COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers...

10
COMMENT AND REVIEW Request for Proposal (RFP) on Indefinite Quantity Construction Contract RFP# 120518 – State of Minnesota Introduction This document serves as a summary of the Request for Proposal (RFP) of Indefinite Quantity Construction and the corresponding Best Value Awards. It gives a general overview of the Evaluation Criteria used by Sourcewell and incorporates the findings of the Technical and Past Performance Evaluation, and the Price Evaluation. RFP Sourcewell issued the RFP on behalf of, and to provide Indefinite Quantity Construction Contracting (IQCC) services to, all current and potential Sourcewell Members (including all government agencies, education agencies to include colleges and universities, and non-profit agencies), within the State of Minnesota and the North Dakota Counties of Cass, Grand Forks, and Traill as identified in the attached table of Counties and as shown on the attached map of the Region. Advertised The subject RFP was advertised on October 22, 2018 on the Sourcewell website, and once per week for three consecutive weeks on October 22, October 29, and November 05, 2018 in the Minneapolis Star Tribune, St. Cloud Times, The Bemidji Pioneer, the Brainerd Dispatch, Duluth News Tribune, Free Press Mankato MN, St. Paul Pioneer Press, The Forum of Fargo-Moorhead, and the Post Bulletin (Rochester). RFP Documentation Requests RFP documentation was requested by the following: ACS Industries Marson Contractors Inc Anderson Brothers Const. Co. of Brainerd LLC Martin Mechanical Design, Inc Bituminous Roadways Inc McDowall Company Building Restoration Corporation Mid-Minnesota Hot Mix, Inc. Egan Co Minnesota Exteriors, Inc. Gardner Builders Nasseff Mechanical Contractors Granite City Roofing Nor-Son, Inc. Hy-Tec Construction of Brainerd, Inc. Prime Vendor Inc. Industrial Builders Inc RAK Construction Inc. Innovative Builders of Alexandria, Inc Solid Rock Construction JECS Tecta America Corp. Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company, Inc. DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Transcript of COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers...

Page 1: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

COMMENT AND REVIEW Request for Proposal (RFP) on Indefinite Quantity Construction Contract RFP# 120518 – State of Minnesota Introduction This document serves as a summary of the Request for Proposal (RFP) of Indefinite Quantity Construction and the corresponding Best Value Awards. It gives a general overview of the Evaluation Criteria used by Sourcewell and incorporates the findings of the Technical and Past Performance Evaluation, and the Price Evaluation. RFP Sourcewell issued the RFP on behalf of, and to provide Indefinite Quantity Construction Contracting (IQCC) services to, all current and potential Sourcewell Members (including all government agencies, education agencies to include colleges and universities, and non-profit agencies), within the State of Minnesota and the North Dakota Counties of Cass, Grand Forks, and Traill as identified in the attached table of Counties and as shown on the attached map of the Region. Advertised The subject RFP was advertised on October 22, 2018 on the Sourcewell website, and once per week for three consecutive weeks on October 22, October 29, and November 05, 2018 in the Minneapolis Star Tribune, St. Cloud Times, The Bemidji Pioneer, the Brainerd Dispatch, Duluth News Tribune, Free Press Mankato MN, St. Paul Pioneer Press, The Forum of Fargo-Moorhead, and the Post Bulletin (Rochester). RFP Documentation Requests RFP documentation was requested by the following:

ACS Industries Marson Contractors Inc Anderson Brothers Const. Co. of Brainerd LLC Martin Mechanical Design, Inc Bituminous Roadways Inc McDowall Company

Building Restoration Corporation Mid-Minnesota Hot Mix, Inc. Egan Co Minnesota Exteriors, Inc. Gardner Builders Nasseff Mechanical Contractors Granite City Roofing Nor-Son, Inc.

Hy-Tec Construction of Brainerd, Inc. Prime Vendor Inc.

Industrial Builders Inc RAK Construction Inc.

Innovative Builders of Alexandria, Inc Solid Rock Construction

JECS Tecta America Corp.

Kraus-Anderson Construction Company TF Powers Construction Co.

L.S. Black Constructors, Inc. VSI Construction, Inc.

Marcus Construction Company, Inc.

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 2: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

The mandatory Pre-Proposal Seminars were conducted at the locations and times indicated below: 11/06/2018 9:00 AM DoubleTree by Hilton Hotel Rochester

150 South Broadway Rochester, MN 55904

11/06/2018 2:00 PM DoubleTree by Hilton Hotel Minneapolis – Park Place

1500 Park Place Blvd Minneapolis, MN 55416

11/07/2018 9:00 AM Homewood Suites by Hilton St Cloud

115 37th Avenue North Saint Cloud, MN 56303

11/07/2018 2:00 PM Arrowwood Lodge

6967 Lake Forest Rd. Baxter, MN 56425

11/08/2018 9:00 AM Hilton Garden Inn Fargo

4351 17th Ave South Fargo, ND 58103

Public Opening Proposals were opened on December 06, 2018 at 9:00am CST, at Sourcewell offices located at 202 12th Street Northeast in Staples, Minnesota 56479, from the following contractors:

Anderson Brothers Const. Co. of Brainerd LLC Mid-Minnesota Hot Mix, Inc. Bituminous Roadways, Inc. Minnesota Exteriors, Inc. Hy-Tec Construction of Brainerd, Inc. Nor-Son, Inc. Innovative Builders of Alexandria, Inc. RAK Construction Inc. Kraus-Anderson Construction Company Solid Rock Construction L.S. Black Constructors, Inc. Tecta America Corp. Marcus Construction Company, Inc. VSI Construction, Inc. McDowall Company

Sourcewell Proposal Evaluation Committee Proposals were evaluated by the following Evaluation Committee members:

Name Title Role Kim Austin Procurement Lead Analyst Technical / Past Performance

Price Analysis Brandon Town, CPSM Procurement Analyst II Technical / Past Performance

Price Analysis Michael Munoz Procurement Analyst II Technical / Past Performance

Price Analysis

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 3: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

*Technical questions and guidance was provided to the Sourcewell Evaluation Committee by the following Technical Experts:

Name Title Role Tony Glenz Contract Administration

Supervisor Technical Advisor

Corey Jensen Contract Administrator III Technical Advisor Zach Heidmann Contract Administrator I Technical Advisor Tracy Plinske Contract Administration

Specialist Technical Advisor

Matt Peterson Gordian Business Development

Technical Advisor

Evaluation Criteria Technical Acceptability of Management Plans In Accordance with Book 1, Section 1, Article 8.2 of RFP #120518 the technical acceptability of the management plan was evaluated as follows:

Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation.

Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.

The Sourcewell Evaluation Committee evaluated the contractor’s technical capability by individually evaluating the required sub-factors with ratings of “Acceptable” or “Unacceptable.” The technical factor (as a whole) was rated “Unacceptable” if any single sub-factor is rated “Unacceptable.” Refer to Book 1, Section 1, Article 8.2 for detailed information regarding all sub-factors. Past Performance In Accordance with Book 1, Section 1, Article 8.3 of RFP #120518 the past performance acceptability of the contractor was evaluated as follows:

Rating Description

Acceptable Based on the Contractor’s performance record, Sourcewell has a reasonable expectation that the Contractor will successfully perform the required effort.

Unacceptable Based on the Contractor’s performance record, Sourcewell has no reasonable expectation that the Contractor will be able to successfully perform the required effort.

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 4: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

Recent and relevant past performance information submitted by the Contractor was considered to assess how well they performed on past public projects (municipal, county, state, educational institution, or similar). Refer to Book 1, Section 1, Article 8.3 for recency and relevancy’s definitions. Lowest Priced Acceptable Proposal A price analysis was performed for all proposers in accordance with Book 1, Section 1, Article 8.4. The proposers submitted five (5) adjustment factors for each contract opportunity within the area to the fixed prices in the Construction Task Catalog. The submitted adjustment factors were weighted to determine a single combined adjustment factor. This combined adjustment factor was then used in determining the cost ranking of the responses. The weight of the adjustment factors used to determine the combined adjustment factors is as follows:

NORMAL WORKING HOURS- PREVAILING WAGE RATE PROJECTS 60%

OTHER THAN NORMAL WORKING HOURS- PREVAILING WAGE RATE PROJECTS 10%

NORMAL WORKING HOURS- NON-PREVAILING WAGE RATE PROJECTS 10%

OTHER THAN NORMAL WORKING HOURS- NON-PREVAILING WAGE RATE PROJECTS 10%

NON PRE-PRICED 10% The findings of the Sourcewell Evaluation Committee are summarized as follows: The Sourcewell Evaluation Committee independently evaluated all proposals received in accordance with the established Sourcewell evaluation criteria and determined the responses of VSI Construction, Inc and Marcus Construction Company to be non-responsive because the cost proposed for Factor 5, non-pre-priced items, was higher than the allowable range. The allowable range for this factor is between 1.0500 and 1.2000 which is identified in Book 5, Form 1 Adjustment Factors. All other proposal responses met and passed Factor 1 Responsiveness and were all evaluated as acceptable in Factor 2 Technical Acceptability and Factor 3 Past Performance, in accordance with Book 1, Section 1, Article 8.1 of RFP #120518. Price Results A price analysis was conducted for all awarded contracts in accordance with Book 1, Section 1, Article 8.4 of RFP #120518. Tecta America Corp. was the only eligible respondent for the MN-SEA-R02-120518 contract area but were found to have a price outside the competitive range and what is deemed to bring value to Sourcewell members. For this reason, no contract has been awarded in the MN-SEA-R02-120518. The contractor offering the Lowest Priced Acceptable Proposal, represented as the Combined Adjustment Factor, have been determined to be as follows:

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 5: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 6: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

** A complete Abstract of Price, setting forth all pricing received (as applicable), is available on request to Sourcewell.

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 7: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

Award Sourcewell advertised multiple solicitations within the advertisement with the intent of awarding contracts to the best value contractor within the state of Minnesota and the North Dakota counties of Cass, Grand Forks, and Traill. For the reasons listed in this Comment and Review, the Sourcewell Proposal Evaluation Committee recommends award of RFP #120518 to the contractors listed in the above pricing abstract.

Kim Austin, Procurement Lead Analyst, Sourcewell

Brandon Town, CPSM, Procurement Analyst II, Sourcewell

Michael Munoz, Procurement Analyst II, Sourcewell

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

12/14/2018 | 3:00 PM CST

12/14/2018 | 3:32 PM CST

12/14/2018 | 3:53 PM CST

Page 8: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

Attachment 1 – Geographic Map of Sourcewell Contract Area

Geographic Map of Sourcewell Contract Area

Red River Valley Area Counties includes the following:

Kittson Pope Roseau Polk Lake of the Woods Norman Marshall Mahnomen Beltrami Clay Pennington Becker Red Lake Wilkin Clear Water Ottertail Traverse Grant Douglas Stevens

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 9: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

Attachment 1 – Geographic Map of Sourcewell Contract Area

Grand Forks (ND) Traill (ND) Cass (ND)

North Central Minnesota Counties include the Following:

Hubbard Morrison Wadena Aitkin Todd Mille Lacs Cass Kanabec Crow Wing

Iron Range Area

Counties Include the Following: Koochiching Cook Itasca Carlton St. Louis Pine Lake

Central Minnesota

Counties Include the Following: Stearns Meeker Benton Wright Sherburne Renville Kandiyohi McLeod

Twin Cities/Metro Area Minnesota

Counties Include the Following: Carver Washington Hennepin Dakota Scott Isanti Anoka Chisago Ramsey

Southwest Minnesota

Counties include the following: Big Stone Sibley Swift Nicollet Lac Qui Parle Le Sueur Chippewa Pipestone Yellow Medicine Murray Lincoln Cottonwood Lyon Waseca Redwood Blue Earth Brown Watonwan Rock Nobles

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E

Page 10: COMMENT AND REVIEW - sourcewell-mn.gov · Kraus-Anderson Construction Company TF Powers Construction Co. L.S. Black Constructors, Inc. VSI Construction, Inc. Marcus Construction Company,

Attachment 1 – Geographic Map of Sourcewell Contract Area

Jackson Martin Faribault

Southeast Minnesota

Counties Include the Following: Rice Winona Goodhue Freeborn Wabasha Mower Steele Fillmore Dodge Houston Olmsted

Pre-Bid Conference Attendees: Information can be accessed at: https://bc.gordiancloud.com

DocuSign Envelope ID: A5720F3D-CA58-4A3A-8169-75727E65395E