PROJECT MINUTES
Project: New Holbrook PreK-12 School Project No.: 13006
Prepared by: Joel Seeley Meeting Date: 1/14/2015
Re: CM Selection Committee Meeting Meeting No: 2
Location: Town Hall Time: 5:30 PM
Distribution: Attendees, (MF)
Attendees:
PRESENT NAME AFFILIATION Daniel F. Moriarty PSBC Chair By phone Mike Reith PSBC Vice-Chair
Mike Bolger HPS Director of Facilities Kent Kovacs Flansburgh Associates (FAI)
Bryan LeBlanc MHT&L, Town Counsel Joel Seeley SMMA, OPM
Item # Action Discussion
2.1 Record Call to Order, 5:30 pm, meeting opened.
2.2 Record A motion was made by D. Moriarty and seconded by M. Bolger to approve the 1/7/15
CM Selection Committee meeting minutes. No discussion, motion passed unanimous by those attending.
2.3 Record J. Seeley distributed and reviewed the CM Non-Price and Price Evaluation Form,
attached.
2.4 J. Seeley Each Committee member discussed their preliminary review findings of the submitted
Proposal packages.
J. Seeley to request Gilbane Building Company to clarify the role and experience of Ms. Aleita Hall, who was listed as the Manager of Engineering in the Statement of
Qualifications and is now listed as the Project Manager in the Proposal.
2.5 J. Seeley J. Seeley distributed and reviewed the draft list of questions to ask each CM Firm at the
interview.
J. Seeley to request each of the CM firms to respond to the following questions during their interview:
Holbrook Elementary Schools and Junior-Senior High School Feasibility Study 1/14/2015
2 2
Item # Action Discussion
2. How will you manage the impact of construction operations on the commuter
traffic along South Franklin Street, as well as the onsite traffic and parking for the existing Junior/Senior High School?
3. What is your process of engaging all key stakeholders in understanding the full impact of value engineering options and decisions?
4. If the Town desires to occupy the new PreK-12 School in the summer of 2017,
what measures would you undertake to make this happen?
The Committee to develop the final list of other questions to be asked of each CM firm, during the interview, and finalize at the next Committee meeting.
2.6 Record J. Seeley distributed and reviewed updated the CM Selection Timeline, attached.
2.7 J. Seeley J. Seeley distributed and reviewed the draft analysis of each CM firm’s Price Proposal,
attached. Each Committee member to review.
J. Seeley to request Turner Construction Company to clarify the General Liability Insurance as listed in the Price Proposal Form GC, Section C.4.
J. Seeley to provide an analysis of each CM firm’s Construction Staffing Plan and forward to the Committee prior to next meeting.
2.8 Record Next Meeting: January 21, 2015 at 5:30 pm at the Town Hall.
2.9 Record A Motion was made by M. Bolger and seconded by D. Moriarty to adjourn the meeting.
No discussion, voted unanimously.
Attachments: Agenda, CM Selection Timeline, CM Evaluation Form, Draft CM Questions, draft analysis of CM’s Price Proposal
The information herein reflects the understanding reached. Please contact the author if you have any questions or are not in a greement with these Project Minutes.
PROJECT MEETING SIGN-IN SHEET
Project: New Holbrook PreK-12 School, Holbrook, MA Project No.: 13006
Prepared by: Joel Seeley Meeting Date: 1/14/2015
Re: CM Selection Committee Meeting Meeting No: 2
Location: Town Hall Inspector’s Conference Room Time: 5:30pm
Distribution: Attendees, (MF)
SIGNATURE ATTENDEES EMAIL AFFILIATION
Daniel F. Moriarty inspection@holbrookmassachusetts.us PSBC Chair Mike Reith Rmike66@comcast.net PSBC Vice-Chair Mike Bolger mbolger@holbrook.k12.ma.us HPS Facilities Director Kent Kovacs kkovacs@faiarchitects.com Flansburgh Associates Bryan LeBlanc bleblanc@mhtl.com Town Counsel, Murphy, Hesse,
Toomey & Lehane, LLP Joel Seeley Jseeley@smma.com SMMA, OPM
AGENDA
Project: New Holbrook PreK-12 School, Holbrook, MA Project No.: 13006 Re: CM Selection Committee
Location: Town Hall Inspector’s Conference Room Meeting Date: 1/14/2015 Prepared by: Joel G. Seeley Meeting Time: 5:30 PM Distribution: Attendees (MF)
1. Call to Order
2. Approval of Minutes
3. Preliminary Evaluation of Proposals 4. Review Questions for Interviews 5. Adjourn
Holbrook PK-12 School
October 30, 2014 Updated: January 14, 2015
Construction Manager Selection Timeline
August 28, 2014 Submit Application to Inspector General
October 3 Notice to Proceed with CM at Risk from Inspector General
November 4 Proposition 2-1/2 Ballot Vote
November 11 Submit Request for Qualifications (RFQ) Advertisement to:
1. Central Register (CR) 2. Local Newspaper
November 19 RFQ Advertisement Noticed in:
1. Central Register (CR) 2. Local Newspaper
November 25 Informational Meeting at Jr./Sr. High School and Tour – 3:30 PM
November 25 Review Draft CM RFP at Jr./Sr. High School – 5:30pm
November 26 CM RFQ Letter of Interest Due
November 26 Deadline for CM Submission of Questions
December 3 CM Qualification Packages Due
December 3 - 17 Evaluate RFQs to Prequalify CM Firms to Receive RFP
December 10 Qualifications Preliminary Review Meeting / Final Review of RFP at Town Hall – 5:30pm
December 17 Qualifications Final Review / Shortlist / Final Review of RFP Documents
at Town Hall – 5:30pm
December 18 Distribute RFP to Prequalified CM Firms
January 7, 2015 Review Draft Evaluation forms; Schedule Interviews
January 9 CM Proposal Packages Due
January 14 Preliminary Evaluation of Proposals, Finalize Questions for Interviews
January 21 Evaluation of Proposals
January 24 CM Interviews, Rank CM Firms
February 4 Prequalification Committee CM Recommendation at PSBC Meeting
February 4 – 18 Finalize General Conditions, Fee and Contract Terms with Selected CM Firm
February 18 CM attend PSBC Meeting
Consigli Construction Company Gilbane Building Company Turner Construction Company Consigli Construction Company Gilbane Building Company Turner Construction Company Signature Date Comments
COMBINED EVALUATION SCORES - NON PRICE AND PRICE PROPOSAL
CM Company Name Consigli Construction Company Evaluator's Name
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
* Items (included/not included) confirmed by SMMA
Informational Sheet (Form B)
CM AT RISK SELECTION - RFP PHASE
Instructions: CM Selection Committee Members should begin with their review of the Non-Price Proposal and complete the Non-Price Proposal Evaluation. Open and review the Price Proposal and complete the Price Proposal Evaluation Matrix below only after completing the Non-Price Evaluation. Upon Completion of the Price Proposal Evaluation, sign and date both forms.
Section #1: Verify that all Non Price Proposal Submission Documents have been submitted. Section #2: Verify that all Price Proposal Submission Documents have been submitted. Section #3: Enter evaluation rating.
Section #1: Required Documents to be included in the Non Price Proposal Submission
Request for Proposal Response Form (Form A)Self Performing Work
Affidavit of Compliance (Form C) Certificate of Tax Compliance (Form D)
Affidavit of Prevailing Wage Compliance (Form E) Certificate of Eligibility
DCAM’s Update Statement Bond Commitment Letter
Project Experience on Comparable Projects Management Plan
Staffing Plan Resumes
Job Skill Narrative Legal Proceedings
Compliance of Labor/OSHA Compliance (Form F) Certificate of Non-Collusion (Form G)
Certificate of Interest Certification (Form H)
Certificate of Compliance with M.G.L. C.151B (Form I) Certificate of Non-Debarment (Form J)
Certificate of Corporate Responder (Form K)
Section #2: Required Documents to be included in the Price Proposal Submission
Form GC – Price ProposalForm GC – Section B: Schedule of CM Costs – Preconstruction Phase Form GC – Section C: Schedule of CM Costs – Construction Phase
CM AT RISK PROPOSAL EVALUATION
NEW HOLBROOK PREK-12 SCHOOL, HOLBROOK, MASSACHUSETTS
PROJECT MANAGEMENT
CM AT RISK SELECTION - RFP PHASE
CM COMPANY NAME: Consigli Construction Company
1. Management Team
Yes the Management Team meet all of the above
3
Most AdvantageousYes the Management Team meet most of the above
2
AdvantageousNo the Management Team does not meet any of the above
1
Least Advantageous2. Management Plan
Yes the Management Plan includes all of the above
3
Most AdvantageousYes the Management Plan includes most of the above
2
AdvantageousNo the Management Plan does not include any of the above
1
Least Advantageous3. Project Plan – PreConstruction
Yes the Pre-Construction Plan fully illustrates all of the above
3
Most AdvantageousYes the Pre-Construction Plan fully illustrates most of the above
2
AdvantageousNo the Pre-Construction Plan fully illustrates none of the above
1
Least Advantageous4. Project Plan - Construction
Yes the Construction Plan includes all of the above
3
Most AdvantageousYes the Construction Plan includes most of the above
2
AdvantageousNo the Construction Plan includes none of the above
1
Least AdvantageousSection #3: Evaluators Rankings
Instructions: Please place a check mark in the box which best represents the materials submitted in the Non Price Proposal and tally the corresponding numbers below. Upon completion please sign and date.
Is the Management Team especially superintendent and project manager knowledgeable and qualified to meet the project goals?
Does the Management Plan for the project, describe in detail the firm’s proposed approach to meeting the project goals, including schedule and phasing management, budget management, quality
management goals and maintaining safety?
Does the Offeror's plan illustrate the understanding of the activities required during preconstruction and demonstrate the ability to coordinate and perform those activities including design review, phasing and scheduling, cash flow chart, value engineering, constructability, cost control, and subcontractor bid packages.
Does the Offeror's plan illustrate a clear management structure and methodology for project
management, logistics, phasing and sequencing of the Work? Does the Offeror have project specific program for quality assurance and quality control. Has the Offeror described how they will comply with requirements for schedule development, cost loading, resource loading, monthly schedule updates, periodic community meetings, and weekly project meeting review of the look ahead schedule?
CM AT RISK SELECTION - RFP PHASE
5. ScheduleYes the Schedule is included and advantageous for this project
3
Most AdvantageousYes the Schedule is included and mostly advantageous for this project
2
AdvantageousNo the Schedule is not included and non-advantageous for this project
1
Least Advantageous6. Comparable Experience
Yes the Comparable Experience includes all of the above
3
Most AdvantageousYes the Comparable Experience includes most of the above
2
AdvantageousNo the Comparable Experience includes none of the above
1
Least Advantageous7. Litigation
Yes the history of Litigation indicates all of the above
3
Most AdvantageousYes the history of Litigation indicates most of the above
2
AdvantageousNo the history of Litigation does not indicate the above
1
Least Advantageous8. Financial Capacity
Yes the Financial Capacity indicates all of the above
3
Most AdvantageousYes the Financial Capacity indicates most of the above
2
AdvantageousNo the Financial Capacity does not indicate the above
1
Least Advantageous9. Safety History
Yes the Safety History includes all of the above
3
Most AdvantageousYes the Safety History includes most of the above
2
AdvantageousNo the Safety History includes none of the above.
1
Least AdvantageousTOTAL (#1-9 ABOVE) Signature
Date
Is the Offeror’s experience similar in scope, size and budget to this project. Does the Offeror’s experience includes projects on occupied sites?
Does the Offeror’s history of litigation indicate a culture of collaboration and teamwork between Owner, Designer and Subcontractors?
Does the Offeror's financial capacity support their ability to undertake this project?
Does the Offeror’s Safety History support their approach to this project?
Did the Offeror submit its proposed Preliminary Project Schedule. Is this schedule clearly explained and advantageous for this project timeline?
CM Company Name Gilbane Building Company Evaluator's Name
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
* Items (included/not included) confirmed by SMMA
Informational Sheet (Form B)
CM AT RISK SELECTION - RFP PHASE
Instructions: CM Selection Committee Members should begin with their review of the Non-Price Proposal and complete the Non-Price Proposal Evaluation. Open and review the Price Proposal and complete the Price Proposal Evaluation Matrix below only after completing the Non-Price Evaluation. Upon Completion of the Price Proposal Evaluation, sign and date both forms.
Section #1: Verify that all Non Price Proposal Submission Documents have been submitted. Section #2: Verify that all Price Proposal Submission Documents have been submitted. Section #3: Enter evaluation rating.
Section #1: Required Documents to be included in the Non Price Proposal Submission
Request for Proposal Response Form (Form A)Self Performing Work
Affidavit of Compliance (Form C) Certificate of Tax Compliance (Form D)
Affidavit of Prevailing Wage Compliance (Form E) Certificate of Eligibility
DCAM’s Update Statement Bond Commitment Letter
Project Experience on Comparable Projects Management Plan
Staffing Plan Resumes
Job Skill Narrative Legal Proceedings
Compliance of Labor/OSHA Compliance (Form F) Certificate of Non-Collusion (Form G)
Certificate of Interest Certification (Form H)
Certificate of Compliance with M.G.L. C.151B (Form I) Certificate of Non-Debarment (Form J)
Certificate of Corporate Responder (Form K)
Section #2: Required Documents to be included in the Price Proposal Submission
Form GC – Price ProposalForm GC – Section B: Schedule of CM Costs – Preconstruction Phase Form GC – Section C: Schedule of CM Costs – Construction Phase
CM AT RISK PROPOSAL EVALUATION
NEW HOLBROOK PREK-12 SCHOOL, HOLBROOK, MASSACHUSETTS
PROJECT MANAGEMENT
CM AT RISK SELECTION - RFP PHASE
CM COMPANY NAME: Gilbane Building Company
1. Management Team
Yes the Management Team meet all of the above
3
Most AdvantageousYes the Management Team meet most of the above
2
AdvantageousNo the Management Team does not meet any of the above
1
Least Advantageous2. Management Plan
Yes the Management Plan includes all of the above
3
Most AdvantageousYes the Management Plan includes most of the above
2
AdvantageousNo the Management Plan does not include any of the above
1
Least Advantageous3. Project Plan – PreConstruction
Yes the Pre-Construction Plan fully illustrates all of the above
3
Most AdvantageousYes the Pre-Construction Plan fully illustrates most of the above
2
AdvantageousNo the Pre-Construction Plan fully illustrates none of the above
1
Least Advantageous4. Project Plan - Construction
Yes the Construction Plan includes all of the above
3
Most AdvantageousYes the Construction Plan includes most of the above
2
AdvantageousNo the Construction Plan includes none of the above
1
Least AdvantageousSection #3: Evaluators Rankings
Instructions: Please place a check mark in the box which best represents the materials submitted in the Non Price Proposal and tally the corresponding numbers below. Upon completion please sign and date.
Is the Management Team especially superintendent and project manager knowledgeable and qualified to meet the project goals?
Does the Management Plan for the project, describe in detail the firm’s proposed approach to meeting the project goals, including schedule and phasing management, budget management, quality
management goals and maintaining safety?
Does the Offeror's plan illustrate the understanding of the activities required during preconstruction and demonstrate the ability to coordinate and perform those activities including design review, phasing and scheduling, cash flow chart, value engineering, constructability, cost control, and subcontractor bid packages.
Does the Offeror's plan illustrate a clear management structure and methodology for project
management, logistics, phasing and sequencing of the Work? Does the Offeror have project specific program for quality assurance and quality control. Has the Offeror described how they will comply with requirements for schedule development, cost loading, resource loading, monthly schedule updates, periodic community meetings, and weekly project meeting review of the look ahead schedule?
CM AT RISK SELECTION - RFP PHASE
5. ScheduleYes the Schedule is included and advantageous for this project
3
Most AdvantageousYes the Schedule is included and mostly advantageous for this project
2
AdvantageousNo the Schedule is not included and non-advantageous for this project
1
Least Advantageous6. Comparable Experience
Yes the Comparable Experience includes all of the above
3
Most AdvantageousYes the Comparable Experience includes most of the above
2
AdvantageousNo the Comparable Experience includes none of the above
1
Least Advantageous7. Litigation
Yes the history of Litigation indicates all of the above
3
Most AdvantageousYes the history of Litigation indicates most of the above
2
AdvantageousNo the history of Litigation does not indicate the above
1
Least Advantageous8. Financial Capacity
Yes the Financial Capacity indicates all of the above
3
Most AdvantageousYes the Financial Capacity indicates most of the above
2
AdvantageousNo the Financial Capacity does not indicate the above
1
Least Advantageous9. Safety History
Yes the Safety History includes all of the above
3
Most AdvantageousYes the Safety History includes most of the above
2
AdvantageousNo the Safety History includes none of the above.
1
Least AdvantageousTOTAL (#1-9 ABOVE) Signature
Date
Is the Offeror’s experience similar in scope, size and budget to this project. Does the Offeror’s experience includes projects on occupied sites?
Does the Offeror’s history of litigation indicate a culture of collaboration and teamwork between Owner, Designer and Subcontractors?
Does the Offeror's financial capacity support their ability to undertake this project?
Does the Offeror’s Safety History support their approach to this project?
Did the Offeror submit its proposed Preliminary Project Schedule. Is this schedule clearly explained and advantageous for this project timeline?
CM Company Name Turner Construction Company Evaluator's Name
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
included
* Items (included/not included) confirmed by SMMA
Certificate of Eligibility DCAM’s Update Statement Bond Commitment Letter
Project Experience on Comparable Projects
CM AT RISK SELECTION - RFP PHASE
Instructions: CM Selection Committee Members should begin with their review of the Non-Price Proposal and complete the Non-Price Proposal Evaluation. Open and review the Price Proposal and complete the Price Proposal Evaluation Matrix below only after completing the Non-Price Evaluation. Upon Completion of the Price Proposal Evaluation, sign and date both forms.
Section #1: Verify that all Non Price Proposal Submission Documents have been submitted. Section #2: Verify that all Price Proposal Submission Documents have been submitted. Section #3: Enter evaluation rating.
Section #1: Required Documents to be included in the Non Price Proposal Submission
Request for Proposal Response Form (Form A)Informational Sheet (Form B) Affidavit of Compliance (Form C) Certificate of Tax Compliance (Form D)
Affidavit of Prevailing Wage Compliance (Form E)
Management Plan Staffing Plan
Compliance of Labor/OSHA Compliance (Form F) Certificate of Non-Collusion (Form G)
Certificate of Interest Certification (Form H) Resumes
Certificate of Non-Debarment (Form J) Certificate of Corporate Responder (Form K) Legal Proceedings
Self Performing Work Job Skill Narrative
Certificate of Compliance with M.G.L. C.151B (Form I)
Section #2: Required Documents to be included in the Price Proposal Submission
Form GC – Price ProposalForm GC – Section B: Schedule of CM Costs – Preconstruction Phase Form GC – Section C: Schedule of CM Costs – Construction Phase
CM AT RISK PROPOSAL EVALUATION
NEW HOLBROOK PREK-12 SCHOOL, HOLBROOK, MASSACHUSETTS
PROJECT MANAGEMENT
CM AT RISK SELECTION - RFP PHASE
CM COMPANY NAME: Turner Construction Company
1. Management Team
Yes the Management Team meet all of the above
3
Most AdvantageousYes the Management Team meet most of the above
2
AdvantageousNo the Management Team does not meet any of the above
1
Least Advantageous2. Management Plan
Yes the Management Plan includes all of the above
3
Most AdvantageousYes the Management Plan includes most of the above
2
AdvantageousNo the Management Plan does not include any of the above
1
Least Advantageous3. Project Plan – PreConstruction
Yes the Pre-Construction Plan fully illustrates all of the above
3
Most AdvantageousYes the Pre-Construction Plan fully illustrates most of the above
2
AdvantageousNo the Pre-Construction Plan fully illustrates none of the above
1
Least Advantageous4. Project Plan - Construction
Yes the Construction Plan includes all of the above
3
Most AdvantageousYes the Construction Plan includes most of the above
2
AdvantageousNo the Construction Plan includes none of the above
1
Least AdvantageousSection #3: Evaluators Rankings
Instructions: Please place a check mark in the box which best represents the materials submitted in the Non Price Proposal and tally the corresponding numbers below. Upon completion please sign and date.
Is the Management Team especially superintendent and project manager knowledgeable and qualified to meet the project goals?
Does the Management Plan for the project, describe in detail the firm’s proposed approach to meeting the project goals, including schedule and phasing management, budget management, quality
management goals and maintaining safety?
Does the Offeror's plan illustrate a clear management structure and methodology for project
management, logistics, phasing and sequencing of the Work? Does the Offeror have project specific program for quality assurance and quality control. Has the Offeror described how they will comply with requirements for schedule development, cost loading, resource loading, monthly schedule updates, periodic community meetings, and weekly project meeting review of the look ahead schedule?
Does the Offeror's plan illustrate the understanding of the activities required during preconstruction and demonstrate the ability to coordinate and perform those activities including design review, phasing and scheduling, cash flow chart, value engineering, constructability, cost control, and subcontractor bid packages.
CM AT RISK SELECTION - RFP PHASE
5. ScheduleYes the Schedule is included and advantageous for this project
3
Most AdvantageousYes the Schedule is included and mostly advantageous for this project
2
AdvantageousNo the Schedule is not included and non-advantageous for this project
1
Least Advantageous6. Comparable Experience
Yes the Comparable Experience includes all of the above
3
Most AdvantageousYes the Comparable Experience includes most of the above
2
AdvantageousNo the Comparable Experience includes none of the above
1
Least Advantageous7. Litigation
Yes the history of Litigation indicates all of the above
3
Most AdvantageousYes the history of Litigation indicates most of the above
2
AdvantageousNo the history of Litigation does not indicate the above
1
Least Advantageous8. Financial Capacity
Yes the Financial Capacity indicates all of the above
3
Most AdvantageousYes the Financial Capacity indicates most of the above
2
AdvantageousNo the Financial Capacity does not indicate the above
1
Least Advantageous9. Safety History
Yes the Safety History includes all of the above
3
Most AdvantageousYes the Safety History includes most of the above
2
AdvantageousNo the Safety History includes none of the above.
1
Least AdvantageousTOTAL (#1-9 ABOVE) Signature
Date
Did the Offeror submit its proposed Preliminary Project Schedule. Is this schedule clearly explained and advantageous for this project timeline?
Is the Offeror’s experience similar in scope, size and budget to this project. Does the Offeror’s experience includes projects on occupied sites?
Does the Offeror’s history of litigation indicate a culture of collaboration and teamwork between Owner, Designer and Subcontractors?
Does the Offeror's financial capacity support their ability to undertake this project?
SECTION 1
SECTION 2
RFP
Description
Cons
igl
i
Gilban
e
Tu
rne
r
Preconstruction
Services
Evaluation of Preconstruction Staff:
Does the Preconstruction Phase
personnel listed, their roles, and %
of time allocated toward the job
provide the level of service required?
Construction
General
Conditions
Does the CM show they can provide
the adequate amount of full time
staff members to support the project
through Construction?
Evaluation of Insurance: Which of
the insurance rates listed in C.4
favors the project?
Evaluation of Bonds: Which of the
Bond rates listed in C.4 favors the
project?
CM Fee
Which of the fee costs favor the
project?
TOTALS
Signature DateSECTION 4
Insurance
and
Bonds
Instructions:
After reviewing the Non-Price Proposal and completing the Non-Price Evaluation,
please open and review the Price Proposal and complete the Price Proposal Evaluation Matrix
below. Evaluators will need only one copy of this form to evaluate all 3 CMs as spaces have
been provided.
PRICE PROPOSAL EVALUATION
Panel Questions
Cons
igl
i
Gilban
e
Tu
rne
r
1
Tell us about your similar projects and how they relate to our
project.
2
Tell us how your staff's experience will benefit the project.
3
What did you see as the most important project-related issues?
4
How can your team be assigned to our project if they are on
other projects right now?
5
How will you ensure quality in your construction?
6
Tell us how you closed a LEED project without losing points.
7
How will you handle on-site traffic and parking concerns from
the staff and the public?
8
How will you handle commuter traffic concerns?
9
How do you ensure that there will be no interruption to
education in the existing Junior/Senior High School?
10
Give us some good examples of Value Engineering for a project
like ours.
RFP INTERVIEW - CONSTRUCTION MANAGER QUESTIONS
1 = Least Advantageous, 2 = Advantageous, 3 = Most Advantageous
Response Rating
CM AT RISK PROPOSAL EVALUATION
NEW HOLBROOK PREK-12 SCHOOL, HOLBROOK, MASSACHUSETTS
PROJECT MANAGEMENT
Panel Questions
Cons
igl
i
Gilban
e
Tu
rne
r
RFP INTERVIEW - CONSTRUCTION MANAGER QUESTIONS
1 = Least Advantageous, 2 = Advantageous, 3 = Most Advantageous
Response Rating
11 Tell us of what you think would be opportunities for savings.
12 What do you see as the biggest challenge on this job?
13 What makes you different from the other firms?
14 How do you manage a non-performing subcontractor?
TOTALS
Signature Date
Page 2 of 2
CM Price Proposal Analysis - Summary
PFA Budget Consigli Gilbane Turner Pre-Construction Services Code
Pre-Construction Services B.1 $ 193,500 $ 180,000 $ 144,181 Sub-total $ 600,000 $ 193,500 $ 180,000 $ 144,181
Construction
Project Management Labor C.1 $ 2,336,300 $ 307,945 $ 2,251,096
Field Supervisory Labor C.2 $ 1,608,360 $ 3,087,377 $ 1,850,631
Sub-total $ 3,944,660 $ 3,395,322 $ 4,101,727
Consultant Labor C.3 $ - $ - $
-P&P Bonds C.4 $ 600,420 $ 655,757 $ 665,246
Insurance C.4 $ 1,088,856 $ 807,234 $ 2,943,281
Sub-total $ 1,689,276 $ 1,462,991 $ 3,608,527
Trailers, Supplies etc. C.5 $ 276,500 $ 228,730 $ 854,602
Additional Costs C.6 $ - $ 97,500 $
-Sub-total $ 276,500 $ 326,230 $ 854,602
Cost of Work Items C.7 $ - $ - $ -Sub-total C.8 $ 4,995,422 $ 5,910,436 $ 5,184,543 $ 8,564,856
CM AT RISK PROPOSAL EVALUATION
NEW HOLBROOK PREK-12 SCHOOL, HOLBROOK, MASSACHUSETTS
PROJECT MANAGEMENT
CM Price Proposal Analysis - Construction Labor
Consigli Gilbane Turner
Construction
Project Management Labor C.1
Principal in Charge $ - $ 60,407 $ -Project Executive $ 212,160 $ 189,910 $ 242,791
On-Site Project Executive $ 425,174
Senior Project Manager $ - $ - $ 753,720 Project Manager $ 721,600 $ 486,600 $ -Asst. Project Manager $ 590,400 $ - $ -Project Engineer $ 557,600 $ 314,441 $ 578,636 Asst. Project Engineer $ - $ 10,546 $
-Office Engineer $ 245,779 Quality Manager LEED Coordinator $ 13,260 $ - $ -Project Accountant $ 53,040 $ 150,866 $ 117,802 Engineering/Administrative Assistant $ 24,960 $ - $ 140,495 Cost Control Engineer $ - $ 36,764 $ 114,178 CORI Management/Badge
Coordinator $ - $ - $ -Scheduler $ 34,320 $ 37,259 $ 66,649 BIM $ 37,440 $ - w/ MEP Coord
Information Technology $ 20,000 $ - $ 46,215 Purchasing Agent $ 52,800 $ 29,688 $ 190,610 Purchasing Assistant $ 27,775 Accounts Payable $ 12,476 Compliance/Outreach Officer $ 18,720 Regulatory $ 12,361
List Consultant Costs $ - $ - $
-Sub-total $ 2,336,300 $ 2,040,046 $ 2,251,096
Field Supervisory Labor C.2
General Superintendent $ 26,520 $ 491,507 $ 495,484 Superintendent $ 780,000 $ 312,704 $ -Asst. Superintendent $ - $ - $ 375,986 Asst. Superintendent $ 530,400 $ - $ 270,710
Internal Envelope Review $ 13,000
MEP Coordinator /
Commissioning Assistant $ 162,240 $ 323,035 $ 382,915 Field Engineer $ - $ - cost of work
Asst. Field Engineer $ - cost of work
Safety Engineer $ 34,320 $ 73,004 $ 325,537
CORI Implementation above w/ Admin Assist
Quality Manager $ 74,880 $ 7,665
Intern $ 134,361
Sub-total $ 1,608,360 $ 1,355,276 $ 1,850,632
CM Price Proposal Analysis - Additional General Conditions
Consigli Gilbane Turner
Construction
Trailers, Supplies Etc. C.5 Town of Holbrook, OPM and Architect
Temporary Office Trailers (minimum 12x60 with $ 27,000 $ 8,250 $ 62,680 Town of Holbrook, OPM and Architect
Telephone, high speed internet line and wireless internet connection and Usage Charges
(including long distance) $ 14,400 $ 18,630 $ 17,000 Town of Holbrook, OPM and Architect Office $ 5,000 $ 3,000 $ 4,500 Cleaning of Town of Holbrook and Architect $ - $ 5,000 cost of work
CM Temporary Office Trailers $ 36,000 $ 20,000 $ 154,040 CM Telephone and Internet Service, Equipment
and Usage Charges (including long distance) $ 14,400 $ 13,000 $ 66,498 CM Office Furniture $ 5,000 $ 4,000 $ 9,896 Cleaning of CM Trailers $ - $ 12,500 cost of work
Travel, Meals, etc… $ - $ 5,000 $ 40,120 LEEDS Supervision and Assistance
Implementation (Field) w/ staff labor w/ staff labor w/ staff labor Information Technology (I.T.) Time (Field Office) $ 54,000 $ 2,000 w/ staff labor
Computers & Software $ 54,000 $ 77,100 $ 156,012 Field Office Supplies $ 18,000 $ 10,000 $ 58,230 Site Security Services $ 1,000 $ 2,000 na
On-Site Storage Containers $ 1,000 $ 3,750 $ 17,000 Small Tools $ - $ 12,500 $ 108,800 Safety Materials (Safety Kit) $ 7,200 $ 4,500 $ 18,000 Photos $ 1,800 $ 2,500 $ 12,750 Reprographics $ 7,200 $ 6,250 $ 108,677 Postage, Shipping, Courier Services, etc… $ 18,000 $ 5,000 $ 20,400 Management of Plans, Specifications, etc… $ - $ 6,250 w/ project engineer Record Drawings $ 2,500 $ 5,000 w/ reprographics Punch List $ 5,000 w/ staff labor w/ staff labor Photo ID Badge Machine $ 5,000 $ 2,500 relocated
Other $ - $ - $ -276,500
$ $ 228,730 $ 854,603 Additional General Conditions C.6
Cell Phones $ - $ 27,500 $ -Bottled Water $ - $ 2,000 $ -Expediting Travel $ - $ 10,000 $ -Safety Incentives $ - $ 40,000 $