• No results found

Construction Management At-Risk

N/A
N/A
Protected

Academic year: 2021

Share "Construction Management At-Risk"

Copied!
10
0
0

Loading.... (view fulltext now)

Full text

(1)

Oconee County Schools

P.O. Box 146, 34 School Street

Watkinsville, GA 30677

706-769-5130

706-769-3513

REQUEST FOR PROPOSALS

ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk

Construction Management At-Risk

Capital Outlay Program

Request for Proposals Number: 16-01-0193

Title of the Project:

Oconee County Middle School - Phase II

HVAC Replacement / Roof Replacement

Oconee County Schools

34 School Street

Watkinsville, GA 30677

Phone: 706-769-5130

Fax: 706-769-3500

Email: sburgess@oconeeschools.org

Proposals will be due

Thursday, April 07, 2016

(2)

Request for Proposals (RFP)

Construction Management At-Risk

The Request for Proposals:

Oconee County Schools (OCS) is seeking proposals from firms interested in providing Construction Management At-Risk services to Oconee County Schools (OCS) for the project known as Oconee County Middle School (OCMS) Phase II; HVAC Replacement / Roof Replacement.

This Request for Proposal (RFP) seeks to identify potential providers of the above mentioned services. Interested firms should submit five (5) copies of their proposal with their

statement of qualifications to Director of Facilities Mr. Scott Burgess, 34 School Street, Watkinsville, Georgia, 30677 no later than 2:00 PM local time on Thursday, April 07, 2016.

All respondents to this RFP are subject to instructions communicated in this document, and are cautioned to completely review the entire RFP and follow instructions carefully. OCS reserves the right to reject any or all proposals, and to waive technicalities and informalities at their discretion.

Project Delivery Method

The delivery method for this Project will be CM/GC (construction manager at-risk), and, at a minimum, the OCS will also employ the services of a Design Professional in addition to the services of a CM/GC. During pre-construction, the CM/GC will be responsible for pricing, value engineering, as well as maintainability and constructability issues.

Representative Services Provided by CM

Project Planning

The CM is expected to work with the owner to plan the project to include:

1. Reviewing ideas and suggestion offered by the owner with regard to feasibility or constructability.

2. Evaluate designs with respect to constructability issues. 3. Evaluate value-engineering opportunities.

Bidding and Awarding Phase

1.

Arrange bid packages.

2.

Develop requirements to assure time, cost, and quality control during construction.

3.

Provide a provisional construction schedule for issuance with the bid package.

4.

Identify bidders and generate bidder interest.

5.

Schedule and conduct pre-bid conferences in conjunction with the architect and representatives from the OCS.

6.

Advertise and distribute bidding documents in accordance with applicable federal and state laws, rules and regulations.

7.

Monitor bidder activity.

8.

Review and analyze bids and recommend awards.

9.

Update schedule.

Construction Phase

(3)

2.

Establish and maintain coordinating procedures.

3.

Develop and maintain a detailed schedule including delivery, approvals, inspection, testing, construction, and occupancy.

4.

Conduct and record job meetings.

5.

Prepare and submit change order documentation for approval of the architect and OCS.

6.

Maintain a system for review and approval of shop drawings.

7.

Maintain records and submit reports to architect and OCS.

8.

Maintain quality control and ensure conformity to contract documents.

9.

Provide cost control through progress payment review and verification according to the approved schedule and contract amounts.

10. Coordination of post completion activities, including the assembly of guarantees,

manuals, and the owner’s final acceptance.

Project Budget

The preliminary stated cost limitation (SCL) or construction cost of the Project is estimated at approximately $1,000,000.

The final SCL may be revised by the Owner due to final programmatic requirements, funding availability or other circumstances.

Objective and Background:

OCS intends to design, bid, replacement of Four Air Handling Units (AHUs) and replacement of roof. AHUs are located in buildings 4010, 4012, and 4013 and replacement of the roof on building 4012 and a portion of 4010.

The anticipated start for OCMS construction is May 23, 2016. The anticipated completion date OCMS is July 22, 2016.

Schedule of Events:

Estimated Schedule of Events Projected Date Projected Time

a. OCS issues public advertisement of RFP for a period of 28 days

03-09-16 TBD

b. Mandatory pre-proposal meeting. 03-21-16 10:00 am

c. Deadline for submission of written questions/requests for clarification

03-25-16 2:00 pm

d. Deadline for submission of Statements of Qualifications

04-07-16 2:00 pm

e. Successful CM presented to OCS BOE at their Work Session.

04-11-16 5:00 pm

f. OCS BOE Regular Session for approval of recommended CM.

04-18-16 5:00 pm

Scope of Services:

(4)

1) Replacement of the four Air Handling Units (AHUs). These AHUs are multi zone units located on buildings 4010 (2), 4012 (1), 4013 (1). They will be replaced with units to be provided by Four Seasons Inc. These will be direct replacement. See Exhibit A for physical location.

The multi zone units are Carrier 48MA units ranging from 20 tons to 37 tons nominal capacity. Heaviest unit weighs 5700 lbs. New roof curbs shall be provided for units; existing roof curb dimensions do not change for new units. New Condensate Drains shall be provided. New Disconnect at Unit to be provided.

New IVUE controls are to be provided to control units.

2) Replacement of roof on building 4012, approximately 10,560 sqft. and building 4010, approximately 3,500 sqft . The roofing material on building 4012 is

Bituminous and will be replaced with a TPO roofing. The roof section of building

4010 will be TPO. Existing roofing material is to be removed and the decking to be inspected by roofing consultant before new material is applied. Roofing projects will be inspected by 3rd party. Walk pads will be installed on TPO roof for AHU access. See Exhibit A for physical locations of roofs to be replaced.

TPO single‐ply roof system shall be a cold applied, white color, minimum of 60 mil thickness. Insulation shall be supplied by the membrane manufacturer and included in the required 20‐year system warranty. A protection board is required to be provided between the insulation and the TPO membrane, regardless of whether or not it is required to obtain the roof warranty.

Mandatory Pre-Proposal Meeting:

A pre-proposal meeting will be conducted by OCS. Attendance of firms is mandatory to be considered for this project. The meeting shall be held at the Oconee County Board of Education Office, 34 School Street, Watkinsville, Georgia 30677. The date for the meeting will be as listed above. The Owner reserves the right to disqualify a proposer from the selection process due to a failure by a proposer to arrive for the meeting by the scheduled start time. Failure to attend a mandatory meeting will automatically result in

disqualification from the selection process.

Statement of Qualifications Review Process:

This RFP is issued for the purpose of acquiring Proposals from prospective CM/GC firms. The services being sought under the RFP are considered professional in nature.

Consequently, the evaluation of the proposals will be based upon consideration of the demonstrated qualifications and capabilities of the proposers which will result in an award that is in the best interest of the OCS.

The Selection Committee will receive and review Proposals submitted in response to this RFP. To be deemed eligible for evaluation, firms must meet the following minimum qualifications:

Minimum Qualifications required (evaluated on a pass/fail basis by the selection

committee)

1. The firm or its principals are not currently ineligible, debarred, suspended, or otherwise excluded from bidding or contracting by any state or federal agency, department, or authority.

(5)

2. Firm must have sufficient bonding capacity for anticipated total cost of work. Provide a letter or other supporting documentation from a bonding company indicating the firm’s capacity to bond the project.

3. Firm must have a current Contractor’s Public Liability Insurance policy, and must be insurable in the following amounts: Bodily injury, including death- limits of $1,000,000 for each accident. Property damage- limits of $2,000,000 for each accident and $10,000,000 for the aggregate of operations. (The Owner reserves the right to require additional limits and/or coverage for actual contract.) Provide your current insurance certificate.

4. Firms must have all necessary, valid and current licenses to do business in the State of Georgia. Provide a copy of your GC license, business license and Georgia Certificate of Existence.

5. The firm or its principals have not been terminated for cause or currently in default on any public works contract.

a. The firms must provide a sworn statement attesting to compliance with the minimum criteria listed above and provide supporting documentation as requested further in the process in accordance with deliverable (A) A-1 below in this RFP.

b. The Selection Committee will then evaluate the submittals which have met the above minimum qualifications. Criteria for the evaluation are listed below:

Evaluation Criteria and Selection Procedures:

15 points: Financials & Firm History of the firm, including the firm’s corporate history, resources, form of ownership, litigation history, financials, etc.

25 points: Firm’s relevant project Experience and Qualifications, including the

demonstrated ability of firm in effective management of construction of facilities comparable in complexity and function, for public owners.

Firm’s suitability to provide services for project, including the firm’s apparent fit to the project type, delivery method, any unique qualifications for the project, current and projected workloads, describe your firms plan for competitively selecting subcontractors. Additional factors for a firm’s suitability will include the construction manager’s office location/proximity to the project, and current/recent project workload.

25 points: Proposed Team’s Relevant Experience and Qualifications: Experience of the project manager and superintendent on completed projects of similar type, and complexity; Assigned team’s experience with effective budget and schedule control plans for this project; Provide information regarding percentage of the primary team member’s time will be committed to this project.

20 points: Project Approach: The firm’s cost and schedule management plans; Firm’s

approach for managing changes within the stated cost and schedule limitations; Firm’s approach for competitively administering and evaluating bid packages; The firm’s subcontractor management plan; The firm’s quality assurance program and plan; The firm’s close-out plan; The firm’s work force plan; The firm’s safety plan and site logistics plan for proposed project.

15 points: Fee Proposal: Offerors shall submit proposed fee in a sealed envelope at the

time of the submission. 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 schematic documents and an owner budget of $1,000,000 which includes a 5% owner contingency.

(6)

After evaluations, the committee will identify the CM firm it will recommend based on information contained in the proposal, reference analysis and interviews, if required. General conditions and reimbursable/allowances will be negotiated with the selected firm. If negotiations fail, the second ranked firm will be considered. OCS reserves the right to accept or reject any and all proposals in response to this RFP.

General Conditions for Proposals

To be considered for acceptance, the proposals shall contain the following minimum information to be presented as set out in the format and sequence shown.

1. Firm History and Information

Briefly describe your firm, its officers and executive management. Furnish an organized chart for your firm specifically indicating those who will be involved in this program.

2. Related Experience

Provide a list of all projects completed in the past (5) years within 75 miles of Oconee County and specifically identify the four (4) most recent completed Construction Management at Risk projects on the list.

3. Project Approach

Provide a brief outline and description of your firm’s approach for a program of this nature, including a complete, detailed explanation of the fees and expenses for this project

(including reimbursable), as well as any other contingency for which the Construction Manager expects to be compensated.

4. Bonding Information

Provide the name, address, telephone number and contact for your surety and bonding agent.

List your total bonding capacity and the total value of all projects currently under construction.

5. Financial Information

Provide information about the company in sufficient detail to allow its financial strength and credit worthiness to be evaluated.

6. Claims History

List all litigations, arbitrations, and mediations in which the firm has been involved in the past five (5) years involving claims for more than $50,000 made by an owner against the firm or by the firm against the owner, and indicate the disposition of each such claim, the name of the owner, and the nature of the claim.

7. Current Projects

List all major projects with which the firm is currently involved and identify the firm’s role on the project (e.g. contractor, construction manager).

8. Fee Proposal

Offerors shall submit proposed fee in a sealed envelope at the time of the submission. 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 schematic documents and an owner budget of $1,000,000 which includes a 5% owner contingency.

(7)

The Owner reserves the right to reject any and all proposals and to waive technicalities and formalities, and to award the contract in the best interest of the Owner. The Owner will evaluate each proposal, make a final evaluation and make a recommendation of award prior to disclosing the contents of the proposals in accordance with Georgia State law.

FEE

A. Overhead and Profit: Total Fee: ______% B. General Conditions:

Total Fee $________________ (Lump Sum)

RFP Submission:

It is the responsibility of the Proposers to examine the entire RFQ, seek clarification in writing, and review their qualifications for accuracy before submitting a response. Once the deadline has passed, all submittals will be final. Failure to read the Request for Proposals and comply with its instructions will be at the CM firm’s own risk.

The cost for preparing submittals in response to this RFP is the sole responsibility of the responding firm. The Owner will not provide reimbursement for such costs.

Proposals will be received until 2:00 PM on Thursday, April 07, 2016. To be accepted proposals must be submitted both electronically, via disc or flash drive, and in hard copy in sealed packages marked Oconee County Middle School - Phase II HVAC Replacement / Roof Replacement

Proposals must be sent by U.S. Mail, courier service such as Federal Express or United Parcel Service or hand delivered. No proposals will be accepted via fax transmission regardless of time of delivery. Five (5) copies of each proposal should be sent or delivered to:

Chief Financial Officer

Oconee County Schools District Office 34 School Street

Watkinsville, GA 30677

Questions concerning the RFP should be emailed or mailed to Scott Burgess, Director of Facilities, at address above or sburgess@oconeeschools.org by the due date of March 25,

(8)

To be considered for acceptance, the proposals shall contain the following minimum information to be presented as set out in the format and sequence shown.

(9)

Evaluation of Proposals Score Sheet

Oconee County Middle School Phase II

The following evaluation factors and relative weights will be used to rate each proposal. The selection committee will rate each firm according to the points listed below. The numerical value will be totaled to achieve the total rating for each proposal.

Score Sheet Firm History & Capability 10pts. Relevant Experience 25pts. Project Personnel 25pts. Financial Information 5pts. Project Approach 20pts. Fee Proposal 15 pts. Total Evaluator Name: ______________________________ Signature: ___________________________________

(10)

References

Related documents

wkh wuhqg h{wudfwhg e| pdq| ri wkh VHWv lv qrw vprrwk hqrxjk frpsduhg wr wkh ghwhuplqlvwlf rqh dqg lv wrr vprrwk frpsduhg wr wkh vwrfkdvwlf wuhqg1 Wkhuhiruh lq fdvh ri

In this paper, the authors give the definitions of a coprime sequence and a lever function, and describe the five algorithms and six characteristics of a prototypal public

Maritime College - Hurricane Preparedness and Response Plan In the event of an IT service interruption, IT will prioritize returning services in the following order: •

In tumor cells exposed to DNA damaging therapy, p53 appears to be essential for senescence induction as tumor cell lines harboring mutant p53 failed to become senescent and

Regional differences in northern bobwhite abundance could not be predicted by precipitation regimes, whereas scaled quail abundance was negatively correlated with fall and

Maryland Rule 16-604 states that “all funds, including cash, received and accepted by an attorney or law firm in this State from a client or third person to be delivered in whole or

Minimum eight (8) years of experience with project management, construction management or field construction of public infrastructure or similar projects, including at least

The stepwise model consists of the prostate primary epithelial EP156T cells, mesenchymal non-transformed EPT1 cells, premalignant EPT2 cells, primary tumor derived EPT3-PT1