• No results found

PROJECT MINUTES. 2.1 Record Call to Order, 5:30 pm, meeting opened.

N/A
N/A
Protected

Academic year: 2021

Share "PROJECT MINUTES. 2.1 Record Call to Order, 5:30 pm, meeting opened."

Copied!
28
0
0

Loading.... (view fulltext now)

Full text

(1)

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:

(2)

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.

(3)

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

(4)

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

(5)

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

(6)
(7)

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

(8)
(9)

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 Proposal

Form GC – Section B: Schedule of CM Costs – Preconstruction Phase Form GC – Section C: Schedule of CM Costs – Construction Phase

(10)

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 Advantageous

Yes the Management Team meet most of the above

2

Advantageous

No the Management Team does not meet any of the above

1

Least Advantageous

2. Management Plan

Yes the Management Plan includes all of the above

3

Most Advantageous

Yes the Management Plan includes most of the above

2

Advantageous

No the Management Plan does not include any of the above

1

Least Advantageous

3. Project Plan – PreConstruction

Yes the Pre-Construction Plan fully illustrates all of the above

3

Most Advantageous

Yes the Pre-Construction Plan fully illustrates most of the above

2

Advantageous

No the Pre-Construction Plan fully illustrates none of the above

1

Least Advantageous

4. Project Plan - Construction

Yes the Construction Plan includes all of the above

3

Most Advantageous

Yes the Construction Plan includes most of the above

2

Advantageous

No the Construction Plan includes none of the above

1

Least Advantageous

Section #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?

(11)

CM AT RISK SELECTION - RFP PHASE

5. Schedule

Yes the Schedule is included and advantageous for this project

3

Most Advantageous

Yes the Schedule is included and mostly advantageous for this project

2

Advantageous

No the Schedule is not included and non-advantageous for this project

1

Least Advantageous

6. Comparable Experience

Yes the Comparable Experience includes all of the above

3

Most Advantageous

Yes the Comparable Experience includes most of the above

2

Advantageous

No the Comparable Experience includes none of the above

1

Least Advantageous

7. Litigation

Yes the history of Litigation indicates all of the above

3

Most Advantageous

Yes the history of Litigation indicates most of the above

2

Advantageous

No the history of Litigation does not indicate the above

1

Least Advantageous

8. Financial Capacity

Yes the Financial Capacity indicates all of the above

3

Most Advantageous

Yes the Financial Capacity indicates most of the above

2

Advantageous

No the Financial Capacity does not indicate the above

1

Least Advantageous

9. Safety History

Yes the Safety History includes all of the above

3

Most Advantageous

Yes the Safety History includes most of the above

2

Advantageous

No the Safety History includes none of the above.

1

Least Advantageous

TOTAL (#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?

(12)
(13)

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 Proposal

Form GC – Section B: Schedule of CM Costs – Preconstruction Phase Form GC – Section C: Schedule of CM Costs – Construction Phase

(14)

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 Advantageous

Yes the Management Team meet most of the above

2

Advantageous

No the Management Team does not meet any of the above

1

Least Advantageous

2. Management Plan

Yes the Management Plan includes all of the above

3

Most Advantageous

Yes the Management Plan includes most of the above

2

Advantageous

No the Management Plan does not include any of the above

1

Least Advantageous

3. Project Plan – PreConstruction

Yes the Pre-Construction Plan fully illustrates all of the above

3

Most Advantageous

Yes the Pre-Construction Plan fully illustrates most of the above

2

Advantageous

No the Pre-Construction Plan fully illustrates none of the above

1

Least Advantageous

4. Project Plan - Construction

Yes the Construction Plan includes all of the above

3

Most Advantageous

Yes the Construction Plan includes most of the above

2

Advantageous

No the Construction Plan includes none of the above

1

Least Advantageous

Section #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?

(15)

CM AT RISK SELECTION - RFP PHASE

5. Schedule

Yes the Schedule is included and advantageous for this project

3

Most Advantageous

Yes the Schedule is included and mostly advantageous for this project

2

Advantageous

No the Schedule is not included and non-advantageous for this project

1

Least Advantageous

6. Comparable Experience

Yes the Comparable Experience includes all of the above

3

Most Advantageous

Yes the Comparable Experience includes most of the above

2

Advantageous

No the Comparable Experience includes none of the above

1

Least Advantageous

7. Litigation

Yes the history of Litigation indicates all of the above

3

Most Advantageous

Yes the history of Litigation indicates most of the above

2

Advantageous

No the history of Litigation does not indicate the above

1

Least Advantageous

8. Financial Capacity

Yes the Financial Capacity indicates all of the above

3

Most Advantageous

Yes the Financial Capacity indicates most of the above

2

Advantageous

No the Financial Capacity does not indicate the above

1

Least Advantageous

9. Safety History

Yes the Safety History includes all of the above

3

Most Advantageous

Yes the Safety History includes most of the above

2

Advantageous

No the Safety History includes none of the above.

1

Least Advantageous

TOTAL (#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?

(16)
(17)

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 Proposal

Form GC – Section B: Schedule of CM Costs – Preconstruction Phase Form GC – Section C: Schedule of CM Costs – Construction Phase

(18)

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 Advantageous

Yes the Management Team meet most of the above

2

Advantageous

No the Management Team does not meet any of the above

1

Least Advantageous

2. Management Plan

Yes the Management Plan includes all of the above

3

Most Advantageous

Yes the Management Plan includes most of the above

2

Advantageous

No the Management Plan does not include any of the above

1

Least Advantageous

3. Project Plan – PreConstruction

Yes the Pre-Construction Plan fully illustrates all of the above

3

Most Advantageous

Yes the Pre-Construction Plan fully illustrates most of the above

2

Advantageous

No the Pre-Construction Plan fully illustrates none of the above

1

Least Advantageous

4. Project Plan - Construction

Yes the Construction Plan includes all of the above

3

Most Advantageous

Yes the Construction Plan includes most of the above

2

Advantageous

No the Construction Plan includes none of the above

1

Least Advantageous

Section #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.

(19)

CM AT RISK SELECTION - RFP PHASE

5. Schedule

Yes the Schedule is included and advantageous for this project

3

Most Advantageous

Yes the Schedule is included and mostly advantageous for this project

2

Advantageous

No the Schedule is not included and non-advantageous for this project

1

Least Advantageous

6. Comparable Experience

Yes the Comparable Experience includes all of the above

3

Most Advantageous

Yes the Comparable Experience includes most of the above

2

Advantageous

No the Comparable Experience includes none of the above

1

Least Advantageous

7. Litigation

Yes the history of Litigation indicates all of the above

3

Most Advantageous

Yes the history of Litigation indicates most of the above

2

Advantageous

No the history of Litigation does not indicate the above

1

Least Advantageous

8. Financial Capacity

Yes the Financial Capacity indicates all of the above

3

Most Advantageous

Yes the Financial Capacity indicates most of the above

2

Advantageous

No the Financial Capacity does not indicate the above

1

Least Advantageous

9. Safety History

Yes the Safety History includes all of the above

3

Most Advantageous

Yes the Safety History includes most of the above

2

Advantageous

No the Safety History includes none of the above.

1

Least Advantageous

TOTAL (#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?

(20)
(21)

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 Date

SECTION 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

(22)
(23)

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

(24)

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

(25)

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

(26)

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

(27)

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 $

(28)

References

Related documents

As a specific example, one defendant in the action, CACEIS Bank, a French socitianonyme operating in France, invested funds with Fairfield Sentry Limited, a British

Exhibit 1: Proposal Response Form Exhibit 2: Submission Checklist Exhibit 3: Proposed Cost Exhibits Exhibit 4: Signature Page... Current

Only if all mandatory fields are filled in and the proposal form is uploaded you can finalise the proposal submission by clicking on the button “Submit this proposal” (2). After

6.4 Proposals, in the format requested in 6.11 Section 1, 2 – Proposal/Online Submission, Section 3 – Attachment 1, Price Proposal Form and 6.3 Required Documents shall be

Categories available for analysis include purchasing, expense reports, specific merchant spending, exception reporting, and program analysis.. The reports most frequently run by

Prior to proposing or developing an online course, all faculty must complete a course in online course development or submit evidence of having completed such course to their

CAT Course Proposal Form, Last Revised January 2010 Page 1 Online Course Proposal Form..

Home Insurance Proposal Form Section 1: Personal Detailsi. Proposer