FORSYTH COUNTY BOARD OF EDUCATION REQUEST for …€¦ · PROPOSAL FORMAT AND FORMS INVITATION...
Transcript of FORSYTH COUNTY BOARD OF EDUCATION REQUEST for …€¦ · PROPOSAL FORMAT AND FORMS INVITATION...
1
FORSYTH COUNTY BOARD OF EDUCATION REQUEST for PROPOSALS from
CONSTRUCTION MANAGERS for
CHESTATEE ELEMENTARY SCHOOL RE-ROOFING PROJECT
PROPOSAL FORMAT AND FORMS
INVITATION
Competitive sealed proposals from Construction Managers for Construction Management At-Risk for the construction of
the Chestatee Elementary School Re-Roofing Project will be received by the Forsyth County Board of Education no later
than 10:00 AM on January 10, 2019 at the following address:
Forsyth County Board of Education (FCS)
1120 Dahlonega Highway
Cumming, GA 30040
A mandatory pre-proposal conference will be held on January 3, 2019 at 10:00 AM. The meeting will be held at
Chestatee Elementary School, 6945 Keith Bridge Road, Gainesville, GA 30506.
OWNER: Forsyth County Board of Education
ARCHITECT: Lindsay Pope Brayfield Clifford & Associates, Inc.
A. PROJECT: Chestatee Elementary School Re-Roofing
6945 Keith Bridge Road
Gainesville, GA 30506
2
B. PROJECT TIMELINE AND GENERAL SUMMARY
RFP
Issue RFP December 12, 2018
Mandatory Pre-Proposal Conference January 3, 2019
RFP Responses due January 10, 2019
Discussions, Revisions & Negotiations January 11, 2019
Final Selection January 14, 2019
Board Recommendation January 15, 2019
CM Contract Execution and Provision of Bonds January 16, 2019
CM Begins Preconstruction Services January 16, 2019
100% Drawings to CM to Bid to Subs February 5, 2019
GMP Established with Sub Bids February 28, 2019
BOE Approval of GMP March 19, 2019
GMP Amendment to Contract March 20, 2019
Construction Start May 27, 2019
Construction Substantial Completion July 31, 2019
Construction Final Completion August 31, 2019
RE-ROOFING WORK SUMMARY: Scope of work will include removal of approximately 141,000 square feet of
existing standing seam metal roof systems and replacement with a cold applied modified bitumen roof system. Several
buildings that were built between 1972 and 2000 make up the campus, but all are joined. All roof water now goes from
gutters and downspouts to the storm system.
The older portions have an “Abuck” metal roofing/framing system with additional roofs underneath, all of which must
be removed. Roof drains and piping were abandoned and must be reinstalled on the new roofs. Metal stud framing
and metal fascia panels must be removed and reconstructed between high and low building sections. New gutters and
downspouts will be required, connecting to existing storm system.
Several Energy Recovery Units will have to be reset, along with a fans and hoods. Plumbing vents will have to be
reflashed and lengths adjusted.
Existing entry canopy will be modified, with new steel bus canopy and one aluminum canopy.
C. CONTRACT DOCUMENTS
The architectural and engineering contract documents for the project are in progress. The preliminary drawings prepared
by the Architect, Lindsay Pope Brayfield Clifford & Associates, Inc., can be viewed online by emailing
[email protected]. The preliminary drawings include the following sheets: G002, AD152, AD153, A151, A152,
A153, A201 and A801. Only firms attending the Mandatory Pre-Proposal Conference, will be eligible to propose.
D. SEALED COMPETITIVE PROPOSALS
This procurement is being conducted as a competitive sealed proposal process in accordance with the laws of the State of
Georgia. Proposals will be received and evaluated accordingly.
E. EVALUATION PROCESS and CRITERIA
Responses to this Request will be reviewed by the owner’s evaluation committee. According to law, one or more offerors
may be invited to participate in discussions, negotiations and revisions of proposals.
3
F. EVALUATION OF PROPOSALS
The following evaluation factors and relative weights will be used for each proposal. The committee will evaluate each
firm according to the points listed below. The numerical value will be totaled to achieve the total score of each Proposal.
1. Firm History & Capability 10
2. Relevant Experience/References 20
3. Project Personnel 20
4. Financial Information 10
5. Project Approach 15
6. Design Phase (Preconstruction) Fee and Reimbursable Expenses,
Construction Phase Reimbursable (General Conditions/Overhead) Expenses
CM Construction Phase Fee 25
G. BEST AND FINAL OFFER PROCESS
At the discretion of the owner, but in conformity with the applicable provisions of Georgia law, offerors found to be
reasonably susceptible of being selected may be afforded an opportunity for subsequent discussions, negotiations and
revisions of proposals for purposes of pursuing and obtaining best and final offers.
H. REQUIREMENTS FOR PROPOSALS
Proposals should be provided in the following order, with each section clearly identified:
1. Firm History and Capability
Provide the following basic company information (please limit to three pages per firm):
a) Address of corporate and branch offices. State which office location would be responsible for the
management of this project. Provide project Principal in Charge (Project Executive) contact, telephone and
email information.
b) Form of ownership and number of years in business (corporate and responsible branch office). Office
performing the work shall have been in existence for no less than ten years.
c) Organizational chart of the company indicating structure and depth of resources
d) Number of employees by professional discipline and location
e) Litigation history for the past five years
f) Safety record and experience modification ratings for the past three years (attach OSHA 300 log
for 2011 - 2013). List any OSHA fines and jobsite fatalities in the past three years.
g) List Offeror’s total annual CM at Risk billings for the past 5 years.
2. Relevant Experience/References Each Offeror shall submit at least three (3) similar CM at Risk projects of $1,500,000 construction value completed
by the Construction Manager in the last 5 years. Each selected project should be similar in size, budget and scope to
the project. Projects should also be representative of team member experience. Offerors that have not completed
three (3) $1,500,000 similar construction projects should submit the three (3) most revelant projects. For each project,
the following information shall be submitted:
a) Name of the project
b) Telephone number, fax number and e-mail of the representative of the architect in charge of construction
contract administration
c) Name, telephone number, fax number and e-mail of the representative of the Owner
d) Square Foot Area of the project
e) Construction cost of the project (including both final contract value and initial contract value)
f) Schedule Information (including contract execution date, contract initial substantial completion date and
actual substantial completion date)
g) Contract Delivery Method
h) Proposed team members that participated on each project and their respective roles
4
Each Offeror shall also list all projects in excess of $1,500,000 that the proposer has completed in the last five years.
For each project, the following information shall be submitted:
a) Name and description of the project
b) Telephone number, fax number and e-mail of the representative of the architect in charge of construction
contract administration
c) Name, telephone number, fax number and e-mail of the representative of the Owner
d) Proposed team members that participated on each project and their respective roles
Each Offeror shall also list all projects currently under contract, including contract price and size.
3. Project Personnel
a) Organizational chart of the team with titles and roles of key team members
b) Resumes of each key team member indicating relevant experience. Positions should include Project
Executive, Preconstruction Services Manager, Project Manager, Cost Estimator, Superintendent(s) and
Safety Manager. Indicate the relevant project experience for each position the individual has already
served in the same capacity as that being proposed. Should your company be selected as a finalist, the
individuals submitted as your key team members will be expected to participate in the evaluation
committee interviews. (Should your company be selected as the Construction Manager; you should not
replace or change personnel for the duration of the Project without Owner’s prior written consent.
Construction Manager shall be liable for liquidated damages in the amount of $350.00, for each day the
Construction Manager fails to comply with this requirement).
c) Current and planned availability for each proposed team member, percentage of time each will spend on
the project, and length of commitment for each.
4. Financial Information
a) Bonding Company Information
Provide contact information for your bonding company, a letter from the surety indicating current unused
available bonding capacity, and the A.M. Best rating for the surety. Inability to bond the project will
mean disqualification of respondents.
b) Insurance
Provide a current certificate of insurance detailing the firm’s present coverage and limits.
Insurance agent shall certify that you are licensed to perform business in the State of Georgia. The
certificate of insurance should be addressed to FCS and be dated within 30 days of the proposal date.
c) Provide last 3 fiscal years of financial statements and current Dunn & Bradstreet report. If you want your
financial information to remain confidential, please mark “confidential”.
5. Project Approach
a) Preconstruction Services
Provide a description of your approach to managing preconstruction services specific to this project. Your
description should include the following at a minimum:
1) Successful management tools and techniques
2) Describe your approach for the preparation of Assumptions and Clarifications.
3) Process for establishing the GMP
4) Constructability Review Process
5) Identification of specific potential project impediments and your proposed solutions.
6) Voluntary Cost Savings suggestions
b) Construction Services
Provide a brief description of your approach to managing construction services for this project to insure that
the project will be completed on time within your Guaranteed Maximum Price and quality levels. Your
description should include the following:
1) Subcontractor procurement
2) Budget Control
3) Quality Assurance/Quality
4) Schedule Control
5
5) Project Accounting
6) Safety
7) Change Management
8) Commissioning, Close Out, Warranty
c) Demonstrated Ability to meet this Project Schedule
1) Provide a Project Schedule which clearly shows the logical steps necessary to deliver the project’s
substantial completion and final completion on schedule.
d) Provide a proposed site layout, logistics, phasing, temporary facilities and security plan.
6. Fee Proposal
The construction manager shall be compensated for the cost of the work plus a fee. The fee shall be based on the
scope of work included in the preliminary drawings and an Owner’s budget of $2,000,000. Submit a Design Phase
(Preconstruction) Fee and Reimbursable Expenses, Construction Phase Reimbursable (General Conditions/Overhead)
Expenses, and CM Construction Phase Fee Proposal in a sealed envelope at the time of the submission.
6
CM at Risk (CMAR) FEE PROPOSAL (Submit in a Sealed Envelope)
1. CMAR’s FEE: Basis of Fee. The CMAR’s fee is the amount, established by and agreed to by both parties, which is the full amount of compensation due to the CMAR as gross profit, and for any and all expenses of the Project not included and identified as a Cost of the Work, provided that the CMAR performs all the requirements of the Contract Documents within the time limits established.
A. DESIGN PHASE (PRECONSTRUCTION) FEE: Design Phase (Preconstruction) Fee. For the design phase (preconstruction) consulting services provided by CMAR as set forth in the Construction Management Contract. Owner shall pay to CMAR a Preconstruction Fee, proposed by CMAR as:
Total
Design Phase (Preconstruction) Fee
B. CONSTRUCTION PHASE FEE:
Construction Phase Fee: For the construction services provided by CMAR as set forth in the Construction Management Contract. Owner shall pay to CMAR a Construction Fee, proposed by CMAR as:
Total
Construction Phase Fee
2. CMAR’S REIMBURSABLE EXPENSES (Preconstruction and Construction): The CMAR’s Overhead Costs. The maximum amount for the CMAR’s proposed Preconstruction Costs and Expenses and Construction Overhead Costs is inclusive of all direct and incidental expenses is proposed, as follows:
Maximum Design Phase (Preconstruction) Reimbursable Expenses
$
Maximum Construction Phase Reimbursable (General Conditions/Overhead) Expenses
$
Total Maximum CMAR Reimbursable Expenses
$
* Note: Total Anticipated Monthly Total Maximum Reimbursable Expenses Exclusive of Insurance may be less than Maximum Monthly reimbursable expenses multiplied by the Anticipated Months in the Construction Schedule, but cannot exceed it. Attach the “Total All Design Phase Reimbursable Expenses”, “Total All Construction Phase Reimbursable Expenses” and “Initial GMP” to this CMAR Fee Proposal in the same sealed envelope. _____________________________________________________ Company Name Authorized Signature: _____________________________________ Date: ____________________ Printed Name and Title: ________________________________
7
DESIGN PHASE (PRECONSTRUCTION) REIMBURSABLE EXPENSES
Description
Qty
Unit
Labor*
Mat'l**
Sub
Labor
Subtotal
Mat'l
Subtotal
Sub
Subtotal
Total
Notes
A. Preconstruction - Supervision & Management:
1 Senior Project Mgr. mos $0 $0 $0 $0 2 Project Mgr. mos $0 $0 $0 $0 3 Preconstruction Manager mos $0 $0 $0 $0 4 Project Supt. mos $0 $0 $0 $0 5 Cost Control mos $0 $0 $0 $0 6 Scheduling mos $0 $0 $0 $0 7 Secretary mos $0 $0 $0 $0 8 Consultant mos $0 $0 $0 $0 9 Other (Identify) mos $0 $0 $0 $0
Subtotal $0
B. Preconstruction - Miscellaneous
10 Office Supplies mos $0 $0 $0 $0 11 Postage & Shipping mos $0 $0 $0 $0 12 Blueprint/Photostat. ls $0 $0 $0 $0 13 Phone Charges mos $0 $0 $0 $0 14 Phone Charges-Long Dist. mos $0 $0 $0 $0 15 Courier Service mos $0 $0 $0 $0 16 Travel Expenses mos $0 $0 $0 $0 17 Other (Identify) mos $0 $0 $0 $0
Subtotal $0
DESIGN PHASE (PRECONSTRUCTION) REIMBURSABLE EXPENSES
EXEXexEXPENSES
$0
8
Fill-in all applicable costs, any attempts to recategorize any of these items as "Fee", "Cost of Work", or "By Others" will be treated as a non-responsive proposal.
CONSTRUCTION P H AS E R E I M B U R S AB L E E X P E N S E S ( G E N E R A L C O N D I T I O N S / O V E R H E AD )
Description
Qty
Unit
Labor*
Mat'l**
Sub
Labor
Subtotal
Mat'l
Subtotal
Sub
Subtotal
Total
Notes
Site Supervision & Management:
1 Senior Project Mgr. mos $0 $0 $0 $0 2 Project Mgr. mos $0 $0 $0 $0 3 Project Supt. mos $0 $0 $0 $0 4 Asst. Project Supt. mos $0 $0 $0 $0 5 Area Supt. mos $0 $0 $0 $0 6 Secretary mos $0 $0 $0 $0 7 Project Engineer mos $0 $0 $0 $0 8 Engineer or Eng. Company mos $0 $0 $0 $0 9 Cost Control mos $0 $0 $0 $0 10 Safety Engineer mos $0 $0 $0 $0 11 Scheduling mos $0 $0 $0 $0 12 Purchasing mos $0 $0 $0 $0 13 Project Accountant mos $0 $0 $0 $0 14 15
Subtotal $0
Site Office Expense:
18 Job Office Trailer Rent mos $0 $0 $0 $0 19 Office Jobsite Build Out ls $0 $0 $0 $0 20 Office Jobsite Set-up ls $0 $0 $0 $0 21 Temp. Const. Trailer/Storage ea $0 $0 $0 $0 22 Office Furniture ls $0 $0 $0 $0 23 Office Machines/Equip. mos $0 $0 $0 $0 24 Copy Machines/Maintenance mos $0 $0 $0 $0 25 Office Supplies mos $0 $0 $0 $0 26 Janitor/San. Supplies mos $0 $0 $0 $0 27 Postage & Shipping mos $0 $0 $0 $0 28 First Aid/Med. Treat. mos $0 $0 $0 $0 29 Telephone System ls $0 $0 $0 $0 30 Phone Installation ls $0 $0 $0 $0 31 Phone Charges mos $0 $0 $0 $0 32 Phone Charges-Long Dist. mos $0 $0 $0 $0 33 Radio Communications ea $0 $0 $0 $0 34 Radio Maintenance ls $0 $0 $0 $0 35 Computer-PCS mos $0 $0 $0 $0 36 Computers mos $0 $0 $0 $0 37 Software allow $0 $0 $0 $0 38 MIS Charges mos $0 $0 $0 $0 39 Temp. Electric-Office mos $0 $0 $0 $0 40 Security-Office mos $0 $0 $0 $0
9
CONSTRUCTION P H AS E R E I M B U R S AB L E E X P E N S E S ( G E N E R A L C O N D I T I O N S / O V E R H E AD )
Description
Qty
Unit
Labor*
Mat'l**
Sub
Labor
Subtotal
Mat'l
Subtotal
Sub
Subtotal
Total
Notes
41 Water - Field Office mos $0 $0 $0 $0 42 43
Subtotal $0
Safety & Security:
43 Safety Incentives ls $0 $0 $0 $0 44 Watchman/Guard Ser. ls $0 $0 $0 $0 45 Traffic Control ls $0 $0 $0 $0 46 Safety Equipment ls $0 $0 $0 $0 47 Rainwear/Hardhats, etc. ls $0 $0 $0 $0 48 Drug Testing ea $0 $0 $0 $0 49 $0 $0 $0 $0 50 $0 $0 $0 $0
Subtotal $0
Bonds & Insurance:
51 Perform. & Payment Bonds mos $0 $0 $0 $0 52 Workers Comp. Insurance mos $0 $0 $0 $0 53 Liability Insurance mos $0 $0 $0 $0 54 Fed. & State Unemployment mos $0 $0 $0 $0 55 FICA mos $0 $0 $0 $0 56 Builders Risk Insurance mos $0 $0 $0 $0 57 58
Subtotal $0
Miscellaneous
59 Off-Site Parking mos $0 $0 $0 $0 60 Ceremony Expense ls $0 $0 $0 $0 61 Vehicle for On-Site Project Manager mos $0 $0 $0 $0 62 Vehicle for On-Site Superintendent mos $0 $0 $0 $0 63 Vehicle Repairs/Maintenance ls $0 $0 $0 $0 64 Water - Coolers mos $0 $0 $0 $0 65 Water Barrels mos $0 $0 $0 $0 66 Ice Machine mos $0 $0 $0 $0 67 Ice and/or Cups ls $0 $0 $0 $0 68 Temporary Toilets Install ea $0 $0 $0 $0 69 Temporary Toilets mos $0 $0 $0 $0 70 Cold Weather Protection ls $0 $0 $0 $0 71 Temp. Heat for Bldg. ls $0 $0 $0 $0 72 Job Signs ea $0 $0 $0 $0 73 Progress Photos ea $0 $0 $0 $0
10
CONSTRUCTION P H AS E R E I M B U R S AB L E E X P E N S E S ( G E N E R A L C O N D I T I O N S / O V E R H E AD )
Description
Qty
Unit
Labor*
Mat'l**
Sub
Labor
Subtotal
Mat'l
Subtotal
Sub
Subtotal
Total
Notes
74 Extra Plans & Specs. ea $0 $0 $0 $0 75 Blueprint/Photostat. allow $0 $0 $0 $0 76 Temp. Electric -Building mos $0 $0 $0 $0 77 Building Permit ls $0 $0 $0 $0 78 Plan Check Fees ls $0 $0 $0 $0 79 80
Subtotal $0
TOTAL ALL CONSTRUCTION PHASE REIMBURSABLE EXPENSES(GENERAL CONDITIONS/OVERHEAD) $0
11
Submissions shall be submitted with 5 bound copies and one electronic copy on a CD in PDF
format: Submittals must be confirmed to have been received by, no later than 10:00 AM on
January 10, 2019 at the following address:
Forsyth County Board of Education
Attn: Facilities Department
1120 Dahlonega Highway
Cumming, GA 30040
J. QUESTIONS ABOUT THE REQUEST
Questions about this Request will be welcomed via E-mail through January 3, 2019 by 2:00pm. Questions should be
emailed to Becky Pope, AIA at [email protected]. Written responses to questions will be distributed via
addendum by Lindsay Pope Brayfield Clifford & Assoc., Inc. by January 7, 2019 at 9:00 am. It is the responsibility of
each respondent to provide a contact person who will receive any addenda and distribute them to their respective
teams.
K. MANDATORY SUBMITTALS
All of the following mandatory submittals must be included in all responses to this Request. Responses that do
not include these documents will be considered non-responsive and will not receive further consideration.
1. Acknowledgement of Addenda
Responses to this Request shall include acknowledgment of receipt of addenda (if any) in their sealed proposal.
2. Non-Collusion Affidavit
Responses to this Request must include the signed Non-Collusion Affidavit.
L. USE OF SUBMISSIONS and COMPENSATION
All proposals and accompanying materials will become the property of FCS and will not be returned. Neither
reimbursement nor compensation will be made to Offerors for submissions.
12
ACKNOWLEDGEMENT of ADDENDA
The undersigned hereby acknowledges receipt of the following Addenda:
[Insert the number and date of each Addendum; if none, insert "None"].
_________________________________________________
[COMPANY NAME]
_________________________________________________
[NAME AND TITLE OF AUTHORIZED INDIVIDUAL]
_________________________________________________
[SIGNATURE]
_________________________________________________
[DATE]
13
OFFEROR’S and INDIVIDUALS’ AFFIDAVIT OF NONCOLLUSION (This affidavit to be executed in accordance with O.C.G.A. § 36-91-21(e))
STATE OF ______________________
COUNTY OF ____________________
COMES NOW, _________________________________________________________ (“Offeror”),
[name of Offeror]
appearing by and through __________________________________, it’s _________________________
[insert name of individual with [title]
authority to bind Offeror]
(averring both individually and in his or her representative capacity on behalf of Offeror) (the “Individual And
Representative Affiant”), and _____________________________________________________________
[in these blanks insert the names of all those required to give the oath
under O.C.G.A. § 36-91-21(e)]
_____________________________________________________________________________________
_____________________________________________________________________________________
______________________________________________________________________________________
_____________________________________________________________________________________
______________________________________________________________________________________
_______________________________________________________________________________________
_____________________________________________________________________________________
(collectively, the “Individual Affiants”), and each of the Individual And Representative Affiant and the Individual
Affiants, after first being duly sworn, deposes and says that:
1. He, she or it, as applicable, has not directly or indirectly violated subsection (d) of the Official Code of Georgia Annotated
Section 36-91-21, which subsection provides as follows:
(d) Whenever a public works construction contract for any governmental entity subject to the requirements of
this chapter is to be let out by competitive sealed bid or proposal, no person, by himself or herself or otherwise, shall prevent
or attempt to prevent competition in such bidding or proposals by any means whatever. No person who desires to procure
such work for himself or herself or for another shall prevent or endeavor to prevent anyone from making a bid or proposal
therefor by any means whatever, nor shall such person so desiring the work cause or induce another to withdraw a bid or
proposal for the work.
2. If the Offeror is a partnership, then the Individual And Representative Affiant, together with the
Individual Affiants, constitute all of the partners and any officer, agent or other person who may have
represented or acted for them in bidding or proposing for or procuring the contract for the Forsyth County
Board of Education Project for ________________________________________________ (the “Project”).
14
3. If the Offeror is a corporation or other entity, then the Individual And Representative Affiant,
together with the Individual Affiants, constitute all officers, agents, or other persons who may have acted
for or represented the corporation or other entity in bidding for or procuring the contract for the Project.
Further, the Individual And Representative Affiant and the Individual Affiants sayeth not.
This _______ day of _______________, 2____
_____________________________________
[insert name of Offeror]
and ___________________________________________
[insert name of Individual And Representative Affiant]
By: ___________________________________, both individually and on behalf of Offeror as its
[signature]
_________________________________
[insert title]
Individual Affiants’ signatures and names:
x_____________________________________ x____________________________________
Name: Name:
x_____________________________________ x____________________________________
Name: Name:
x_____________________________________ x____________________________________
Name: Name:
x_____________________________________ x____________________________________
Name: Name:
x_____________________________________ x____________________________________
Name: Name:
x_____________________________________ x____________________________________
Name: Name:
Sworn to and subscribed before me this ___ day of _______________, 2____.
Notary Public: _____________________ My commission expires: __/__/__.
(SEAL)
15
CORPORATE CERTIFICATE
(Proposals)
STATE OF _______________________
COUNTY OF _____________________
I, ________________________________, certify that I am the Secretary of the corporation named as offeror in the foregoing
proposal; that _____________________________________ who signed said proposal on behalf of the offeror was then
_______________________ of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority
of its Board of Directors, and is within the scope of its corporate powers; and that said corporation is organized under the laws of the
State of ____________________.
_____________________________________
[signature]
_____________________________________
[typed name]