REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Prepared & Issued by: Middleton-Cross Plains Area School District 7106 South Avenue Middleton, Wisconsin 53562 January 9, 2012
Request for Proposal - Construction Management Services The Middleton-Cross Plains Area School District (District) is accepting written proposals from qualified firms to provide construction management services. Sealed proposals shall be submitted no later than 2:00 pm on Tuesday, January 31, 2012, to the Middleton-Cross Plains Area School District, ATTN: Tom Wohlleber, 7106 South Avenue, Middleton, WI 53562. Proposal responses shall be clearly marked on the envelope as PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. A recommendation will be submitted to the Board of Education at their regular meeting on February 27, 2012. Thomas E. Wohlleber Assistant Superintendent of Business Services -2-
MIDDLETON-CROSS PLAINS AREA SCHOOL DISTRICT Request for Proposal - Construction Management Services I. Purpose and Objectives INTRODUCTION / BACKGROUND The purpose of this Request for Proposal (RFP) is to obtain proposals from qualified contractors (herein referred to as CM ) interested in contracting with the Middleton-Cross Plains Area School District (herein referred to as District ) to provide desired services as outlined in this RFP. The District has identified the following objectives: to bring all facilities up to a standard that allows equitable access to education across the district; to maximize efficiency in facilities utilization across the district; and to address identified facility/space needs in the District in an efficient and cost-effective manner; to significantly reduce the carbon footprint required to construct and operate its facilities (commitment to sustainability); to provide educational facilities that support 21 st Century learning; to create facilities that serve the whole community, as in the case of Kromrey Middle School, integrate access to and use of the Pheasant Branch Conservancy II. Background The Middleton-Cross Plains Area School District, located in Dane County, serves approximately 6,400 students in grades PreK-12. The District has ten school facilities - six elementary schools (grades K-5), two middle schools (grades 6-8), a high school (grades 9-12), and an alternative high school (grades 10-12). The District has experienced enrollment growth over the past ten years. In 2002, the District completed a $32 million expansion and renovation of its high school (including the construction of a new alternative high school facility). Attention was then focused on addressing growing enrollment pressures and enrollment imbalances at the elementary and middle school levels. Short-term strategies implemented by the District to address the increased enrollment include attendance boundary re-districting, relocation of programs (i.e. early childhood), and conversion of non-instructional spaces into classrooms or instructional support spaces. Following a two-year comprehensive review of enrollment and facility needs, the Board of Education authorized a four question referendum to be held on October 11, 2005. The goal of the four questions was to address student enrollment and other facility needs in the District for -3-
the next ten years. One of the four referendum questions was approved by District citizens on October 11 th. The approved question provided $8.9 million in funding for small classroom and multi-purpose room additions at three elementary schools as well as HVAC system upgrades at those schools and one other elementary school. The projects resulting from the approved referendum question provided only temporary relief - it did not address the long-term facility/space needs of the District. In 2006, the Board of Education revised the charge of the District s Long Range Planning Committee (LRPC) to focus on the development of a comprehensive Facilities Master Plan. The District engaged the services of Plunkett-Raysich to assist the LRPC in development of the plan and perform the following functions: Function 1 - Assessment of Existing Major Building Systems / Components The objective of this function is to assess the condition of existing major building systems / components, determine the projected life expectancies of these systems / components, provide cost estimates for updating or replacement of these systems / components, and assist the school district with the development of a comprehensive long-range maintenance plan to address identified capital maintenance needs. Function 2 - Educational Space / Capacity Analysis and Solutions The objective of this function is to review space utilization and educational delivery, develop a detailed space program on a room-by-room basis (current space deficiencies, the impact of future growth and vision translated into space requirements), assist with the determination or definition of capacity(ies) at existing school facilities, and develop facilities & educational delivery options (including preliminary budgets). Function 3 - Kromrey Middle School Life Expectancy Analysis The objective of this function is to determine the anticipated life expectancy of Kromrey Middle School taking into consideration the physical condition of the building and capability of the existing facility to support the existing and future educational program. Function 4 - School Safety & Security Building Review This objective of this function is to conduct a safety and security review of existing school facilities utilizing recognized best practices and CPTED principals, identify deficiencies, and identify possible options (including preliminary budgets) to address the deficiencies and/or to improve school safety and security. The LRPC presented a Facilities Assessment Report (current conditions of existing school district facilities) to the Board of Education on November 12, 2007. A copy of the Facilities Assessment Report can be accessed on the District s website at: http://www.mcpasd.k12.wi.us/cm-services-rfp The LRPC then spent the next six months developing, analyzing, refining and finalizing options to address the District s facilities needs. The LRPC presented the Facilities Master Plan (incorporating its findings and options to address the District s facilities needs) to the Board of -4-
Education on April 28, 2008. A copy of the Facilities Master Plan is available on the District s website at the above URL. Following issuance of the Facilities Master Plan, the District developed and conducted (utilizing School Perceptions, LLC) a survey of District residents to gage the community s understanding/awareness of the District s facilities needs and level of support for addressing these needs. School Perceptions presented the survey results and their analysis to the Board of Education in July. The Board of Education then directed the LRPC, with the assistance of Bray Architects, to reduce or refine the facility options outlined in the Facilities Master Plan to two or three that the District could take out to the community this fall for feedback/ input prior to the Board determining the specific projects to include in a spring 2009 referendum. The LRPC presented the refined facility options to the Board in September 2008. In November/December 2008, the Board approved the project scope to be included in an April 2009 referendum. The referendum questions project scope included: QUESTION #1 - Borrowing question totaling $34.75 million: New K-5 elementary on the Pope Farm site (land owned by the school district), classroom and gymnasium addition to Glacier Creek Middle School, a classroom and multipurpose room addition to Park Elementary School, and District-wide school safety & security improvements. QUESTION #2 - Recurring revenue limit authority of $1.975 million: Funding for operational expenditures associated with the new facilities and increase to the District s instructional materials and technology budget. QUESTION #3 - Borrowing question totaling $33.98 million: Remodel/rebuild of Kromrey Middle School. The referendum results were: QUESTION #1 - Yes 4,766 (45.64%) No 5,677 (54.36%) QUESTION #2 - Yes 4,693 (45.04%) No 5,726 (54.96%) QUESTION #3 - Yes 5,008 (48.00%) No 5,425 (52.00%) Following defeat of the referendum, the Board charged a committee (Enrollment Management Committee) to develop possible options or considerations for attendance boundary changes as a short-term means of addressing school enrollment imbalances until space needs could be addressed through a referendum. The Board approved attendance boundary changes in February 2010 that went into effect for the 2010-11 school year. In November 2010, the Board charged a Long Range Planning (LRP) Task Force, with assistance from Bray Architects and JH Findorff, with reviewing all previous work/plans and to develop options for consideration by the Board to address the District s facility needs (including the potential for a grade level reconfiguration). The Task Force met over a period of nine months. This process included periodic meetings with the Board to update them on the progress of the Task Force and to obtain feedback/input on what options were under consideration. In August 2011, the LRP Task Force presented its findings (reflecting three possible options) to the -5-
Board. The Task Force reviewed refined options with the Board in September 2011. Option 1 - total rebuild of 80% of Kromrey Middle School and remodel some portions of the 1991 section of the school Option 2 - renovation of existing school with enlargement of classrooms and additions to accommodate fifth grade and maintain programs Option 3 - renovation of existing school with maintaining existing size in classrooms and additions to accommodate fifth grade and maintain programs All the options including moving 5 th grade from some or all of the District s elementary schools to the middle school buildings. A copy of the September 2011 report is available on the District s website at the URL listed above. The Board has NOT made a final decision regarding which option to proceed with a referendum. At the November 7, 2011 Board Development Meeting, the Board directed the administration to issue Request for Proposals for Design Services, Construction Management Services and Referendum Consulting/Communications Services. It is the District s intent to utilize an integrated project team delivery approach (District, A/E, and Construction Manager). The District has issued an RFP for Architectural/Engineering (Design) Services. RFP TIMELINE - RFP issued 1/9/12 - Last date/time to submit questions regarding RFP 1/20/12 @ 1:00 p.m. - Optional tour of both middle schools 1/23/12 @ 10:00 a.m. - Voluntary meeting to answer questions related to the RFP 1/23/12 @ 1:00 p.m. - Proposals due to District 1/31/12 @ 2:00 p.m. - Review RFP responses and select which firms will be invited to participate in presentation/interview process 2/6/12 - Notify firms selected to participate in presentation/interview process 2/6/12 - Presentation/Interviews 2/14/12 - Select firm 2/22/12 - Approval of firm by Board of Education 2/27/12-6-
FACILITIES TOUR / INFORMATIONAL MEETING The District will hold a voluntary tour of both Glacier Creek and Kromrey Middle Schools on the morning of Monday, January 23, 2012. The tour will begin at Glacier Creek Middle School, 2800 Military Road, Cross Plains, at 10:00 a.m. The District will also hold a voluntary informational meeting on Monday, January 23, 2012 at 1:00 p.m. to address vendor questions and provide, as needed, clarifications to firms interested in submitting a proposal to the District. The meeting will be held at the Middleton-Cross Plains Area School District Administrative Center, 7106 South Avenue, Middleton. PROJECT TIMELINE / COMPLETION The project(s) must be totally completed and approved for occupancy no later than August 1, 2015 assuming passage of the referendum in November 2012. Both Kromrey and Glacier Creek Middle Schools will remain open during the construction process resulting in the need for phased construction. The District s expectation during the construction process is to minimize disruption of the educational process. Please provide preliminary project schedules for all three facility options. A. General Information FIRM / ORGANIZATION INFORMATION 1. Name of firm, address, telephone and fax number. 2. Name and title of contact person. 3. Number of years your firm has been in business as a contractor. 4. Number of years your firm has been in business under its present name. B. Legal Organization 1. If a corporation, answer the following: a. Date of incorporation b. State of incorporation c. Names of Officers 2. If a partnership, answer the following: a. Date of organization b. Type of partnership c. Names of general partners -7-
3. If individually owned, answer the following: C. Personnel a. Date of organization b. Name of Owner 1. List, by name, those individuals in your firm who would be assigned to work on this project in a management, engineering or job site administrative (superintendent) capacity. Provide an organizational chart to illustrate project organization and provide a biographical sketch/resume of each person, including: a. Education b. Experience c. Tenure with your company 2. What was the average number of personnel in your firm during the last twelve months? Last five years? Break down by office, professional, clerical, ship, field, etc. 3. What is your capability to sustain loss of key personnel without adverse effect on a project or the firm? D. Types of Services / Self-Performed Work 1. List trade categories in which your firm is legally qualified to do business. 2. List other types of services, besides construction management, provided by your firm. E. Self-Performed Work 1. What percentage of work do you normally perform with your own firm s staff/employees? Describe your experience at performing similar self-performed work in the trade area of the project within the last three (3) years. 2. If selected, what elements or areas of work would you propose to self-perform? Explain the benefits to the District of your firm self-performing these particular areas of work. 3. How would the District be assured of your firm s quality and control in the areas of self-performed work while receiving competitive construction costs? The owner may require the CM to bid certain self-performed work. Explain how this requirement may affect your fee or the project schedule. -8-
E. Branch Offices (complete if project is to be handled by branch office). For each branch give: 1. City, State, telephone number. 2. Number and type of personnel. 3. Person in charge. 4. Capability of performing independent of main office. F. Insurance 1. Please describe the types of insurance coverage you presently carry, with what company and amount of coverage. You may provide a certificate of insurance in reply to this item, provided that each of the coverage areas described are clearly identifiable. 2. Bond Premium Rates - Provide a schedule of current bond premium rates. Include your total bonding capacity and current available capacity. G. Claims and Suits 1. Has your organization ever failed to complete any work awarded? 2. Are there any judgements, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the past five years? 4. Within the past five years, has any officer or principal of your firm ever been an officer or principal of another firm when it failed to complete a construction contract? If yes, provide details. A. Completed Projects - Past 3 Years EXPERIENCE Describe your experience on completed construction projects (as close in character to these projects as possible), giving the following information on each project reported: 1. Project name and location. 2. Project description. -9-
3. Project Cost Information: 1. Pre-contract estimate 2. Contract award amount 3. Total change order amount 4. Final project cost 5. Briefly explain any factors affecting construction cost, change orders or performance, etc. 4. Design start and completion dates. 5. Construction start and completion dates. 6. Construction format (lump sum, GMP, cost plus, etc). 7. Identify the basis on which your firm was selected (bid, negotiated). 8. Indicate the names of your Project Manager and Superintendent for the project. 9. Indicate what percentage of the work was accomplished with your own forces and in what trades. 10. Scope of service performed on the project, including preconstruction services. Differentiate between work performed by your own forces and subcontract work. Indicate whether your contract was prime or involved a joint venture with another firm and whether construction management, general contracting, a combination or other services were involved. 11. Owner's name, address, telephone number, and contact person. 12. A/E's name, address, telephone number, and person to contact. B. Projects Currently Under Contract Provide the same information as above. C. Projects in which your firm is a candidate for contract award Please identify (to the extent possible) all substantive projects which your firm is a finalist for. D. Capacity Describe, in today's construction dollar, the volume of work your firm can handle at this time with (a) your present force and (b) with readily available augmentation (i.e. give number and type of additional personnel required). -10-
E. Sustainable Design / Green Building / LEED Certified Projects Provide the following additional information regarding your firm s qualifications and experience with constructing Sustainable Design / Green Building / LEED certified projects. 1. Review the qualifications (including certifications, training) of your firm s personnel related to Sustainable Design / Green Building / LEED certified projects. 2. Identify and describe recent Sustainable Design / Green Building / LEED certified projects constructed by your firm. 3. How would you assist the school district in delivering a high performance / sustainable facilities without substantially or materially increasing the project cost? A. Pre-Referendum Phase PROJECT APPROACH / SCHEDULE Describe how you would assist the District with the referendum process. Include several specific examples or strategies/services that your firm has utilized or provided in the past to assist clients with getting their referendum passed, getting a referendum passed or to gain public acceptance for their project. B. Design Phase Describe your participation in the design process. 1. What do you see as your role as a member of the integrated design team for these projects? 2. What are your capabilities for reviewing design concepts and assisting in value engineering? 3. How do you prepare budgets leading to GMP? C. Bidding Process Describe your approach to bidding the work for this project. D. Project Schedule 1. How will you keep the District informed regarding project schedule progress during the construction process? -11-
REFERENCES A. Trade references including subcontractors, suppliers, etc. B. Bank references including contact person and account numbers. C. Surety including name of bonding company and name and address of agent. 1. What is your current Payment & Performance bond rate? SCOPE OF SERVICES Services required from the CM shall include, but not be limited to, the following: A. Pre-construction Services 1. Referendum Assistance The CM shall assist the District and its A/E firm by helping prepare informational materials, participation in referendum presentations, public hearings, listening sessions, focus groups and providing updated data/information regarding the project to the District. 2. Preliminary Evaluation The CM shall provide a preliminary evaluation of the District s program budget requirements. 3. Consultation The CM shall serve as a member of the District s integrated design team. CM shall attend regular meetings with the District and the A/E. The CM shall consult with the District and A/E regarding site use and improvements and the selection of materials, building systems and equipment. The CM shall provide recommendations on construction feasibility; actions designed to minimize adverse effects of labor or material shortages; time requirements for procurement, installation and construction completion; value engineering, and factors related to construction cost including estimates of alternative designs or materials, preliminary budgets and possible economies. 4. Preliminary Project Schedule The CM shall prepare, and periodically update, a preliminary construction schedule for the District s review and approval. As design proceeds, the preliminary construction schedule shall be updated to indicate proposed activity -12-
sequences and durations, milestone dates for receipt and approval of pertinent information, submittal of a Construction Guaranteed Maximum Price proposal, preparation and processing of shop drawings and samples, delivery of materials or equipment requiring long-lead time procurement, District s occupancy requirements showing portions of the project having occupancy priority, and date of substantial completion. 5. Phased Construction The CM shall make recommendations to the District and A/E regarding the phased issuance of Drawings and Specifications to facilitate phased construction of the construction work, if such phased construction is appropriate for the project, taking into consideration such factors as economies, time of performance, availability of labor and materials and provisions for temporary facilities. 6. Preliminary Cost Estimates a. When the District has sufficiently identified the Project requirements and the A/E has prepared other basic design criteria, the CM shall prepare for review and approval of the District, a preliminary cost estimate utilizing area, volume or similar conceptual estimating techniques. b. When Schematic Design Documents have been prepared by the A/E, the CM shall prepare for the review of the A/E and review and approval of the District, a more detailed estimate with supporting data. During the preparation of the design Development Documents, the CM shall update and refine this estimate at appropriate intervals as instructed by the District. c. When Design Development Documents have been prepared by the Architect/Engineer, the CM shall prepare a detailed estimate with supporting data for review by the A/E and the review and approval by the District. During the preparation of the Construction Documents, the CM shall update and refine this estimate at appropriate intervals as instructed by the District. d. If any estimate submitted to the District exceeds previously approved estimates or the District s budget, the CM shall make appropriate recommendations to the District. 7. Subcontractor and Supplier Solicitation The CM shall seek to develop subcontractor interest in the project and shall furnish to the District and A/E for their information, a list of possible subcontractors, including suppliers who are to furnish materials or equipment fabricated to a special design, from who proposals will be requested for each -13-
principal portion of the Construction Work. The District will promptly reply in writing to the CM if the A/E or District knows of any objection to such subcontractor or supplier. The receipt of such list shall not require the District or A/E to investigate the qualifications of proposed subcontractors or suppliers, nor shall it waive the right of the District or A/E later to object to or reject any proposed subcontractor or supplier. 8. Direct Purchase System The CM shall establish / implement a Direct Purchase System acceptable to the District to save state sales tax on building equipment/materials purchased for the proposed projects. 9. Long Lead Time Item(s) The CM shall recommend to the District and A/E a schedule for procurement of long-lead time items which will constitute part of the construction work as required to meet the project schedule. If such long lead time items are procured by the District, they shall be procured on terms and conditions acceptable to the CM. The CM shall expedite the delivery of long lead time items. 10. Guaranteed Maximum Price/Proposal and Contract Time Upon completion of the design development phase, the CM shall propose a Construction Guaranteed Maximum Price GMP, which shall be the sum of the estimated Cost of Construction Services and the CM s fee. B. Construction Phases Services: 1. Receive, organize and qualify all bids 2. Site traffic and access control 3. Manage and coordinate all construction activities 4. Scheduling 5. Quality control services 6. Safety management 7. Coordinate/maintain record drawings 8. Punch list preparation 9. Direct (District) purchase system, execute and monitor 10. Provide contract administration 11. Conduct weekly on-site construction meetings 12. Manage subcontracts 13. Coordinate initial schedule and monthly updates 14. Manage, document and negotiate variations in scope, including direct purchased materials 15. Assist in punch list preparation and document completion for final acceptance 16. Provide shop drawing review and coordination prior to required Architectural -14-
review 17. Provide quality assurance inspection 18. Provide job cost reporting with monthly financial updates 19. Recommend and approve monthly applications for payment 20. Provide vendor status report 21. Provide direct purchase status reports 22. Assist in system start-up and staff instruction, and creation of operation and maintenance manuals 23. Provide post construction evaluation 24. Coordinate project closeout 25. Submit all warranties and guarantees QUESTIONS 1. Please explain what special capabilities or benefits your firm can bring to our proposed projects, especially as they relate to educational experience, value engineering for projects (preferably educational), and how you would provide for the safety of students, staff and construction workers during the projects. 2. What type of contractual arrangement between owner and CM would you propose and why? The District will substantially modify most standard AIA or AGC documents. Is there any specific language or sections in these documents that your firm will not accept any changes? 3. Please describe your firm s experience with BIM / Revit. It is the District s intent that the design and CM firms working on our proposed projects to utilize these tools. How do you intend to utilize or envision utilizing these tools for our projects? 4. What is your firm s experience with providing sales tax savings to the owner (direct purchase system)? Please describe your process. 5. How would your firm encourage local participation in the bidding of trades, materials and subcontractors? 6. Which A/E firms has your firm worked with during the past three (3) years (preferably on school or similar projects)? PROPOSAL EVALUATION / SELECTION PROCESS The responses will be reviewed by an evaluation team consisting of individuals selected by the District. The following criteria, at a minimum, will be utilized in the evaluation of proposals and selection of a CM by the District: -15-
1. Firm s general qualifications & project experience (school construction and sustainable/green experience preferred) 2. Strength of non-construction services a. Referendum assistance b. Building Information Modeling c. Sustainability / LEED 3. Personnel/Project Team a. Executive b. Project management c. On-site superintendent d. Safety e. Non-construction staff (i.e. 2a, b, c) 4. Ability to meet accelerated schedule (if pursued) 5. Quality and Self Performance Capabilities 6. Project Delivery Strategy 7. Construction innovation, efficiency and cost effectiveness 8. Fee a. General conditions b. Construction management fee c. Impact (if any) of self performance on proposed general conditions or CM fee d. Change orders e. Bond rates 9. Sales Tax Savings Program 10. Sub Contractor Base and Relationship 11. Approach to Bid Management 12. Safety Program / Record 13. Comprehensiveness of RFP Response and Interview/Presentation At the District s discretion, to further assist in evaluation, some, one, or all of the responding firms may be selected to participate in an interview process. Upon the completion of the selection process, the District shall notify the firms of the selection and the successful firm to enter into an agreement. Firms shall submit all cost or fee information using the Fee/Cost Proposal forms provided with this RFP. At the District s discretion, it may directly negotiate with the best qualified firm on final scope, fee/compensation and budget. The District may investigate the qualifications of any individual or firm under consideration, require confirmation of information furnished and require additional evidence of qualifications to perform the services described in this RFP. The District also reserves certain rights, including, but not limited to, the following: a. Reject any or all of the proposals b. Issue subsequent Requests for Proposals c. Cancel the entire Request for Proposal d. Remedy technical errors in the Request for Proposal process e. Appoint evaluation committees to review qualifications and proposals f. Seek the assistance of outside technical experts in evaluation -16-
g. Approve or disapprove the use of particular subcontractors h. Establish a short list of firms eligible for discussions after review of RFP i. Negotiate with any, all, or none of the firms j. Solicit best and final offers from all, some, or one of the firms k. Award a contract to one or more firms l. Waive informalities and irregularities in RFP m. Award without discussion Selection will be based upon a determination as to which proposal is in the best interest of the Middleton-Cross Plains Area School District. Any decision made by the District, including the selection of firm, shall be final and is NOT subject to appeal. This RFP shall not, in any manner, be construed to be an obligation on the District to enter into a contract or result in any claim for reimbursement of cost for any efforts expended in responding to the RFP or in anticipation of any contract. SUBMITTAL REQUIREMENTS Any questions concerning this RFP must be submitted via e-mail on or before January 20, 2012 at 1:00 p.m.: Tom Wohlleber, Assistant Superintendent of Business Services Middleton-Cross Plains Area School District twohlleber@mcpasd.k12.wi.us The District will hold a voluntary meeting on Monday, January 23, 2012 at 1:00 p.m. to address questions and provide RFP clarifications from construction managers interested in submitting a proposal to the District for the proposed projects. The meeting will be held at the Middleton-Cross Plains Area School District Administrative Center, 7106 South Avenue in Middleton. All responses to this RFP shall be received no later than 2:00 PM on January 31, 2012. Five (5) copies of your proposal are requested. Responses to this RFP should be delivered to: Tom Wohlleber, Assistant Superintendent Middleton-Cross Plains Area School District 7106 South Avenue Middleton, WI 53562 Proposals received after the date and time specified will be returned unopened. All proposals will become the property of the Middleton-Cross Plains Area School District. -17-
FEE/COST PROPOSAL - Kromrey Only Option The District will require the CM, operating under the GMP approach, to operate an open book system. Savings, if any, under the GMP will accrue 100% to the District. 1. Base Fees and General Conditions A. Construction Budget for purposes of Estimating Project Fees: $ 40,000,000 B. Preconstruction Services Fee (if any): C. Construction Management Fee: D. Estimated General Conditions (using General Conditions Calculation Form) E. TOTAL: $ F. Total construction services fee as a percent of construction cost subtotal before adding fee ( [B+C] / A = F ): G. Total estimated General conditions as a percent of construction cost (D / A = G) % % A complete listing/breakdown of proposed General Conditions must also be included with your proposal using the General Conditions Calculation Form. A complete breakdown of all reimbursable and non-reimbursable personnel proposed for this assignment must also be included with your Proposal. All reimbursable personnel must be included in the above Fee and General Conditions categories. It is critical to the District to have a clear understanding of what costs (personnel, services, supplies, equipment, etc.) are included in the construction management fee and what costs (personnel, services, supplies, equipment, etc.) are reimbursable under General Conditions. It is extremely important that, to the extent possible, that all (potential) cost categories/be identified. 2. Change Orders - Indicate your fee and any special conditions related to change order work performed by your firm and subcontractors. 3. Additional Overhead and Fee - Indicate if any percentage overhead or profit is added to this cost of burdened labor and materials for work accomplished with your own forces before the Contractor s Fee is added, and if so, what that percentage is. 4. Labor Burden - Identify and list the current percentages to be added to the direct labor costs to cover all taxes, insurance and employee benefits. -18-
5. Trade Labor Wage Rates - Indicate current trade labor wage rates and provide an itemized breakdown of applied labor and budget rates for each category of tradesmen employed by your firm. Include direct and indirect personnel expenses, workman s compensation rates, etc. by individual component summed to form a total % expression. 6. Equipment Rental Rates - Provide a schedule of rental rates proposed for contractorowned equipment which may be used for, and charged to, the Project. Indicate how small tools or other costs are determined and are proposed to be billed to the Project. NOTE: Failure to submit complete/legitimate information may result in rejection of your firm s proposal. -19-
FEE/COST PROPOSAL - Kromrey & Glacier Creek Option The District will require the CM, operating under the GMP approach, to operate an open book system. Savings, if any, under the GMP will accrue 100% to the District. 1. Base Fees and General Conditions A. Construction Budget for purposes of Estimating Project Fees: $ 48,000,000 B. Preconstruction Services Fee (if any): H. Construction Management Fee: I. Estimated General Conditions (using General Conditions Calculation Form) J. TOTAL: $ K. Total construction services fee as a percent of construction cost subtotal before adding fee ( [B+C] / A = F ): L. Total estimated General conditions as a percent of construction cost (D / A = G) % % A complete listing/breakdown of proposed General Conditions must also be included with your proposal using the General Conditions Calculation Form (please identify on the form. A complete breakdown of all reimbursable and non-reimbursable personnel proposed for this assignment must also be included with your Proposal. All reimbursable personnel must be included in the above Fee and General Conditions categories. It is critical to the District to have a clear understanding of what costs (personnel, services, supplies, equipment, etc.) are included in the construction management fee and what costs (personnel, services, supplies, equipment, etc.) are reimbursable under General Conditions. It is extremely important that, to the extent possible, that all (potential) cost categories/be identified. 7. Change Orders - Indicate your fee and any special conditions related to change order work performed by your firm and subcontractors. 8. Additional Overhead and Fee - Indicate if any percentage overhead or profit is added to this cost of burdened labor and materials for work accomplished with your own forces before the Contractor s Fee is added, and if so, what that percentage is. 9. Labor Burden - Identify and list the current percentages to be added to the direct labor costs to cover all taxes, insurance and employee benefits. -20-
10. Trade Labor Wage Rates - Indicate current trade labor wage rates and provide an itemized breakdown of applied labor and budget rates for each category of tradesmen employed by your firm. Include direct and indirect personnel expenses, workman s compensation rates, etc. by individual component summed to form a total % expression. 11. Equipment Rental Rates - Provide a schedule of rental rates proposed for contractorowned equipment which may be used for, and charged to, the Project. Indicate how small tools or other costs are determined and are proposed to be billed to the Project. NOTE: Failure to submit complete/legitimate information may result in rejection of your firm s proposal. -21-