Solicitation CM/GC At-Risk for New Construction in Box Elder School District. Bid designation: Public

Similar documents
REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Architectural Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Request for Proposals for Construction Manager at Risk Watertown Community Center

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

EDGEWOOD INDEPENDENT SCHOOL DISTRICT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR PROPOSALS

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Colquitt Regional Medical Center

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Dakota County Technical College. Pod 6 AHU Replacement

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Amalgamation Study Consultant

REQUEST FOR PROPOSAL. Conduct a Resident Satisfaction Survey. City of Hyattsville, Maryland

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR QAULIFICATONS. General Contractor Construction Manager (GC/CM) Wallace and Lexington Elementary Schools Replacement Project.

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Design Build Services Lake Shawnee Junior Pond Improvements

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

Below are five basic procurement methods common to most CDBG projects:

Project number: Project Title: Recreation Center Expansion and Student Wellness Center

Proposals must be clearly marked Request for Proposals Independent Audit Services

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

COMMUNITY CONSOLIDATED SCHOOL DISTRICT West Dundee Road Wheeling, IL REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request for Proposals Construction Services Workplace Excellence Project

Request for Qualifications

REQUEST FOR PROPOSALS (RFP) AND STATEMENT OF QUALIFICATIONS

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

City of Malibu Request for Proposal

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES. Erie Library Expansion Project

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

The District is looking for the architectural firm to provide the following (not listed in order of preference):

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

This request for qualifications seeks the following type of service providers:

Request for Proposals and Specifications for a Community Solar Project

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

RE: Request for Proposal Number GCHP081517

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

General Procurement Requirements

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP)

REQUEST FOR PROPOSALS FOR TOWING SERVICES

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

CITY OF GOLDEN, COLORADO Parks and Recreation Department

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals (RFP)

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Request for Proposal

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Transcription:

5 Solicitation 1505-001 CM/GC At-Risk for New Construction in Box Elder School District Bid designation: Public Box Elder School District 5/18/2015 2:10 PM p. 1 6

CM/GC At-Risk for New Construction in Box Elder School District 5 Bid Number 1505-001 Bid Title CM/GC At-Risk for New Construction in Box Elder School District Bid Start Date May 18, 2015 2:08:36 PM MDT Bid End Date Jun 11, 2015 1:00:00 PM MDT Question & Answer End Date Jun 4, 2015 1:00:00 PM MDT Bid Contact Tamara Steward Maintenance Secretary Facilities Maintenance tamara.steward@besd.net Bid Contact Jim Christensen Maintenance Director Maintenance jim.christensen@besd.net Contract Duration Contract Renewal Prices Good for One Time Purchase Not Applicable 30 days Pre-Bid Conference May 28, 2015 10:00:00 AM MDT Attendance is optional Location: Box Elder School District 960 S. Main Brigham City, UT 84302 Bid Comments The goal of the projects is to facilitate the needs of the District s adult special needs students, and facilitate growth in enrollment. The scope of the proposed replacement project is to design and construct approximately 20,000 square feet of a two story facility which will be used to provide services to the District s adult special needs students and facilitate the District s professional development activities. The new facility will built on property adjacent to the District Office building in Brigham City. The scope of the proposed addition project is to design and construct nine additional classrooms and an adjoining corridor to an existing facility (approximately 12,000 square feet), plus approximately 10,000 square feet of additional parking area. The addition in Tremonton is to replicate an existing classroom wing at the twin building in Brigham City. The projects are to be constructed on large, occupied campuses. Preference will be given to firms who have recent experience on similar sites and public school projects. The selected firm must be capable and willing to work closely with the District and Architect (VCBO Architecture) through the design phase, providing analysis of cost estimates, schedules, and necessary value engineering. Item Response Form Item Quantity 1505-001--01-01 - CM/GC At-Risk for New Construction in Box Elder School District 1 each 5/18/2015 2:10 PM p. 2

Prices are not requested for this item. Delivery Location Box Elder School District Box Elder School District 960 South Main Brigham City UT 84302-3162 Qty 1 Expected Expenditure $6,800,000.00 Description The goal of the projects is to facilitate the needs of the District s adult special needs students, and facilitate growth in enrollment. The scope of the proposed replacement project is to design and construct approximately 20,000 square feet of a two story facility which will be used to provide services to the District s adult special needs students and facilitate the District s professional development activities. The new facility will built on property adjacent to the District Office building in Brigham City. The scope of the proposed addition project is to design and construct nine additional classrooms and an adjoining corridor to an existing facility (approximately 12,000 square feet), plus approximately 10,000 square feet of additional parking area. The addition in Tremonton is to replicate an existing classroom wing at the twin building in Brigham City. The projects are to be constructed on large, occupied campuses. Preference will be given to firms who have recent experience on similar sites and public school projects. The selected firm must be capable and willing to work closely with the District and Architect (VCBO Architecture) through the design phase, providing analysis of cost estimates, schedules, and necessary value engineering. 6 5/18/2015 2:10 PM p. 3

REQUEST FOR PROPOSALS CONSTRUCTION MANAGER/GENERAL CONTRACTOR Box Elder School District Independent Life Skills Center Replacement & Harris Intermediate School Classroom Addition BIDSYNC.COM # 1505-001 TO: FROM: Interested Construction Management/General Contractor (CM/GC) Firms Jim Christensen, Chair Architect Selection Committee Box Elder School District (BESD) DATE: 15 May 2015 SUBJECT: Request for Proposal CM/GC Services Box Elder School District Independent Life Skills Center Replacement & Harris Intermediate School Addition Box Elder School District (the District) is seeking proposals from qualified and public school experienced firms for CM/GC services for the following projects within their respective estimated construction budgets. Replacement Independent Life Skills Center (ILSC), Brigham City $ 5,000,000 Addition Alice C. Harris Intermediate School, Tremonton $ 1,800,000 The goal of the projects is to facilitate the needs of the District s adult special needs students, and facilitate growth in enrollment. The scope of the proposed replacement project is to design and construct approximately 20,000 square feet of a two story facility which will be used to provide services to the District s adult special needs students and facilitate the District s professional development activities. The new facility will built on property adjacent to the District Office building in Brigham City. The scope of the proposed addition project is to design and construct nine additional classrooms and an adjoining corridor to an existing facility (approximately 12,000 square feet), plus approximately 10,000 square feet of additional parking area. The addition in Tremonton is to replicate an existing classroom wing at the twin building in Brigham City. The projects are to be constructed on large, occupied campuses. Preference will be given to firms who have recent experience on similar sites and public school projects. The selected firm must be capable and willing to work closely with the District and Architect (VCBO Architecture) through the design phase, providing analysis of cost estimates, schedules, and necessary value engineering. Your interest and consideration is appreciated! 5/18/2015 2:10 PM p. 4

Box Elder School District Independent Life Skills Center Replacement & Harris Intermediate School Classroom Addition SELECTION PROCESS GENERAL INFORMATION The following is general information about the proposed project. If you desire information beyond this request, please contact Jim Christensen, Box Elder School District Facilities Management Director (jim.christensen@besd.net or 435-734-4800). No other member of the CM/GC selection committee, BESD School Board, or BESD employees are to be contacted regarding this project, without prior authorization from the District Facilities Management Director. Un-authorized contact with the selection committee members, School Board members, or District employees may be considered as unfair influence upon the selection process and may result in the disqualification of the interested firm. The CM/GC selection process will include an evaluation of proposals, and, if the District chooses, an interview with select firms. The District intends to negotiate a contract with the highest ranked firm. A. Non-Mandatory Pre-Submittal Meeting To ensure sufficient information is available to firms preparing proposals, a non-mandatory pre-proposal meeting has been scheduled. The intent of this meeting is to have District staff available to discuss the projects and answer any questions. A record of attendees and items of discussion will be kept for the District s use, only. The pre-submittal meeting will be held on: 28 May, 2015, 10:00 AM Box Elder School District Office 960 South Main Brigham City, Utah 84302 An aerial view of the campuses and proposed construction footprints will be available. Questions and requests for additional information are preferred in writing through BidSync.com, or email. Questions and requests, and subsequent responses deemed appropriate by the District, may be forwarded to other interested firms, based upon their relevance in clarifying pertinent information. Questions and requests for information will be accepted until 1:00 PM on 4 June, 2015. B. Submitting Proposals Submit five (5) copies, plus one (1) electronic copy of your proposal. Proposals are to be submitted to: Box Elder School District ATTN: Jim Christensen 960 South Main Brigham City, UT 84302 Proposals are to be submitted to the District by 1:00 PM, 11 June, 2015. Late submittals will be rejected without consideration. The District assumes no responsibility for costs related to the preparation of submittals. 5/18/2015 2:10 PM p. 5

C. Proposal Evaluation and Potential Interview Invitations Proposals will be evaluated by the District s Selection Committee. The selection committee will review and rank the submittals. Firms ranked the highest may, at the District s discretion, be invited to an interview with the selection committee. If deemed necessary, interviews will be conducted on or around 23 June, 2015. For your information, the CM/GC Selection Committee consists of three District Administrators, one School Board Member, and one consultant from the design/construction field. D. Evaluation Criteria Weighting Project Team 30% Experience 30% Management Plan 40% E. SCHEDULE Following is the anticipated schedule of events for completion of the projects. Project Programming and Design Currently in Process Anticipated CM/GC Selection 24 June 2015 Anticipated Construction Start ILSC Replacement Summer/Fall 2015 Anticipated Construction Start Harris Addition Summer/Fall 2015 Anticipated Completion of Both Projects August 10, 2016 5/18/2015 2:10 PM p. 6

Proposal Requirements and Evaluation Criteria Firms who submit proposals will be evaluated based on the criteria described below. If you are interested in being considered for these services, please submit your proposal, providing specific attention and detail to the following preferably in an outline that mirrors the elements of this request, and in as succinct format as possible. CM/GC firms interested in the projects will be evaluated upon a project proposal which includes the firm s team, and individual qualifications and abilities, management plan, reference information, and past experience. The selection committee shall use, but is not limited to, the following information in evaluating each CM/GC firm. The criteria are not listed in any priority order. The inclusion of unrelated, unsolicited, or otherwise unnecessary information is not useful to the selection committee and will prove a disadvantage to interested CM/GC firms. Project Proposal The interested CM/GC firms shall submit a Project Proposal which includes qualifications, management plan, reference information, and past experience. Provide specific and concise information addressing the following. Section A 1. A brief profile of the firm, including number of years providing CM/GC services to public schools under this name. 2. The firm s address, phone, fax number, website, etc., and the person to contact regarding this project. Section B 1. Identify the proposed project team, including the project manager, site superintendent, project engineer, and other staff to be directly involved on site in the proposed project. 2. Provide an organizational chart to clarify the Contractor s supervision and support structure during each phase of the project. 3. Clearly identify all personnel that will be included as a Construction Supervision Cost. 4. Identify the years of/and experience possessed by the project manager and site superintendent specific to the design and construction of occupied public school facilities. Please include all applicable qualifications, licenses, certifications, etc., of the proposed project manager and site superintendent. 5. Define the percentage of the project manager s weekly schedule which will be spent physically on the project sites. Also, define the percentage of the project superintendent s weekly schedule which will be spent on the project site. Section C 1. List the public school projects the firm has under construction, or has constructed since 2010. As possible, some members of the selection committee will be contacting some of these clients and possibly visiting some of the described projects. 5/18/2015 2:10 PM p. 7

2. Specifically identify and detail public school projects, especially remodel projects, of similar scope and nature, and detail the specific involvement of each member of the proposed team on these projects. 3. Identify and provide current contact information for the School District Administrator responsible for construction of the previously noted projects. The District may contact individuals, not limited to the identified School District Administrator(s) responsible for previous projects, directly familiar with information regarding the firm s ability to manage schedule, performance, sub-contractors, quality, cost, and other aspects of previous public school projects. Section D Describe your preferred management plan to meet the District s needs and desired deadline. The plan should specifically address the following: 1. Information on how the project will be managed, including items such as security and safety controls, quality control, and required interfaces at the site with the subcontractors, municipalities, utilities, inspectors, etc. 2. Information on the firm s process for selecting and managing subcontractors, suppliers, vendors, etc. 3. The general information provides a proposed demolition, design, and construction schedule. Identify any potential concerns or recommendations for achieving the required deadline of the proposed schedule, including critical dates and other information in sufficient detail for the selection committee to determine if the time frames are reasonable and acceptable. 4. Considering criteria, risks, etc., that have been identified in the general information, and additional potential risks that the team has identified, describe how those risks may be mitigated. 5. Work you plan to self-perform. Specifically define the scope of self-performed work and the advantages to the District. 6. Services available during the Preconstruction Phase of this project and the individuals who will be performing these services. Upon evaluation of the project proposals, the selection committee will invite the three highest ranking firms to submit a cost proposal (see attached Cost Proposal Form). Cost Proposal A cost proposal document is included at the end of this RFP. If your firm is evaluated to be among the highest ranked, you will be immediately contacted and asked to submit a completed Cost Proposal within twenty-four (24) hours of the request for the Cost Proposal. Submit the cost proposal as described below. BESD CM/GC Selection Committee Attention: Jim Christensen Box Elder School District 960 South Main Brigham City, UT 84302 Email: jim.christensen@besd.net 5/18/2015 2:10 PM p. 8

Other Information Box Elder School District will appoint a Construction Manager immediately after selecting an Architectural firm. The proposed Principal Architect or the project leader is invited to assist in the selection of the Construction Manager/General Contractor. Project Risk Factors Occupied campuses. The Harris Intermediate site has soil and ground water issues (related to the high water table) which will require mitigation. Hazardous Materials The Harris Intermediate facility has no known asbestos containing materials. Award of Agreement & Fee Determination Upon evaluation of the interested CM/GC firms, the District s selection committee will determine if it is in the best interest of the District to recommend a firm for the project. Upon the committee s recommendation, the District reserves the right to negotiate all fees according to Utah Procurement Code. These fees will be negotiated at the time the opportunity is issued to the recommended firm. If fair and reasonable compensation, contract requirements, and/or contract documents cannot be agreed upon with the recommended firm, the District shall advise the firm of the termination of negotiations. In the event that BESD is unable to reach an acceptable agreement with the recommended CM/GC firm, BESD reserves the right to enter into a contractual agreement with the next highest ranked firm identified by the selection committee. Standard Contract Terms and Conditions Any contract resulting from this RFP with any qualified CM/GC firm will be subject to AIA Document A133-2009 with the District modified terms and conditions. Right to Reject Proposals and Waive Technicalities Box Elder School District reserves the right to reject any or all proposals or waive any formality or technicality in any proposal in the interest of the District. Award of Agreement Upon evaluation of the interested CM/GC firms, the selection committee will recommend to the BESD Board of Education, the CM/GC firm it considers best suited to meet the interests of BESD. Upon the selection committee s recommendation, the BESD Board of Education intends to enter into an agreement with the recommended CM/GC firm to construct the project. In the event that BESD is unable to reach an acceptable agreement with the firm evaluated highest, BESD reserves the right to enter into a contractual agreement with the next highest evaluated firm identified by the selection committee. 5/18/2015 2:10 PM p. 9

Agreement and Bond The selected firm, simultaneously with the execution of the Guaranteed Maximum Price (GMP), shall be required to furnish a performance bond and a payment bond, both bearing original signatures. The performance and payment bonds shall be for an amount equal to one hundred percent (100%) of the contract sum and secured from a company that meets the requirements specified by the School Board s procurement policies. Any bonding requirements for subcontractors will be specified in the Supplementary General Conditions of the contract documents. Termination or Debarment Certifications The selected firm must submit a certification that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from soliciting work by any governmental department or agency. The contractor must also certify that neither it nor its principals have been terminated during the performance of a contract or withdrew from a contract to avoid termination. If the selected firm cannot certify these two (2) statements the firm shall submit a written explanation of the circumstances for review by BESD. Firms are to submit these certifications prior to entering into an award agreement. Self-Performed Work The selected firm will be allowed to self-perform work. This work must be billed for at actual cost incurred, plus the Self-Performed Work Markup. Actual costs for self-performed work will be subject to audit. No billing rates will be allowed. The firm must bid its self-performed work. The Contractor s bid will then be evaluated by the District and Design Consultant and must be determined to be the best value bid for the work to be awarded to the Contractor. The cost of any work that is self-performed will be part of the established GMP. Sealed bids for self-performed work shall be submitted to the BESD Facilities Department, three (3) hours prior to the bid close time. Guaranteed Maximum Price (GMP) The Guaranteed Maximum Price is the final price that the CM/GC firm agrees to accept, in full performance of the Construction Manager/General Contractor Agreement (CM/GC Agreement) and is based on the final contract drawings and specifications. The GMP shall include all fees and percentages, as well as the costs for General Conditions and all work as required in the Contract Documents. Please note: Should the work be completed in project phases and bid packages, the successful firm will be required to submit a GMP for each of these phases and packages of the work. The sum or total of all the GMP s for these phases of the work, shall be the final GMP. In addition to the Preconstruction Fee, all other GMP s for the phases of the work shall become part of the CM/GC Agreement by contract modification. The final GMP is normally determined at the completion of the contract documents and receipt of subcontractor s bids. However, a GMP may be negotiated at an earlier point as may be needed by the District. Licensure The Contractor shall comply with and require all of its subcontractors to comply with the license laws as required by the State of Utah. Financial Responsibility of Contractors, Subcontractors and Sub-subcontractors Contractors shall respond promptly to any inquiry in writing by the Owner to any concern of financial responsibility of the contractor, subcontractor, or sub-subcontractor. 5/18/2015 2:10 PM p. 10

Withdrawal of Proposals Proposals may be withdrawn upon written request received from proposer until the notice of selection is issued. Propriety Upon written request, the District will provide a list of firms who submit proposals. Upon written request, the District will provide a summary of the Selection Committee s ranking of firms, to the CM/GC firms who submitted legitimate proposals to provide CM/GC services on the projects identified in this RFP. As per Utah Code 63G-2-305, no proprietary information provided to the District in proposals will be made available to any other parties. COST PROPOSALS The Cost Proposal shall include the proposed cost of all items required for the project. If the contractor observes that portions of the Contract Documents are at variance with applicable law, building codes, rules, regulations, or contain obvious, erroneous, or uncoordinated information, the Contractor shall promptly notify the District Building Official and Architect, and the necessary changes shall be accomplished by Addendum. Cost Proposals, bearing original signatures, must be typed or handwritten in ink on the attached Cost Proposal Forms. Forms are to be submitted to the selection committee in a sealed envelope as described previously in this document. All contractors shall furnish the following fees and markups as part of the Cost Proposal: Preconstruction Fee: This lump sum fee consists of all costs for the CM/GC to provide the required services of the Preconstruction Phase. No other reimbursable costs will be allowed or considered in addition to this fee. Construction Management Fee: This lump sum fee shall consist of and include overhead (e.g., home office), profit, and home office personnel who will be managing the project during bidding, construction, and closeout, including the warranty period. This fee does not include General Conditions. Cost of Bonds: This is the cost of payment and performance bonds based on the FLCC amount. Construction Supervision Cost: This is a per month cost to the project from notice to proceed to final completion for the CM/GC s on-site management/supervision team (e.g., project manager, superintendent, etc.). Contractor Change Order Markup: This is the fixed percentage markup that the Contractor may apply to a Change Order for scope increase to the CM/GC Agreement. Self-Performed Work Markup: This is a fixed percentage markup that will be applied to the cost for the CM/GC s actual labor plus burden cost, material costs, and equipment costs for self-performed work. 5/18/2015 2:10 PM p. 11

COST PROPOSAL BOX ELDER SCHOOL DISTRICT ILSC REPLACEMENT & HARRIS ADDITION NAME OF PROPOSER DATE A. Preconstruction Fee: For all work during the preconstruction period, I/we agree to perform for the lump sum of: DOLLARS ($ ) (In case of discrepancy, written amount shall govern) B. Construction Management Fee: For all work during the construction phase of the contract for the management of the project, I/we agree to perform for the lump sum of: DOLLARS ($ ) (In case of discrepancy, written amount shall govern) C. Cost of Bonds: The cost of payment and performance bonds based on the amount of the FLCC. DOLLARS ($ ) (In case of discrepancy, written amount shall govern) D. Construction Supervision Cost: For project supervision and support team costs not covered in the above management fee, I/we agree to perform for the per month sum of: DOLLARS ($ ) (In case of discrepancy, written amount shall govern) E. Contractor Change Order Markup: For all work added to the contract by change order, I/we agree to add not more than % to the subcontractor/supplier costs for the additional work. F. Self-Performed Work Markup: For all self-performed work, I/we agree to add no more than % to our labor and material costs to perform the work. The labor burden, including benefits, adds % to the labor rate. With the cooperation of the Box Elder School District and the Principal Architect, the undersigned will continue to work with due diligence to provide a Guaranteed Maximum Price (GMP) within the Fixed Limit of Construction Cost (FLCC). Company Date Name of Company Officer Position/Title 5/18/2015 2:10 PM p. 12

Question and Answers for Bid #1505-001 - CM/GC At-Risk for New Construction in Box Elder School District 5 Overall Bid Questions There are no questions associated with this bid. Question Deadline: Jun 4, 2015 1:00:00 PM MDT 5/18/2015 2:10 PM p. 13 6