Active SLED Opportunity · TEXAS · TEXAS FACILITIES COMMISSION
AI Summary
Texas Facilities Commission seeks a Construction Manager-at-Risk for HVAC and generator replacements at Texas School for the Blind and Visually Impaired. Project includes HVAC unit replacements, generator installations, and water heater replacements with a $7M cost of work. Proposals evaluated on experience, methodology, quality, safety, and pricing.
SCOPE: In accordance with the provisions of Texas Government Code, Chapter 2269, Subchapter F, Construction Manager-at-Risk Method, and Rules and Procedures adopted by the Texas Facilities Commission (TFC), TFC is requesting qualifications for a Construction Manager-at-Risk (CMR) to perform the work required for Texas School for the Blind and Visually Impaired (TSBVI) Generators and HVAC Replacements. The Generators are added for whole or partial back-up of non-Life Safety, but necessary power generation for long-term power outages in four (4) priority buildings, three (3) of which are intended to be used as Shelter-in-Place buildings to accommodate the comfort and safety of live-in students during these periods of time. The fourth (4th) building upgrades the backup equipment already in place for the operations of the campus. This project also replaces thirty-two (32) Roof-top Aaon HVAC units on ten (10) buildings (assorted tonnages), eight (8) split-system HVAC units on Building 610 and three (3) split-system HVAC units on Building 509. Five (5) water heaters in five different buildings are also included. This work will hereinafter be described as TFC Project #25-005-4201 & 2567 (the Project). The TSBVI campus is located at 1100 W 45th St, Austin, TX 78756. This Project will be administered by TFC. This procurement will be a one-step award process with a two-part work requirement.
COST OF WORK: Respondents to the RFP should consider the “Cost of Work” as seven million dollars ($7,000,000.00), not including any Pre-construction Management fees, Construction Management fees, and Construction General Conditions
CONTRACT TERM: Construction is required to commence within twenty-one (21) calendar days after the Notice to Proceed for Construction is issued. For planning purposes, the pre-construction time period is estimated to be one-hundred twenty (120) calendar days. The construction contract period is projected for a term of three hundred sixty (360) calendar days which should include lead time on equipment manufacture and delivery, but may be otherwise be amended or negotiated by TFC to suit the School calendar and minimize the disruption of the students
1) Relevant Experience:
a. Complete and submit the Attachment C, Contractor’s Qualification Form. The form can be obtained electronically at the TFC website: Construction Forms | Texas Facilities Commission Document #1, Index of Forms. Respondent should also provide free-form narrative that describes in detail any qualifications and other projects not enumerated on Attachment C, Contractor’s Qualifications Form.
b. Particularly indicate your firm’s experience with the Construction Manager at Risk (CMR) project delivery method and similarities to the Pre-Construction and Construction scope included in this RFP. Provide a minimum of three (3) and maximum of five (5) completed projects that demonstrate this CMR experience and for each project include the following:
(1) How your CMR team fostered a positive, working and professional relationship with the Owner, Architect/Engineer Team, Owners Third Party Consultants and other project team members.
(2) Project challenges and the respective techniques you applied to overcome those challenges, particularly budgeting and scheduling areas of responsibility.
(3) How your past CMR Project experiences and lessons learned would be incorporated towards the successful completion and delivery of this project.
(4) How the project is similar to size and scope of this project.
(5) List of Respondent’s team members and their roles that worked on the project highlighting those proposed for this project.
c. Demonstrate the Company’s or Individual’s relevant CMR experience to the type of work solicited in the RFP.
d. Names of top management and key employees and each person’s duties. Include the background and experience of these key employees. For each CMR Team member, indicate the project participation in the example projects requested above. For each CMR Team member, provide reasons they were selected for this project including but not limited to: pertinent skills, accomplishments, and differentiators.
e. Provide an Organizational Chart with roles and responsibilities of key individuals assigned to support the Project.
2) Budget/Schedule Compliance: On the Attachment C, Contractor's Qualification Form, Contractor shall demonstrate their ability to meet schedule completion dates and maintain project budgets.
a. For the five (5) most relevant recently completed projects within the past five (5) years, contractor shall demonstrate experience in meeting completion date schedules by providing the original construction duration and final construction duration on their last five projects. Provide the location of each project. Provide appropriate explanation on the causation when a variance of 5% or more is experienced.
b. For the same five (5) most relevant recently completed projects as above, contractor shall demonstrate experience in maintaining construction budgets by providing the awarded budget and the final completion budget. Variances of 5% or more shall be explained for the causation in exceeding the stated awarded budget.
1) Proposed Methodology: A detailed plan outlining the methodology intended to be employed by the Respondent that demonstrates the processes of implementation regarding the requirements of the RFP Scope of Work into a realized and finished project. This shall include, but not be limited to:
a. Processes and techniques used execute the Work; Pre-Construction; Construction, Completion and Activation, and Warranty;
b. Methodologies for identification and resolution of project challenges;
c. Value engineering;
d. Cost Management System, including reporting of budget and cost components to the TFC/Project Team
e. Developing and maintaining schedules; Approach to change orders during construction.
f. Coordination of work with subcontractors and/or consultants.
g. Strategies for minimizing/mitigating impacts from cost escalation.
h. Given the labor and subcontracting challenges that may be experienced during this project, describe strategies to minimize/mitigate these potential impacts to cost and schedule.
i. Contract Resolution and Closeout.
1) Quality Assurance: The Respondent shall provide a description of the firm’s quality assurance processes and program, and the name and job title of the person in the organization who oversees said program.
2) Quality Control: Vendor shall describe its quality requirements and means of measurement. Provide process flow charts on how quality is maintained and achieved. The Respondent shall describe the firm’s policy regarding establishing quality control processes similar to ISO 9000 and other in-place controls for adherence to budget, quality, safety and schedule. TFC reserves the right to require a copy of the Quality Control Manual, which, if awarded, may become an exhibit to the contract.
3) Safety Program and Safety Record:
a. Safety Program:
(1) Indicate the name and job title of the person in your organization who manages your safety program.
(2) Provide a description of your firm’s safety program.
(3) TFC reserves the right to require a copy of your safety manual if your firm's proposal is scored within the highest range of proposals, which will become a Contract Document after award.
b. Contractor’s Safety Record:
(1) Provide the company’s workers' compensation experience modification rate (EMR) for the last five years as part of the proposal. This shall be submitted in your response on your insurance carrier’s letterhead.
1) Provide details of all litigation or administrative claims involving Respondent within the past five (5) years.
2) Respondents involved in litigation, depending upon the circumstances, may be disqualified.
1) Attachment A, Execution of Proposal;
2) Acknowledgement of Addenda;
3) Scan or Copy of Original Bid Bond;
4) Attachment F – Non-collusion Affidavit
1) Attachment D, HUB Subcontracting Plan
2) Backup Good Faith Effort documentation
1) Company Information;
2) Attachment C, Contractor’s Qualification Form;
3) Experience and Qualifications;
4) Methodology;
5) Quality/Safety Programs & Safety Record; and
6) Litigation History.
1) Attachment B – CMR Proposal Form
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.