The Garden Island
Notice #: 0001108253-01
Request for Proposals

REQUEST FOR PROPOSAL
General Contractor – Construction Manager as
Constructor (CMc)
Guaranteed Maximum Price (GMP)
Construction Manager as Constructor

Response Due: July 12 – 2:00PM

The Nanakuli Community Development, LLC (Owner) is seeking proposals from General Contractors for the Construction and Construction Management for the NANAKULI HEALTH CARE CENTER project. The Nanakuli Community Development, LLC is a wholly owned subsidiary of the Waianae District Comprehensive Health and Hospital Board, Incorporated, dba Waianae Coast Comprehensive Health Center (WCCHC).

Sealed Proposals will be received at the Administration offices of WCCHC located at 86-260 Farrington Highway, Waianae, Hawaii 96792 up to 2:00 PM, July 12, 2018 regarding the:

NANAKULI HEALTH CARE CENTER
89-102 FARRINGTON HIGHWAY
CPR of Parcel 1 (C.S.F. No. 23,049
TMK (1) 8-9-002: 001

The project will consist of providing design, value engineering services (Construction Manager) and providing all materials and labor to accomplish construction work consisting of, but not be limited to architectural, structural, mechanical, electrical, plumbing, and site work to construct a single story structure. The location is part of the new 13.57 acre Nanakuli Village Center.

The contract delivery method is to be a Guaranteed Maximum Price (GMP), consisting of, the General Contractor, A/E (separate contract), and Owner.

The project is partially funded, directly and/or indirectly, by the U.S. Department of Health and Human Services, Health Resources and Services Administration (HRSA); United States Department of Agriculture (USDA) Rural Development (RD), and private funding. USDA RD is an equal opportunity provider, employer, and lender. HRSA and WCCHC are Equal Employment Opportunity (EEO) Employers.

The RFP is issued under the provisions of the above cited authorities, including 7 CFR Part 3018, 41 CFR Part 60, and 45 CFR Part 75. All elements specified in the RFP under the “Scope of Work” must meet the requirements of the cited authorities, including but be not limited to Executive Order 11246, entitled, “Equal Employment Opportunity,” as amended by Executive Order 11375 and as supplemented in Department of Labor regulations (41 CFR Part 60). Compliance with Executive Order 12549, Debarment and Suspension, and 2 C.F.R. §§ 180.300, 180.355, Participants’ responsibilities. Compliance with Section 319 of Public Law 101-121, Certification and Disclosure Regarding Lobbying.

Bidders shall be licensed in accordance with Chapter 444, HRS, relating to the licensing of contractors. Bidders’ attention is directed to Act 352, SLH 1997, relating to the requirement for tax clearances from the State Department of Taxation and the Internal Revenue Service, as a prerequisite to entering into a contract and final payment of a contract.

Proposals shall be accompanied by a security of five percent (5%) of the total maximum amount. Request to withdraw a proposal for any reason after Notice of Award may result in the forfeiture of the security.

Service Agreement shall be executed using American Institute of Architects (AIA) contracts, as amended, i.e., AIA Document A133-2009 Standard Form of Agreement between Owner and Construction Manager as a Constructor; AIA Document A133–2009 Exhibit A, Guaranteed Maximum Price
Amendment; ATTACHMENT TO AIA DOCUMENT A133-2009, Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price (RD Instruction 1942-A, Guide 27, Attachment 5); AIA Document A201-2007 General Conditions of the Contract for Construction; and ATTACHMENT TO AIA DOCUMENT A201-2007, General Conditions of the Contract for Construction (RD Instruction 1942-A, Guide 27, Attachment 4).

The prospective General Contractor must submit a Notice of Intent to submit a Proposal to the Owner’s Representative. Notice of Intent shall be submitted at least 10 calendar days prior to the Proposal due date by 2:00 PM via email to the following:

OWNER’S REPRESENTATIVE:

o John Griego, AIA-LEED AP, Facilities, Planning and Design Department
jgriego@wcchc.com
cc -Marianne Glushenko, Chief Facilities Officer
mglushenko@wcchc.com
cc -Loushell Mahoe, Executive Assistant
lmahoe@wcchc.com

Starting June 25, 2018 the REQUEST FOR PROPOSAL DOCUMENTS are available for purchase at the office of HONBLUE, please call 531-4611.

A Pre-submittal CONFERENCE AND SITE INSPECTION is scheduled for Friday, June 29, 2018 at 10:00 AM in the WCCHC Administration Conference room located at 86-260 Farrington Highway, Waianae, Hawaii 96792. Attendance to this meeting is encouraged. Confirm your attendance with the above contact list.

Qualified small and minority business firms, firms owned by women and Section 3 firms are encouraged to submit a Proposal.

WCCHC reserves the right to not accept any and all Proposals or waive any defects whenever WCCHC deems such action is in the best interest of WCCHC. The determination of the most qualified, responsible Proposal will be made by WCCHC.

Waianae Coast Comprehensive Health Center
An EEO/AA Employer

(SA1108253 6/22, 6/23, 6/24/18)