and email address. 6. Submit five copies of the SOQ in 8 ½ x 11 format and one copy as a digital file in PDF format. 7. Deliver the SOQs in a sealed package marked on the outside SOQ for and add the Project Title. 8. Deliver the SOQ prior to the date and time indicated in the Selection Process Schedule. 9. Deliver the SOQ to the Managing Office shown herein. MANAGING OFFICE All communications concerning this selection process should be directed to the Managing Office. Design and construction of the project will be managed by Facilities Development and Operations at the San Jose Campus. The Managing Office for the CM Selection is: Name Kathy Flachmeier, Project Manager, CPDC Address: (mailing) California State University Office of the Chancellor 401 Golden Shore Long Beach, CA 90802 Telephone: 562-951-4130 Fax: 562-951-4924 E-Mail: kflachmeier@calstate.edu Title email CM at Risk, Spartan Complex Seismic Upgrade SOQ REQUIRED INFORMATION and SCORING Provide the following information in your SOQ. Each question will be scored against an ideal response, in the opinion of the Trustees Selection Committee, which would receive the maximum number of points possible as indicated. If all information is not provided, the SOQ may not be considered. 1. Cover letter confirming this is in response to the RFQ Required and agree to enter into contracts if selected as the CM. 2. Organization Information: Identify CM s full legal name, address, phone, Required fax, and website. Indicate which office will manage this project. Include organization chart of the company. Give titles and names of positions. Provide surety name, address, contact name, phone, fax and email. 3. Copy of your CSU prequalification letter. Required 4. Copy of your State Contractors License. Required
Page 5 of 5 pages 5. CM s general qualifications and experience managing projects. List up to 30 points 5 projects and provide contact information for the owner and architect. 6. CM s qualifications and experience in public sector with CMAR projects 50 points in California. List up to 5 projects and provide contact information for owner and architect. 7. CM s experience incorporating subcontractors into the design phase by methods 20 points such as design assist or design build. Provide contact information for owner and architect. 8. CM s past experience on CSU projects. 10 points 9. CM s present contracts on CSU projects Required 10. CM s experience within 50 miles of the project. 10 points 11. CM s experience utilizing DVBE subcontractors. 10 points 12. CMs specific qualifications and experience with projects similar to this Project. 10 points 13. CM s Experience Modification Rate (safety rating). 30 points 14. CM s unique qualifications to perform on this project. 30 points 15. CM s experience using LEAN tools. 10 points 16. CM s experience using Building Information Modeling (BIM) technology. 30 points 17. CM s process for assuring the project cost is within the budget. 30 points 18. SOQ format; completeness and conciseness. 20 points 19. During the past five (5) years was the CM required to pay penalties for 30 points failure to pay prevailing wages? If yes, provide circumstances and amount of penalty. 20. During the past five (5) years has the CM been assessed CAL-OSHA fines 30 points in the serious, repeat, or willful category? If yes, provide circumstances. How many instances and amount of fine? TOTAL 350 points QUESTIONS All questions regarding this RFQ must be submitted in writing by email, fax or mail to the managing office listed herein no later than one week prior to the due date of the SOQ. Questions received later than one week prior to the SOQ due date will not be considered. Clarification requests may be submitted verbally but will not be considered binding. END OF DOCUMENT