0 оценок0% нашли этот документ полезным (0 голосов)
67 просмотров27 страниц
The document is a Request for Proposal for construction management services for the Elbow Park Replacement School project. It includes instructions to proponents on submitting proposals, evaluation criteria, and the scope of services required. The construction manager will provide full construction management services including planning, scheduling, cost control, coordinating trade contractors, and managing the construction phase from pre-construction through to project completion. The successful proponent will be selected based on a best value approach considering both qualifications and price.
The document is a Request for Proposal for construction management services for the Elbow Park Replacement School project. It includes instructions to proponents on submitting proposals, evaluation criteria, and the scope of services required. The construction manager will provide full construction management services including planning, scheduling, cost control, coordinating trade contractors, and managing the construction phase from pre-construction through to project completion. The successful proponent will be selected based on a best value approach considering both qualifications and price.
The document is a Request for Proposal for construction management services for the Elbow Park Replacement School project. It includes instructions to proponents on submitting proposals, evaluation criteria, and the scope of services required. The construction manager will provide full construction management services including planning, scheduling, cost control, coordinating trade contractors, and managing the construction phase from pre-construction through to project completion. The successful proponent will be selected based on a best value approach considering both qualifications and price.
RFP Closing: Thursday, July 17, 2014 at 2:00:00 p.m. Alberta time. RFP Close Location: Calgary Board of Education Highfield Building, 3610 9 Street S.E. Calgary, AB., T2G 3C5
Attention: Robert Ashley
Inquiries Contact:
Bill Evans, Principal Design & Construction DukeEvans Inc 26 Wentwillow Lane SW Calgary T3H 5W7
Phone 403 620 2066 e-mail: bevans@duke-evans.com
Submit inquiries by email only. Identify the RFP Title and Project ID No. in the email subject line.
2
TABLE OF CONTENTS
PART 1 PROCUREMENT REQUIREMENTS
Contents SECTION 00 21 16 INSTRUCTIONS TO PROPONENTS ..3 SECTION 00 22 16 PROPOSAL SUBMISSIONS REQUIREMENTS ..13 SECTION 00 31 00 AVAILABLE PROJECT INFORMATION ...19 SECTION 00 31 05 FEE PROPOSAL SUBMISSION FORM 23 SECTION 00 31 10 PROPOSAL EVALUATION FORM ....25
PART 2 APPENDICES .1 Appendix A: CCDC5B Cover Page & CBE Lump Sum Supplementary Conditions & Concept Plan
3
END OF TABLE OF CONTENTS SECTION 00 21 16 INSTRUCTIONS TO PROPONENTS 1. INTENT .1 The intent of this Request for Proposals (RFP) is to solicit Proposals from Proponents, in accordance with the procurement and contracting requirements described in this RFP, for the following: .1 The Services: Construction Management Services .2 The Project: Elbow Park Replacement School
.2 A value based selection process will be employed for this procurement. This means that the successful Proponent will be the one whose Proposal offers best value, taking into consideration both qualifications and price. .3 Additional information relative to the project is included in Section 00 31 00 - Available Project Information. .4 The Owner will not disclose .1 the scoring results of the Proponents individual scoring, overall scoring or ranking within the evaluation process, or .2 any information about another Proponents scoring, ranking or submission. RFP evaluation process. .5 Notwithstanding the foregoing, the Owner reserves the right to cancel this RFP at any time. 2. DEFINITIONS .1 Alberta Time means Mountain Standard Time (MST) or Mountain Daylight Time (MDT) as provided for in the Daylight Saving Time Act (Alberta). .2 Business Day means 08:00 to 16:00, Alberta Time, Monday to Friday, excluding holidays observed by the Owner. .3 Consultant is a person or an entity engaged by the Owner to provide services. .4 Consultant Team is the proposed or engaged team responsible for providing all required services. .5 Contract means the undertaking by, and the agreement between, the Owner and the Consultant to perform their respective contractual obligations. .6 Corporate Support means the process the Proponent will employ to support the Consultant in addressing project specific issues identified in relation to the Consultants (and the Consultants Team) services to the Owner. Issues may 4
include schedule slippage, quality of deliverables, quality of administration or management, issue resolution, and other factors within the Consultants (and Consultants Team) scope of work. .7 Evaluation Team means the individuals who will evaluate the Proposals on behalf of the Owner. .8 Mandatory or Mandatory Requirement means a specific criterion or requirement which is essential for the Proposal to be evaluated. .9 Owner means the School Authority, as represented by a duly authorized representative. "The Department", and Client are synonymous with Owner for the purposes of this RFP. .10 Proponent means a firm responding to this RFP. .11 Proposal or Proposals means the submission received from a Proponent in response to this RFP. .12 RFP Closing means the date and time indicated on the RFP cover, or as otherwise amended by addenda, as the deadline for submitting a response. .13 Request for Proposal, Request for Proposals or RFP means the document issued by the Owner, used to solicit detailed information relative to services and fees; which includes Procurement Requirements and Contracting Requirements, and any addenda thereto. .14 Services includes everything done or performed by the Consultant which is within the scope of the Contract, as set out in the Contract, including preparation and submission of any deliverables required by the Contract. 3. AVAILABILITY OF RFP DOCUMENTS .1 RFP Documents are available from Alberta Purchasing Connection (APC). .2 The Owner will assume no responsibility or liability for the completeness of any RFP Documents, updates or amendments obtained from a source other than identified above. 4. CONFLICT OF INTEREST .1 Any business entity or individuals that could create a conflict of interest or a perceived conflict of interest shall not be included in the Proponents submission .2 If a Proponent considers that a particular relationship or association does not create a real or apparent conflict of interest and will not create a perception of conflict of interest, but is concerned that the Owner could arrive at a different conclusion, the Proponent shall .1 fully disclose the circumstances to the Owner at the earliest possible date, and .2 request that the Owner provide an interpretation before the RFP Closing as to whether the relationship or association creates a conflict of interest or a perception of conflict of interest. 5
.3 In assessing whether a conflict of interest or a perceived conflict of interest exists; the Owner will consider in the exercise of his discretion whether any submissions include: .1 Individuals who through their current employment or association with the Calgary Board of Education have had involvement with or knowledge of the project; .2 Firms or individuals currently retained by the Owner in relation to the project; .4 At the Owners sole discretion, the Owner may disqualify a submission where a conflict of interest or a perceived conflict of interest exists, or where there is evidence of collusion. .5 The decision of the Owner is final and binding. 5. COST OF SUBMISSION AND OWNERSHIP .1 The Owner is not responsible for any costs incurred by Proponents in preparing, submitting, or presenting their Proposal. .2 Proposals received at RFP Closing become the property of the Owner and will not be returned 6. THE SERVICES AND THE DELIVERABLES .1 Scope of Services
The Construction Manager is to provide full construction management services as generally outlined in Schedule A1 to the CCDC5B Agreement and as outlined here:
Assisting in preliminary planning relative to the design requirements of the project;
Advising on schedules, budgets, phasing and economics of various methods, constructability, material selection and detailing during the design phase;
Advising on and developing all work package scopes and services, recommending prequalification and procuring all trade contractors for carrying out the various phases and sequencing of the work, and full liaison with Owners project management and onsite staff;
Planning, scheduling, sequencing, co-ordinating and supervising the activities of all trade contractors;
Providing technical, safety and clerical services in the administration of the construction of the project;
PRE-CONSTRUCTION PHASE
Consultation during project development Planning and scheduling Preparation of project construction budgets in consultation with Owners Consultants Co-ordination of trade contract documents Planning of construction trade scopes and sequencing Services relating to investigation, appraisals and evaluation of existing facility condition Constructability reviews and critique of Prime Consultants design documents 6
Construction methodologies development Preparation of detailed phasing/hoarding/temporary fire safety plans
CONSTRUCTION PHASE
Continuous Consultation with Owners On-site Staff
Project control; Monitor the work of trade contractors and co-ordinate the work with the activities and responsibilities of the Owner and other Consultants
Physical construction; Assume all requirements as expected by the definition of prime contractor for the work areas, as required by Alberta Occupational Health and Safety and the Workers Compensation Board. Provide all of the construction facilities and services common to the requirements of all trade contractors, both temporary and permanent. Ensure that trade contractors are informed of the facilities and services being provided.
Schedule; Produce, manage and control the project schedule and all trade contractors work related to the physical construction to meet the agreed project schedule dates. Co-ordinate work flow, timing and phasing with the Owners Project Manager.
Cost control and accounting; Develop, implement and maintain an effective system of project construction cost control. Revise and refine the initially approved construction budgets, incorporate approved changes as they occur, and develop cash flow reports and forecasts as needed. Identify variances between actual and budgeted and estimated costs to complete, and advise the Owner and Consultants whenever projected costs are going to exceed budgets and/or estimates. Maintain a daily log of projected construction costs to completion including costs for approved changes, contemplated changes by Prime Consultant and self- initiated changes.
Changes in the Work; Develop and implement a system for the preparation, review and processing of changes in the work. Recommend necessary or desirable changes in the work to the construction team, review requests for changes, submit recommendations and assist in their negotiation. All pricing for scope changes relating to general requirements and common work activities provided by the Construction Manager shall be firm lump sum prices.
Payments to trade contractors; Develop and implement a procedure for the review, certification, processing and payment of applications by trade contractors for progress and final payments.
Inspections and Quality Management; Develop, implement, monitor and maintain a Quality Management System acceptable to the Owner that encompasses all trade contractors, own forces work, and common works required by the project. Ensure regularly (weekly) inspections and document the work of trade contractors for defects and deficiencies in the Work.
Document interpretation; Refer all questions for interpretation of the documents prepared by the Consultant to the Consultant while providing constructability direction and method statement recommendations.
Shop drawings and samples 7
With the Consultant, establish and implement procedures for expediting the receipt, processing and review of shop drawings and samples. Provide a schedule listing all shop drawings, samples, submittals to be received, indicating the expected date of submission for each.
Reports and project site documents; Submit monthly written reports to the Owner and the Consultant including budget and scheduling information. Keep a daily log available to the Owner and the Consultants
Services relating to Owner supplied equipment, furniture, fixtures and equipment, With the Owner, establish and implement procedures for expediting the receipt, processing and installation of furniture, fixtures and equipment.
Substantial performance of the work; Arrange with the Consultants for the issuance of the necessary certificates respecting substantial performance of the work, occupancy, or designated portions thereof, and prepare with the Consultant, lists of incomplete or unsatisfactory items, and a schedule for their completion. Maintain this schedule with weekly updates showing which items are complete and ready for re-inspection and a schedule for completion of uncompleted items. Prepare and provide 3 (three) hard and 1 (one) electronic copies of operations and maintenance manuals for all building systems and equipment installed.
Commissioning and Start up Arrange for all necessary systems commissioning activities and reports at substantial completion. With the Owners maintenance personnel and the Consultants, direct the checkout of utilities, operations systems and BAS equipment, for readiness and assist in their initial start-up, verification, balancing and testing, by the trade contractors. Provide 1 (one) full week of building systems training to CBE building operators.
Total performance of the work; Arrange with the Consultants for the certification of total performance and provide written notice to the Owner and the Consultant that the work is ready for final inspection. Transmit all required warranties, affidavits, releases, bonds, waivers, maintenance stock, manuals and record drawings to the Owner, after review and verification by the Consultants.
POST CONSTRUCTION
Operations; Maintain a close relationship with the Owners operating staff for three months to ensure a smooth and proper takeover of the project. Attend operations meetings, minimum bi- weekly, to assist with trouble shooting operating and maintenance issues.
Warranties; Assist the Owner in administering warranties of the trade contractors for one year.
Transition of Construction Manager to General Contractor
Following the completion of the tendering process for all trade contractors, the Owner may elect to assign the trade contracts to the Construction Manager and require that the Construction Manager engage such trade contractors as its subcontractors under a Guaranteed Maximum Price (GMP) option or a Stipulated Lump Sum Price option, as provided for in the Agreement. The amount payable by the Owner to the Construction Manager will be the aggregate value of the Trade Contracts PLUS an At Risk Fee identified in the RFP and in accordance with the Supplementary Conditions and payment 8
provisions of a new lump sum agreement. The Construction Management Contract for Services and Construction will be a CCDC5B document with amended CCDC2 Supplementary Conditions.
.2 Project Budget
The Construction Budget for the core building, including construction management fees, is expected to be approved by Alberta Infrastructure, including historic review of existing building, salvage of historic elements for incorporation, demolition of the existing building, construction of the new building site development and flood mitigation measures, is estimated to be approximately $14 million, which includes all construction and escalation contingencies. The above construction costs will include all items for a complete building, including all equipment attached to the building, for example whiteboards, phones, and other items that will be identified. A separate budget is provided for loose furniture, equipment and supplies. Refer CBE Design Guidelines for more information. The building will be designed and constructed to a LEED Silver standard.
.3 Proposal Submissions
.1 The Owner will receive Proposals at the RFP close location no later than the RFP Closing as indicated on the cover of this RFP. .2 For RFP closing purposes, the official time of receipt of Proposals is determined by the time recorder clock used by the Owner. .1 Late Proposals will be date and time stamped and returned, unopened, to the Proponent. .3 Proposals received via fax, e-mail, or verbally are not acceptable and will not be considered. .4 The Owner will only accept and evaluate one Proposal submission per Proponent. .5 Refer to Section 00 22 16 Proposal Submission Requirements for details. .6 Do not complete or submit Section 00 31 10 Proposal Evaluation Form. This form is for the Owner's use and is provided to Proponents for information only. .7 There will not be a public opening (with Proponents present) of the Proposal submissions. 7. IRREGULARITIES .1 A Proposal that is informal, incomplete, or qualified, or otherwise irregular in any way, may be declared non-compliant and rejected. .2 The Owner may accept or waive a minor and inconsequential irregularity related to non-mandatory Proposal submission requirements. 9
.3 The determination of what is a minor and inconsequential irregularity, and whether or not to accept or waive such irregularity is at the Owner's sole discretion. .4 Failure to meet any of the Mandatory Submission Requirements is not considered a minor irregularity and the Proponents submission will be declared non-compliant and rejected. .5 Discrepancies between words and figures will be resolved in favour of words. 8. INFORMATION DISCLOSURE .1 All information provided by the Owner to the Proponents and all information provided by the Proponents to the Owner as part of or subsequent to their Proposal is subject to the disclosure and protection provisions of the Freedom of Information and Protection of Privacy Act (Alberta), hereinafter called the Act. .2 The Act allows any person a right of access to records under the Owners custody or control, subject to limited and specific exceptions as set out in the Act. A Proponent should identify those portions of its Proposal that the Proponent considers confidential and could significantly harm the Proponents business interests or the disclosure is an unreasonable invasion of personal privacy. If the Owner receives a request under the Act for access to records in the Proponents Proposal, the Proponent will be given a notice allowing it to consent to disclosure, or to explain why the disclosure would significantly harm the Proponents business interests or would be an unreasonable invasion of personal privacy. The Owner does not warrant that such identification will preclude disclosure if disclosure is determined to be required under the Act. .3 Before disclosing to the Owner any individuals personal information by including personal resumes, client references, etc. in a Proposal, the Proponent shall obtain the consent of the affected individuals. Consents must be in writing and specify to whom the personal information may be disclosed and used. This information will be used by the Owner to ensure accuracy and reliability of the Proposal and its evaluation. 9. INTERPRETATION AND MODIFICATION OF THE RFP .1 Address all inquiries related to this RFP to the person identified on the cover of this RFP. .2 If an inquiry requires an interpretation or modification of this RFP, the response to that inquiry will be issued in the form of a written addendum only. .3 Submit inquiries no later than five (5) Business Days before the RFP Closing. .4 Any replies to inquiries or interpretations or modifications of this RFP made verbally, by e-mail, or by any manner other than in the form of a written addendum, are not binding on the Owner. .5 Headings are used for convenience only, and they do not affect the meaning or interpretation of the clauses. .6 Words in the singular include the plural and vice versa. 10
10. PROPOSAL WITHDRAWAL AND ACCEPTANCE .1 A Proposal may be withdrawn provided a written request to do so is received by the person identified on the cover of this RFP before this RFP Closing. .2 A withdrawn Proposal may be resubmitted provided the resubmitted Proposal is received at the RFP close location (as identified on the cover of this RFP) before the RFP closing. .3 A Proposal may not be withdrawn after the RFP closing and shall remain open to acceptance by the Owner until: The successful Proponent has entered into contract with the Owner, or 60 calendar days after the RFP closing, whichever occurs first. .4 The acceptance period may be extended at the Owners request to all Proponents and is subject to each Proponents written consent to the extension. .5 The Owner may negotiate Contract terms with the successful Proponent. .6 Unsuccessful Proponents will be notified within ten (10) business days after contract award. 11. ADDENDA .1 The Owner may issue addenda modifying or supplementing the RFP documents no later than three (3) Business Days before the RFP Closing. Such addenda will be distributed via APC. .2 The Owner may extend the RFP Closing by issuing an addendum any time before the RFP Closing. .3 Prospective Respondents that accessed the RFP documents from APC will automatically receive an e-mail notification from APC of any addendum posted. .4 Issued addenda will become part of the RFP documents. 12. EVALUATION PROCESS .1 Proposals will be evaluated by an Evaluation Team using the evaluation criteria and weightings specified in Section 00 31 10 Proposal Evaluation Form. .2 The Evaluation Team will be comprised of representatives of the Owner and Provincial government. .3 The Owner reserves the right to independently verify information presented in a Proponents submission. .4 The Evaluation Team, according to its sole and best judgment and discretion, will determine the Proposal that best meets the requirements of this RFP. 11
.5 The lowest fee will receive full points as outlined in the Proposal Evaluation Form with other Proponents fees prorated against the lowest fee.
13. SCORING METHODOLOGY .1 Scores will be assigned based on the following scale: .1 Zero (0) points if no information is provided to address the criterion. .2 One point (1) if the information provided minimally addresses the criterion. .3 Two points (2) if the information provided mostly addresses the criterion but is unclear. .4 Three points (3) if the information provided mostly addresses the criterion and is clear. .5 Four points (4) if information provided fully addresses the criterion but is unclear. .6 Five points (5) if information provided fully addresses the criterion and is clear. .2 The assigned scores will be weighted against the maximum weighted score. 14. SUPPLEMENTARY INFORMATION .1 Following the evaluation teams initial evaluation of the Proposals, the Authority may at its sole discretion require some or all Proponents to submit clarifying information, in writing, in response to questions provided by the Authority. Unsolicited clarifying information or additional information provided after the RFP Closing Time will not be considered. .2 Following receipt of clarifying supplementary information, the Evaluation Team may modify their initial evaluation scores to reflect the supplementary clarifying information. .3 The Owner will not consider unsolicited supplementary or clarifying information received from Proponents after the RFP Closing. 15. DEBRIEFING .1 CBE will, at its discretion, arrange a debriefing for the purpose of informing Bidder why its Proposal was not selected. Debriefings will be restricted to the Bidders submission and not the process in general. 16. CONFIDENTIALITY .1 All Proponents, including its officers, directors, partners, employees, agents, or representatives are not to publicly disclose any information related to their intended involvement in the project, the project details, the RFP documents, the RFP process, and the draft contract without written permission from the Owner. .2 Failure to maintain confidentiality may result in suspension of the Proponent, its officers, directors, partners, employees, agents, and representatives from future 12
Calgary Board of Education opportunities for a period of up to 12 months, legal action, or both. 17. AGREEMENT ON INTERNAL TRADE AND NEW WEST PARTNERSHIP TRADE AGREEMENT .1 The provisions of the Agreement on Internal Trade, Part IV, Chapter 5 Procurement and Annex 502.4, and the New West Partnership Trade Agreement apply to this RFP. 18. LEGAL JURISDICTION .1 The law applied in respect to this RFP shall be the laws of the Province of Alberta and civil actions commenced in relation to this RFP shall be adjudicated by the Courts of the Province of Alberta.
END OF SECTION
13
SECTION 00 22 16 PROPOSAL SUBMISSION REQUIREMENTS 1. INTENT .1 This Section specifies the format and content requirements for the information to be submitted. 2. PROPOSAL FORMAT REQUIREMENTS .1 Organize the Proposal to clearly and succinctly present the required information. Use the main headings and present the information in the order provided in Section 00 31 10 Proposal Evaluation Form. One (1) sealed package containing four (4) original hardcopies, and one (1) electronic unprotected PDF version of the Proposal on a CD or USB memory stick, excluding any fee related information.
Clearly indicate on the exterior of the submission package: .1 Legal name of Proponent .2 Title of the RFP: Construction Management Services for Elbow Park Replacement School .3 Project ID No. 100112CM .4 RFP Qualifications Submission .2 Proposals, where the original hardcopies or electronic version differ in content, may be disqualified from further evaluation. .3 Limit the RFP qualifications submission to a maximum of 20 single-sided or 10 double-sided, 8" x 11" pages or equivalent (e.g. 11" x 17" fold out sheets for charts, schedules, etc. count as 2 pages). .1 This page limit excludes a cover letter, title page, resumes, table of contents, Organizational Chart, and excluding any fee information. .2 The page limit includes proposed prime Consultant and Consultant Team information, and project experience information. .3 Proponents may at their discretion include additional information which they consider relevant to ensure a full and proper evaluation, provided that the specified maximum allowable number of pages is not exceeded. .4 The Owner reserves the right to review only the maximum number of pages identified above. .4 Use a clear, easy to read font type and size, such as 11 point Arial or 12 point Times-Roman. .5 Bind each copy of the Submission in a "permanent" soft cover binding (e.g. No 3- ring binders). .6 Indicate the number of all addenda received in the Proposal submission. .7 Submit all Proposals, including attachments, in English. 14
3. MANDATORY SUBMISSION REQUIREMENTS .1 In the Proposal Qualifications Submission, Proponents must: .1 Provide a proof that the Proponent is licensed as a business to practice construction management and general contracting services in the Province of Alberta.
.2 Provide evidence of insurance by attaching insurance certificate(s) from their insurance company that the Proponent possesses valid insurance or provide evidence from their insurance company that the Proponent is able to obtain the indicated levels of insurance if awarded the project.
.1 Professional Liability insurance with limits of not less than $2,000,000 inclusive per occurrence
.2 Wrap Up Liability insurance with limits of not less than $5,000,000 inclusive per occurrence in the joint name of the Construction Manager, the Owner, the Project Manager and the Prime Consultant Deductible of $5,000 to be paid for by the Construction Manager
.3 Course of Construction insurance in the joint names of the Construction Manager, Sub Contractors, Suppliers, the Owner and Consultants with a deductible of $5,000 to be paid for by the Construction Manager
.4 General liability Broad Form property insurance with limits of not less than $5,000,000 inclusive per occurrence. Deductible of $5,000 to be paid for by the Construction Manager
.5 Workers Compensation Insurance Coverage
.6 Subguard Default Insurance Coverage
.2 In the Fee Proposal Submission Proponents must: .1 Sign and witness or seal the Fee Proposal Submission. .2 (a) Provide a total FIXED Construction Management Fee, including all off- site services and overhead, for the project duration. (Project Duration is determined from August 2014 to September 2016 PLUS an additional 3 (three) months of deficiency correction and project commissioning and project demobilisation; up to December 2016) Construction Management Fee broken into the following phases; (A) Pre-Construction Phase Services: (B) Construction Phase Services: (C) Post Construction Phase Services: TOTAL FIXED FEE for Services $_______________________
15
(D) Provide and confirm list of services included within the Construction Management Fee. (E) Provide and confirm list proposed resident onsite construction management staff and associated reimbursable rates, expenses & disbursements, (not covered in the total fixed fee) required to provide the identified resources and construction management services over the project duration. TOTAL ONSITE STAFF & REIMBURSABLES $________________ .3 Provide an AT RISK FEE of %____ on the aggregated trade contractors value should the Owner elect to convert the Construction Management Service into a Guaranteed Maximum Price or a Stipulated Fixed Lump Sum Price contract. .4 Identify and provide a BUDGET BREAKDOWN SUMMARY of common GENERAL CONDITIONS and GENERAL REQUIREMENTS that will be provided by the Construction Manager for support of the construction project and the use of ALL Trade Contractors, and identify the ATTENDANCE FEE as a %____ to be applied by the Construction Manager to the aggregate cost of the general requirements work. .5 In exceptional instances, should the Owner agree to the use of OWN FORCES WORK, offered by the Construction Manager, the Owner will pay the cost of such work, if tendered competitively, plus a % FEE of ______ of that competitive cost.
.3 A Proponent who does not meet the above requirements will be disqualified from any further consideration of their Proposal. 4. CORPORATE PROFILE .1 Provide the following information: .1 Respondents legal and operating name(s) .2 Date established .3 Contact person for the purpose of the RFQ .4 Respondents addresses .5 Respondents principals and their titles .2 Attach a corporate organizational chart that identifies internal and external relationships. 5. CORPORATE SUPPORT .1 Describe your firms ability to resource the project fully with adequate and experienced staff. Specifically outline the organizational process that your firm would utilize to address concerns with the Owner in regards to managing schedule slippage, quality of deliverables, quality of shop drawing administration and construction management, issue resolutions and other factors within the Consultants scope of work. 16
.2 Describe your firms approach and methodology for providing the construction management services requested and provide examples of cost, budget, quality control, HVAC commissioning, and risk tracking reports and systems, that can be offered to the Owner. .3 Describe your firms software systems for tracking and controlling costs, schedule, document control and risk management. The Owner operates an Archibus Integrated Workplace Management System. Indicate your firms ability and experience in using appropriate Archibus or similar software tools. 6. PROPOSED MANGEMENT TEAM .1 Demonstrate that the Proponent has the capacity to manage and perform all construction management services and produce all deliverables required within the required project schedule. Capacity includes sufficient qualified staff, and resources including sub-consultants, and expertise. .2 Identify the Designated Construction Project Manager and each proposed Team member: .1 Name and title. .2 Their role for the project (e.g. construction manager, scheduler, cost control, document control, technical expert, etc.) .3 Their proposed extent of participation, their duties and responsibilities, including the percentage of their overall work time at various phases of the project. .3 For each proposed Team member, attach a one (1) page resume that describes their discipline, professional credentials, affiliations, and project experience in a similar role as the one proposed for this project. .4 Identify other staff resources proposed to be committed to the project, by job category. .5 Provide information regarding the proposed organizational structure that will be used in delivering the scope of services specific to this RFP. .1 Provide an organizational chart that identifies how your internal Team will be organized by indicating formal and informal reporting lines of communication .6 Proponents may provide other pertinent information demonstrating the Proponents experience and past performance record, e.g. unique project challenges or problems, innovative program solutions, project successes, etc. 7. PROJECT EXPERIENCE AND PERFORMANCE .1 Attach summaries of up to five (5) reference projects, where the Respondent was the Construction Management Firm, and were completed within the last ten (10) years. Reference projects should be similar to the project for which submissions are being sought. (e.g., project delivery method, building type, scope of services, size, building information modeling, etc.). Provide for each referenced project: 17
.1 Title, location and description .2 Project Delivery Method .3 Building Type .4 Role of the Respondent .5 A list of all disciplines and specialties associated with the project retained by the Respondent .6 A list of all services provided .7 Planned and actual start and completion dates .2 Reference projects may be past projects for Calgary Board of Education, Alberta Infrastructure or for other public institutions across Canada. 8. PROJECT COMPREHENSION .1 Provide a brief description of the requirements and challenges of this project, from the Proponents understanding, based on the information provided in this RFP. .2 Provide examples of how the Proponent will add value within the defined scope of services. .3 Identify any special needs, risks or considerations that the Owner may not have identified and suggest approaches for addressing them. 9. PROPOSED WORK METHODOLOGIES .1 Describe an outline Work Breakdown Structure (WBS) of proposed priorities and work sequences of trade contractors for this project. .2 Provide an outline Gantt chart that demonstrates your understanding of the project timelines with milestones in sequential phases from project commencement to completion, including suggested timelines for development, building and occupancy permits and A.I. approvals to achieve the suggested completion date. .3 Describe your quality assurance process. Provide details of how all of the required trade contractors will be managed and coordinated to optimize design, and ensure high quality construction documents including, but not limited to, specifications and drawings. .4 Provide an outline communication plan that explains the communication process between the Proponent, Owner, consultants, community associations, sub- consultants and contractors identifying methods of communication, time frames, and tools. .5 Provide an outline risk management plan that explains how risk will be identified, assessed for impact and probability, and mitigated. .6 Provide any other relevant information about the Proponent's work methodologies that will be applied to this project and incorporated into the Proponents fee. 18
10. FEE PROPOSAL .1 Submit the proposed fee on the Fee Proposal Submission Form provided. .2 Do not include GST in any Fee Proposal. .3 Submit Fee Proposals in Canadian dollars. .4 Any changes to the fee after the Contract is signed will be in accordance with the terms of the Contract.
END OF SECTION
19
SECTION 00 31 00 AVAILABLE PROJECT INFORMATION 1. PROJECT DESCRIPTION .1 Project Background
The June 2013 floods caused substantial structural damage to the existing Elbow Park Elementary School. As this school has a great deal of historic significance to the community, the City of Calgary and the Calgary Board of Education (CBE) the decision has been made to build a new school that will incorporate significant historical elements of the original building.
The original Elbow Park School was built in 1926. A gym addition was added in 1972, which will be demolished. The replacement school will reuse in place feasible portions of the 1926 building 2 storey exterior walls and incorporate two additional classrooms and a gymnasium. The historic architectural elements selected for reuse will be restored in order to retain the 1926 aesthetics, and provide a long life-cycle building. The building interior, additions to the original building and building systems will be constructed to provide for 21 st century efficiencies. The new school must achieve a minimum of LEED Silver rating. An assessment of the historical elements to be retained and restored will be provided prior to the demolition of the existing school. There is a stakeholder expectation that historic elements of the original building will be salvaged and incorporated into the new building. The new building will need to address the mitigation of damage from future flooding, which will be achieved by raising floor elevations within the existing exterior wall framework.
.2 The Site
The site for this school is located in the community of Elbow Park north of Sifton Boulevard between 8 th and 7 th Street S.W. It is a relatively flat site. Note that all site specific factors that will affect the budget on this project, for example site development issues such as structural slab, flood mitigation strategy, municipal site requirements such as current parking requirements, must be included in the project construction budget.
.3 The Building
The scope of the replacement school project consists of two parts: 1) the selective demolition of the existing school and selective salvage of designated historic elements and 2) the construction of the new 2 storey, 250 student capacity core school. There is no modular classroom component envisaged in this project. The new core school is approx. 2800m2, slightly larger than the Design Standards in the 2013 School Capital Manual. A replica library (200sq.m) and requirement for an accessible special needs washroom (12m2) on every floor make up the additional area. Other design features includes breakout spaces, flexible classroom design, elevator, flood proofing measures and other features that may result from design discussions.
.4 Project Objectives
The objectives of this project are to design and construct a new replacement K-4 School for the Elbow Park community that meets the educational requirements as set out by CBE, guidelines as set out by Alberta Education (AE) and Alberta Infrastructure (AI), current City Bylaws and retain the historic aesthetic of the original building. 20
The stated objectives for this project are as follows: 1. a building that does not exceed the approved building area, unless approved in writing by CBE; 2. a project that does not exceed the approved budget as revised by Alberta Infrastructure, unless approved in writing by CBE. CBE will engage an independent cost consultant to support this work; 3. a project that meets the schedule as defined herein and revised/approved in writing by CBE; 4. a building that can be registered as LEED Silver or better; 5. all specific site and building design elements to conform to latest edition of the CBE Design Guidelines; 6. all of the current City of Calgary Zoning bylaws are to be met at this stage of the project not identified as part of a future scope; 7. future flood mitigation to be addressed; 8. prime consultant will engage a historic building specialist to support the project: to advise on the assessment, salvage and reuse of historical elements & ensure the appearance of the new school adheres to the1926 aesthetic; 9. prime consultant will engage a third party commissioning firm to ensure the building passes all commissioning and testing objectives. 10. prime consultant will engage survey and geotechnical testing of the site and coordinate the information required for the project. 11. provision for all hard copy and electronic information as identified in the latest edition of the CBE Design Guidelines.
2. ANTICIPATED PROJECT SCHEDULE .1 There is an expectation that the school will be open for September 2016, this is an aggressive time line. .2 Anticipated milestones are as follows: Appoint Prime consultant and Project startup: April 2014 Appoint Owners Project Manager: June 2014 Schematic Design: design report submitted to AE/AI : July 2014 Demolition of Existing School & Stabilization of Components for Reuse: August - November 2014 Construction Documents: pre-tender report submitted to AE/AI : October 2014 Tender Period: November 2014 Tender Award: December 2014 Substantial Completion/Occupancy Permit: June 2016 Facility FF&E Commissioning: July-August 2016 Move in September 2016 Open for students September 2016
.5 To this end, we anticipate a project schedule that completes construction, commissioning and fit-up of the school ready for September 2016 .6 The final project schedule will be established in collaboration with the project team as part of the project start-up process. Once a project schedule has been established and approved, any deviation from this schedule has significant consequences for the CBE, including students, parents and staff. 3. PROJECT DELIVERY METHOD .1 The anticipated project delivery method for this project is a hybrid Construction Management approach. 21
4. PROJECT MANAGEMENT FRAMEWORK .1 The Owner will employ a Project Manager as its representative to oversee and support the process for this project. The construction management team will report directly to this Project Manager. .2 The successful Proponent of the RFP process will be required to appoint a Project Construction Manager who will interface with the Owner's Project Manager. This interface will be the formal and principal point of contact and communication between the successful Proponent and the Owner. .3 In addition, the Owner will involve its internal architectural and engineering staff to support and inform the decision-making process around this project. Further, educational specialists, facilities specialists and others as appropriate to, and required by, the process will be invited to participate. 5. OTHER CONSULTANTS .1 The Owner anticipates retaining the following specialist consultant[s] under direct contract with the Owner. .1 Prime Consultant .2 Cost Consultant .3 Hazardous Materials Consultant .4 Roofing Inspector .5 Steel Construction Inspector 6. OWNERS TEAM ORGANIZATION .1 Project Steering Committee CBE FES Superintendent CBE Director of Design & Property Development CBE Director of Learning Services CBE Area Director CBE School Principal CBE Manager of Design Services Principal/Prime Consultant CBE Cost Consultant CBE Project Manager/Consultant Construction Manager AE/AI Representatives School Council & Community Representatives
Project Management Team CBE Project Manager/Consultant CBE Design Team Architects and Engineers Construction Manager
7. OTHER AVAILABLE PROJECT INFORMATION .1 The following additional information, which may be relevant to the consulting services, is included in Part 2 Appendices for information purposes: 22
.2 Appendix A: Form of Agreement END OF SECTION
23
SECTION 00 31 05 FEE PROPOSAL SUBMISSION FORM 1. FROM (Proponent): ________________________________________________ (Proponent Legal Name) ________________________________________________ (Address) ________________________________________________ (Address)
TO: Calgary Board of Education Design Services Highfield Building 3610 - 9th Street S.E. Calgary, Alberta T2G 3C5 Attention: Robert Ashley
RE: REQUEST FOR PROPOSALS (RFP) for Construction Management Services for the Elbow Park Replacement School
2. We, the undersigned, having examined and read the RFP Documents for the above noted project, including Addendum Number through inclusive, are satisfied we understand the RFP Documents and declare ourselves competent to undertake and complete the Construction Management Services and agree to carry out the Construction Management Services in accordance with the RFP Documents, for the fixed fee, broken into phases and monthly draws as identified:
Fixed Construction Management Fee broken into the following phases; (A) Pre-Construction Phase Services: (B) Construction Phase Services: (C) Post Construction Phase Services:
TOTAL FIXED FEE for Services $_______________________ (WORDS)_____________________________________________
(D) Provide the proposed and anticipated resident onsite construction management staff and associated reimbursable unit rates, expenses & disbursements, required to provide the identified administrative resources and construction management services over the project duration
24
TOTAL ONSITE STAFF & REIMBURSABLES $________________ (WORDS)_________________________________________________ AT RISK FEE of %____ on the aggregated trade contractors value should the Owner elect to convert the Construction Management Service into a Guaranteed Maximum Price or a Stipulated Fixed Lump Sum Price contract. Identify and provide a BUDGET BREAKDOWN SUMMARY of Common General Conditions and General Requirements that will be provided by the Construction Manager for the use of ALL Trade Contractors and the ATTENDANCE FEE as a %____ to be applied by the Construction Manager to the aggregate cost of the general requirements work. Should the Owner agree to the use of OWN FORCES WORK, offered by the Construction Manager, the Owner will pay the cost of such work, if tendered competitively, plus a % FEE of ______________of that competitive cost.
Which amount(s) exclude GST.
3. We, the undersigned, agree: .1 to execute a formal Agreement with the Owner for the performance of Services for the above stated compensation, if selected as the successful Proponent. .2 that by executing this Fee Proposal Submission Form, we represent and warrant that the Proposal is submitted without collusion with any other party who may submit a separate Proposal; that we have not compared figures with any other party that may be submitting a separate Proposal; and we have not made an agreement with any other party whereby that party has agreed not to submit a Proposal. 4. Submitted this ________ day of ____________________, 20_____. LEGAL NAME AND ADDRESS OF PROPONENT: _____________________________________________________________________ (Print or Type) _____________________________________________________________________ _____________________________________________________________________
SIGNATURE OF AUTHORIZED NAME AND TITLE OF PERSON(S) REPRESENTATIVE(S): SIGNING: (Print or Type) _______________________________ ____________________________________
WITNESS' SIGNATURE OR CORPORATE SEAL: _____________________________________________________________________
25
SECTION 00 31 10 PROPOSAL EVALUATION FORM PROPOSAL SUBMISSION EVALUATION CRITERIA FOR INFORMATION ONLY
Do not submit this form with the Proposal Submission
MANDATORY SUBMISSION REQUIREMENTS Yes /No 1. Proof of business registration in Alberta 2. Proof of valid insurance certificate(s) or insurance letter indicating ability to obtain required levels of insurance.
3. Fee Proposal Submission The Owner will disqualify from further evaluation a Proposal submission that is deemed to have not met any of the above Mandatory Submission Requirements PROPOSAL QUALIFICATION SUBMISSION REQUIREMENTS
Max. Score 1. Corporate Profile 2. Corporate Support 5 .1 Proponents internal and external communication process. 2.5 .2 Proponents dispute resolution process. 2.5 3. Proposed Team 20 .1 Experience in a similar role. 10 .2 Past performance record with school board projects 10 4. Project Experience and Past Performance 20 .1 Reference projects within the last 10 years, similar in scope & services ability and efforts to stay within project schedule 5 .2 Estimated pre tender and post tender contract construction cost ability and efforts to stay within project budget 5 .3 Performed by the Proponent in the same role. 5 .4 Familiarity with City of Calgary permitting process 5 5. Project Comprehension: 15 .1 Description of requirements and challenges. 7.5 .2 Value through innovation. 2.5 .3 Description of special needs, risks and considerations. 5 6. Proposed Work Methodologies 20 .1 Description of the proposed priorities and sequences. 2.5 .2 Gantt chart. 2.5 .3 Quality assurance process. 5.0 .4 Communication plan. 2.5 .5 Construction Management Systems. 5.0 .6 Project Management system 2.5 26
SUBTOTAL QUALIFICATIONS SUBMISSION: 80 7. Fee Proposal - Mandatory Submission Requirements Yes/No .1 Fee Proposal compliant, duly signed and witnessed or sealed .2 Total Onsite Staff & Reimbursables .3 Budget Breakdown Summary of General Requirements The Owner will disqualify from further evaluation a Proposal Submission that is deemed to have not met any of the above Fee Proposal Mandatory Submission Requirements. .4 Fee Proposal Amount: $ .5 Fee Proposal Score Max. Score Score = Lowest Fee of all Proposals Received Proponents Proposal Fee Amount x 20 20 SUBTOTAL FEE SUBMISSION: 20 TOTAL SCORE: 100
END OF SECTION
27
PART 2 APPENDICES 1. APPENDIX A: FORM OF AGREEMENT CCDC5B COVER PAGE; CBE LUMP SUM SUPPLEMENTARY CONDITIONS & CONCEPT PLAN