1. PROJECT DESCRIPTIONS.



Similar documents
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

Eanes Independent School District

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

Construction Management At-Risk

GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES)

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading.

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Colorado Mesa University CMU 2489 REQUEST FOR QUALIFICATIONS SMALL BUSINESS GENERAL CONTRACTOR PREQUALIFICATION

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

CONSTRUCTION CONTRACT NO. T F

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

City Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # For. Construction Management Services for the

Re: Specialized Educational Services Request for Proposal # RFP. Notice to Proposers

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013.

MASTER TEXT COPY CONSENSUSDOCS 221 CONTRACTOR'S STATEMENT OF QUALIFICATIONS FOR A SPECIFIC PROJECT

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

T R A D E C O N T R A C T O R Q U A L I F I C A T I O N F O R M

ANNUAL PREQUALIFACTION APPLICATION. Interested Subcontractor:

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California (949) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

PREQUALIFICATION QUESTIONNAIRE

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

PITTSBURG UNIFIED SCHOOL DISTRICT

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Mid Michigan Community College

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

Michael McCullar, Director of Purchasing RFQ Title: Bond Counsel RFQ Opening Time and Date: Thursday, February 5, :00AM CST

Corrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

State of North Carolina Prequalification Form for Prime Contractor

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Tax Credit Assistance Program Notice of Funding Availability

NOTICE TO CM/GC Companies

Requirements for Qualifications Package Submittals

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

ATLANTA PUBLIC SCHOOLS

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

REQUEST FOR QUALIFICATIONS: Professional Engineering Services For Water Treatment Plant Filter Replacement or Rehab

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Minnesota Power PRE QUALIFICATION QUESTIONNAIRE. Engineering, Procurement and Construction of a 10 MW Solar PV Power Plant

Ecorse Public Schools W. Outer Drive Ecorse, Michigan (313) / (313) (fax)

Request for Proposals

ADVERTISEMENT FOR BIDS

SCRANTON, PA (570)

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

Shook Subcontractor Prequalification Form

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

RFP Milestones, Instructions, and Information

Residential Builders New Application

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

IOWA LOTTERY AUTHORITY BID Security Assessment Services

New WMHS Construction Management Firm

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

Request for Proposal No. RFP Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

REQUEST FOR QUALIFICATIONS FROM FOUNDATION REPAIR CONTRACTORS BROOMFIELD DEPOT FOUNDATION REHABILITATION PROJECT

APPLICATION. Internal Use Only 1311 Chestnut Street TDLR# Bastrop, Texas Intake Date

Policy Number: Policy Name: Professional Services and Construction Services Procurement

CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Stephenson County, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT

Transcription:

SAN ELIZARIO INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FOR CONSTRUCTION MANAGER AT RISK FOR NEW FIELDHOUSE AND STEM BUILDING ADDITION AT SAN ELIZARIO HIGH SCHOOL AND NEW SUPPORT SERVICES BUILDING RFP NO. 2015-1012 The San Elizario Independent School District will accept sealed proposals from construction managers at risk in a one step process until 3:00 p.m. on May 12, 2015. The proposals shall provide the information required in this Request for Proposal. 1. PROJECT DESCRIPTIONS. New Field House at San Elizario HS (construction will be compatible with other existing buildings at the high school) a. The new field house will be approximately 24,618 sq. ft. of new construction. b. The scope for this project will consist of new construction to include boys and girls separate locker room sections with showers for up to approximately 160 occupants of equal gender. There will be a trainer s room with saunas, showers and an office in the trainer s area. Center section of the building will hold Coaches offices, IT, multipurpose rooms, commons area and an approximated 2800 sq. ft. weight training room, also public restrooms, electrical / mechanical rooms will be accessible from the exterior. Site work will include water, sewer, electrical and gas lines to be extended or relocated. All associated mechanical, electrical, superstructure, substructure, selected demolition, interior construction finishes included. The site improvement will include 44 parking spaces, sidewalks paving, grading will be required. c. The schedule for this project is as follows: i. Design Development ongoing scheduled for completion June 2015 ii. Construction Document scheduled for completion August 2015 iii. Bidding & Contract Award scheduled for completion September 2015 iv. Construction October 2015 through December 2016 d. Construction Budget: $6.2 million STEM Building Addition at San Elizario HS (construction will be compatible with other adjacent buildings at the high school) a. The STEM building addition will be approximately 22,328 sq. ft. of new construction. b. The scope for this project includes new construction built out from an existing building with concrete walls similar to adjacent building. This addition will consist of a Cosmetology / Nail Tech Classroom / salon with computer stations. A culinary dining area kitchen prep / lecture area with offices and computer stations. There will be bathroom facilities for boys and girls including an Engineering, Bio-Medical, and Science / Math lab for 28 students / computer stations. Site work will include water, sewer, electrical and 1

gas lines to be extended or relocated. All associated mechanical, electrical, superstructure, substructure, selected demolition, interior construction finishes included. Site work will include a new parking / paving for a 33 space parking lot, grading required. c. The schedule for this project is as follows: i. Design Development ongoing scheduled for completion June 2015 ii. Construction Document scheduled for completion August 2015 iii. Bidding & Contract Award scheduled for completion September 2015 iv. Construction October 2015 through December 2016 d. Construction Budget: $4.8 million New Support Services Building (the School District proposes a metal building) a. The new Support Services building will be approximately 19,782 sq. of new construction. b. This building will serve operation departments such as Warehousing, Transportation with bus bays, Maintenance and its shop and Support management offices for approximately 75 people. This new construction will be a metal building with a pitched metal roof, interior will be 20 foot hi-bay ceilings. The front entrance section will have brick façade or metal stud constructions. Offices, lounge, restrooms and training room will have low vault ceiling and lighting. Transportation bays will have large overhead doors for both entry and exiting. Site work will include water, sewer, electrical and gas lines to the new construction with all associated mechanical, electrical, and demolition. Five portable building will need to be removed. Grading will be required for site improvements which consist of approximately 50 school bus parking and 75 fleet / personal vehicle asphalt parking area with appropriate landscaping to front entrance area. c. The schedule for this project is as follows: i. Design Development ongoing scheduled for completion June 2015 ii. Construction Document scheduled for completion August 2015 iii. Bidding & Contract Award scheduled for completion September 2015 iv. Construction October through December 2016 d. Construction Budget: $4.1 million 2. Proposals to Include all Projects. The proposals should include all projects. The School District anticipates selecting a single firm to serve as Construction Manager at Risk for all projects, however, the proposals should specify any differences in construction manager fee or general conditions pertinent to the individual projects. The construction of the three projects may proceed on slightly different schedules depending on factors beyond the control of the School District or at the discretion of the School District. 3. Pre-Bid Meeting. The School District will conduct a pre-bid meeting of all interested companies on Wednesday April 29, 2015 at 8:30 am at 1050 Chicken Ranch Road, San Elizario, Texas 79849. Interested companies are strongly urged to attend, but attendance is not mandatory. 2

4. Evaluation Criteria a. The School District will use the following criteria with respect to evaluating statements of qualifications: 1 The reputation of the vendor and of the vendor s goods or services 20 2 The quality of the vendor s goods or services 20 3 The vendor s past relationship with the District, District representative or Architect 4 The extent to which the goods or services meet the District s needs 20 5 6 Proposed construction management fee and estimated general conditions Other relevant factors the District will consider in selecting a vendor as shown on the list below i. The reputation of the vendor and of the vendor s goods or services ii. The quality of the vendor s goods or services iii. The vendor s past relationship with the District, District representative or Architect How substantial is the firm s recent experience in the construction of projects of comparable size and complexity? How substantial is the firm s experience in providing construction services for educational facilities of comparable size and complexity? Is the firm knowledgeable about, experienced in the El Paso Texas construction market? How substantial is the firm s recent experience in providing pre-construction services for projects of comparable size and complexity? Has the firm worked for the District in the past? If so, was that work satisfactory to the District? iv. The extent to which the goods or services meet the District s needs Does the description provided by the firm of its pre-construction services evidence both understanding and capabilities of the process in general and as it applies to this specific project? Does the construction manager appear to have the capability to meet the District s schedule objectives? v. Proposed price Is the firm s fee competitive? Are there any costs in addition to the General Conditions? What are the estimated General Conditions? vi. Other relevant factors the District will consider in selecting a vendor How long has the firm been in business providing the type of services sought by the District? Does the firm s organizational structure, licensing and financial information indicate that the firm is capable of undertaking this project? Do the personnel proposed for the project appear to have the appropriate experience, capabilities? 3 10 25 5 Total 100

Did the references listed (both owner s and architect s) have a favorable experience with the organization? Would they work with them again? How comparable was their project to this project? Does the vendor have a good safety record? What is the impact of the ability of the District to comply with laws and rules related to historically under-utilized businesses? What other projects does vendor currently have pending? 5. Special Conditions. a. No lobbying. No firm submitting a Statement for Proposals shall lobby, contact or solicit School District staff members or members of the Board of Trustees during the selection process. Any questions or concerns about the RFP or requests for clarification shall be directed to the School District contact persons listed in the RFP. b. Criminal History. The School District reserves the right to require any of the firm s representatives or employees who will be performing services at the School District be subject to a criminal history check and shall not have a criminal history which is objectionable to the School District. The firm selected shall submit appropriate information to the School District in compliance with Section 22.081 et seq., Texas Education Code. c. Deviations. List any deviations or clarifications from the terms and conditions of this RFP. d. Right to Reject. The School District reserves the right to reject any and all Proposals, to negotiate portions thereof, and to waive any informality or mistake in a Proposal. e. Negotiations/Interviews. The School District reserves the right to enter into negotiations with any of the firms submitting Proposals and to schedule interviews with administrative staff and/or Board of Trustees as the School District deems appropriate. 6. Procedure for Submitting Statement for Proposals. An original and 3 copies of Proposals must be received no later than 3:00 pm, May 12, 2015. The notation and submittal instructions are as follows: SAN ELIZARIO ISD RFP#2015-1012 CONSTRUCTION MANAGER @ RISK Norberto Rivas, Chief Financial Officer San Elizario ISD 1050 Chicken Ranch Road San Elizario, Texas 79849 4

7. Proposed Schedule. This is a proposed schedule. It is subject to modification by the Administration or Board of Trustees. Advertisement for RFP April 26, 2015 & May 3 2015 Proposals Due May 12, 2015 Review of Proposals TBD May 2015 Interviews and Presentations if necessary TBD May 2015 Selection by Board of Trustees TBD May 2015 8. Payment and Performance Bonds. The firm selected as Construction Manager at Risk shall provide payment and performance bonds for one hundred percent (100%) of the construction cost including General Conditions. 9. Insurance Requirements. The firm selected as Construction Manager at Risk shall provide the following insurance coverages: Worker s compensation statutory limits Employer s liability not less than $1,000,000 Comprehensive general liability not less than $1,000,000/$2,000,000/$500,000 Comprehensive auto insurance not less than $500,000/$1,000,000 Excess liability insurance not less than $1,000,000 Builder s risk and property insurance for the full insurable value of the Project 10. Guaranteed Maximum Price. When the drawings and specifications are sufficiently complete, the Construction Manager shall propose to the School District a Guaranteed Maximum Price which shall be the sum of the estimated cost of the work, the General Conditions, the Construction s Manager fee and the Owner s construction contingency. The Owner s contingency shall be such amount as agreed upon by Owner and Construction Manager and may not be used except upon prior consent of Owner. Any unused portion of the Owner s construction contingency shall be retained by Owner. Any savings on the Project will be retained by Owner. 11. Liquidated Damages for Delay. The Contract will include a provision for liquidated damages for delay in the amount of $500.00 per project per day. Liquidated damages may be assessed on a per project basis. 12. Compliance with Law. All bids by subcontractors and trade contractors shall be subject to review and approval by School District in accordance with the provisions of Section 2269.251 et seq., Texas Government Code. 5

13. Questions and Additional Information. Any person wishing to obtain additional information about the Request for Proposals or about the School District may contact Norberto Rivas, Chief Financial Officer, or Larry A. Baskind, General Counsel, at the following phone numbers or email addresses: Norberto Rivas Phone: (915) 872-3939 Ext. #3533 Email: nrivas@seisd.net or Larry Baskind Phone No.: (915) 544-0737 Email: lbaskind@bh-ep.com No other persons may be contacted for clarification or information. 14. Documents to Be Completed and Submitted. a. General Information b. IRS Form W-9 c. Felony Conviction Notice d. Senate Bill 9 Contractor Responsibility Form e. Certification Regarding Debarment, Suspension & Other Responsibility Matters f. Form CIQ (Conflict of Interest Questionnaire) g. Prohibition on Lobbying or Solicitation Acknowledgement Form h. Questionnaire 6

General Information Questionnaire to Determine Principal Place of Business Under Section 2252.002 Local Government Code. GENERAL INFORMATION: 1. Legal Name of Business: 2. Street Address: 3. Post Office Box (if any) or Mailing Address if different from question #2._ 4. City: State: Zip: 5. Telephone Number: ( ) 6. Nature of Business (architect, engineer, general contractor, etc.): 7. Type of Business Organization (check one): Sole Proprietorship Partnership (general or limited) Corporation Other Legal Entity Limited Liability Company Questions Related to Principal Place of Business: 1. In what state is your principal place of business? 2. In what state, if any, is your business incorporated? 3. If business is a corporation, furnish the name and address of the agent for services: 4. Is your business authorized to do business under the laws of the State of Texas? 5. Do you transact business in more than one state? If so, list all states in which you transact business: 7

RFQ #2015-1012 Construction Manager @ Risk 6. In what state are the majority of your activities conducted? 7. List the total gross sales of your business within the last two calendar years. $ 8. In what State does your business earn the largest percentage of its revenues? What percentage is earned in Texas? 9. In what State is the largest percentage of the capital? Assets of your business located? What percentage is located in Texas? 10. Give the address of your general office where centralized control of your business is conducted? 11. In what State does the largest percentage of full-time equivalent employees of your business reside permanently? What percentage resides permanently in Texas? How many full-time equivalent employees reside permanently in Texas? 12. Give the name and residential address(es) of the officer (s), sole proprietor or partners of your business. Owner or Officer Printed Name Print Title

9

FELONY CONVICTION NOTICE Section 44.034, Texas Education Code, Notification of Criminal History, Subsection (a) states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This notice is not required of a publicly-held corporation. (Please CHECK APPROPRIATE BOX below and COMPLETE BOTH SIGNATURE BLOCKS) Company s Name: Authorized Company Official s Name (printed) My firm is a publicly-held corporation, therefore, this reporting requirement is not applicable. My firm is not owned nor operated by anyone who has been convicted of a felony. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Signature of Company Official: 10

11

12

13

14

Prohibition on Lobbying or Solicitation Acknowledgement Form The San Elizario Independent School District prohibits lobbying, contacting or soliciting School District staff members or members of the Board of Trustees during the selection process. This does not include any attendance at any meeting scheduled by the School District such as a pre-bid conference, or any contact with the Executive Director of Finance or General Counsel for the purpose of obtaining clarification regarding any of the procedures or requirements. The School District reserves the right to disqualify any firm that violates this policy. The undersigned acknowledges the district policy and certifies that all employees, agents, consultants, or representatives of the representing firm have not or will not contact, solicit, or lobby School District staff members, members of the Board of Trustees regarding the above mention solicitation from the date of Board of Trustees authorization to solicit proposals through final action of this solicitation by the Board of Trustees. Firm Name Name of Representative Title of Representative Signature of Representative Date 15

Questionnaire Please provide the following information in the tabbed sequence and format prescribed by this questionnaire. Supplemental materials providing additional information may be attached, but the information requested below is to be provided in this format. 1. Firm Information: Name of firm: Address of principal office: Phone, Fax: Form of Business Organization (Corporation, Partnership, Individual, Joint Venture, Other?): Year founded: Primary individual to contact: 2. Organization: 2.1 How many years has your organization been in business in construction in its current capacity? 2.2 How many years has your organization been in business under its present name? Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: Date of incorporation, State of organization, President s name, Vice-President s name(s), Secretary s name, Treasurer s name. 2.4 If your organization is a partnership, answer the following: Date of organization, type of partnership (if applicable), names of general partner(s). 2.5 If your organization is individually owned, answer the following: Date of organization, name of owner. 2.6 If the form of your organization is other than those listed above, describe it and name the principals. 3. Licensing: 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable. 3.2 List jurisdictions in which your organization s partnership or trade name is filed. 4. Experience: 4.1 List the categories of work that your organization normally performs with its own forces. Would you propose to do any work with your own forces or to bid all work to subcontractors? 4.2 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform. 4.3 Claims and suits. (If the answer to any of the questions below is yes, please attach details.) 4.3.1 Has your organization ever failed to complete any work awarded to it? 4.3.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.3.3 Has your organization filed any lawsuits or requested arbitration with 16

regard to construction contracts within the last five years? 4.4 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.5 Current Work: List the major construction projects your organization has in progress, giving the name and location of project, owner, architect, contract amount, percent complete and scheduled completion date. 4.6 Work over the last 5 years: List the major projects (particularly educational facilities) constructed by your organization over the last 5 years. For each project, provide the name, nature of the project/function of the building, size (SF), location, cost, completion date, owner and architect, and the manner in which your organization was selected (bid or RFP or other method). 5. Financial Information: 5.1 Attach a financial statement, preferably audited (in a sealed envelope); include your organization s latest balance sheet and income statement showing the following items. The financial statement shall be returned upon completion of the procurement process. Current assets(e.g. cash, accounts receivable, notes received, materials inventory) Noncurrent assets(e.g. net fixed assets, other assets) Current liabilities(e.g. accounts payable, current notes payable, accrued expenses) Noncurrent liabilities(e.g. long term notes payable) Capital accounts and retained earnings (e.g. capital, capital stock, retained earnings) 5.2 Name and address of firm preparing attached financial statement and date thereof. 5.3 Is the attached financial statement for the identical organization names under item 1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (eg. parent, subsidiary). 5.4 Will the organization whose financial statement is attached act as a guarantor of the contract for construction? 5.5 Provide name, address, and phone for bank reference. 5.6 Surety: Name of bonding company, name and address of agent. A bond for 100% of the construction cost will be required upon submission of the GMP. Proof of ability of bond will be required prior to selection. 6. Experience with, Concepts for working as a Construction Manager at Risk: 6.1 Describe your organization s concepts for working in a team relationship with the Owner and Architect during the design and construction of major projects. 17

Describe your organization s methods for estimating costs, and for scheduling during the design/documents phases. Which (one or more) of your projects listed above best exemplify these concepts and experience? 6.2 Cost Estimates: Attach a sample conceptual cost estimate prepared during the design phase of a project, and a sample of the final cost estimate/breakdown used to fix the contract amount for the construction of the same project. (The identity of the project may be concealed. The intent is to see the nature and format of the cost information provided). 6.3 Cost Information: Your firm would be required to make all cost information during design and construction available to owner and architect. Describe how this information would be furnished and how the owner and architect would be assured that it is complete and accurate. 7. Personnel: Given the scope and schedule of the project, identify the specific Project Manager, Estimator, and Superintendent who would work on the project. Provide a resume and references for each individual. 8. Owner/Construction Manager Agreement: The District will use the Owner/Construction Manager Agreement be AIA Document A- 133, the School District s Supplemental Provisions, and the General Conditions of the Contract AIA Document A-201. Please note any major exceptions/issues you would raise relative to this document. 9. Construction Management Fee. The School District will enter into an agreement with the Construction Manager at Risk for a fixed Construction Manager Fee. A proposed construction management fee quote will be required and should be divided into two parts: 9.1 Pre-construction Services Fee (which may be included as part of the construction phase services fee): To include personnel expenses, project estimates, preliminary project schedule, value engineering and constructability reviews, overhead and profit, and other services described below, through the Design Phase portion of the Project. 9.2 Construction Phase Services Fee: To include overhead and profit to administer the project construction, including, but not limited to, the services listed below through the Construction Phase of the Project. The construction management fee quoted will not include direct project management expenses 18

(on-site personnel expenses) or direct project expenses. These items shall be included in the anticipated General Conditions. Describe the method of payment your firm would desire, including when various fees would be due. 10. General Conditions. In addition to the Construction Management Fee, the School District and Construction Manager will agree on the General Conditions, which include all costs that the Construction Manager proposes to include in the General Conditions including, without limitation, the payment and performance bond and all insurance company coverages including builder s risk. 11. Construction Schedule. The School District currently contemplates that the three projects will proceed simultaneously. However, if circumstances require that the Projects have somewhat different construction schedules or if the School District determines to have different construction schedules, the School District reserves the right to require the Construction Manager to separate and allocate constructions costs, construction management fees and general conditions. 19