February 26, 2016 REQUEST FOR PROPOSAL FOR MODULAR EXPANSION PROJECT ATLANTA CLASSICAL ACADEMY FULTON COUNTY, GEORGIA



Similar documents
Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts:

14RFP00721B-WL, Small Business Market Availability Study

SHORENSTEIN REALTY SERVICES, L.P VENDOR INSURANCE REQUIREMENTS CATEGORY D VENDORS

Gordon L. Mountjoy & Associates, Inc.

ARTICLE 11. INSURANCE AND BONDS

Request for Statements of Qualifications # for Electric Motor Repair

MATTCON GENERAL CONTRACTORS, INC. INSURANCE SPECIFICATIONS EXHIBIT B INSURANCE Subcontractor shall obtain insurance of the types and in the amounts

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

INVITATION TO BID. Contractor Services Associated with:

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015

Department of Purchasing & Contract Compliance

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip

SUBCONTRACTOR PREQUALIFICATION FORM

Attachment 04 Contractor s Insurance Requirements

Schedule Q (Revised 1/5/15)

W.E. O NEIL CONSTRUCTION CO.

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

Attachment 4: Insurance Requirements

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

Attachment 4. Contractor Insurance Requirements

Buyer: Daniels, Joan E Phone (248) Fax: (248) danielsj@oakgov.com

ADDENDUM A1. Subcontractor Insurance Requirements

2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

SCHEDULE 17. Insurance Requirements. Part 1 Insurance Requirements applicable to the Phase 2 Work

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

Demo Existing Curb Demo Existing Asphalt Roadway Demo Asphalt Saw Cutting Protection Fence - 4 Snow Fence with T posts

Request for Qualifications

Appendix J Contractor s Insurance Requirements

Exhibit 1 to Part 3 Project-Specific Terms

PREQUALIFICATION APPLICATION REQUIREMENTS

How To Insure A Project In The United States

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

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

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

Department of Purchasing & Contract Compliance

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

A. Project Name: NEW POLICE STATION HARRISON TOWNSHIP

EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS

Exhibit 1 to Part 3 Project-Specific Terms

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

Construction Management At-Risk

EXHIBIT D. Insurance and Bond Requirements

Insurance Requirements Professional Services

REQUEST FOR PROPOSALS

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

REQUEST FOR PROPOSAL

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

2001 Main, Kansas City, MO Hilton Home 2 Suites

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

How To Insure Construction Contracts In Northern California Schools Insurance Group

INSURANCE AND SURETY INFORMATION SHEET

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

Department of Purchasing & Contract Compliance

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

WASHINGTON SUBURBAN SANITARY COMMISSION

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

SECTION INSURANCE REQUIREMENTS

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

EXHIBIT B. Insurance Requirements for Construction Contracts

Attachment 12 Insurance

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000

CONTRACTOR SAFETY LIMITING YOUR LIABILITY MARCH 20, 2013

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)

ADVERTISEMENT FOR BIDS

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

ADDENDUM TO SUBCONTRACT [Contractor s Consolidated Insurance Program]

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

GENERAL INSTRUCTIONS AND REQUIREMENTS

Solicitation Addendum

Required Insurance Language for PRF Construction Contracts

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR VENDOR PROPOSALS CHINATOWN TEMPORARY HOUSING UNITS

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

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

ADDENDUM # 1. Revised Due Date Now 4/29/2014, no later than 11:00 AM (Originally due on 4/22/2014, no later than 11:00 AM)

UNIVERSITY OF CALIFORNIA - INSURANCE REQUIREMENTS FOR CONSTRUCTION-RELATED CONTRACTS / SERVICE AGREEMENTS

MULTI- PURPOSE HALL. College Station, Texas January 17, 2015

Request For Quotes Professional General Contractor Services Wilson Road Park Repair

Alterations to Building Request Form

INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE

Insurance Policy Statement

Transcription:

February 26, 2016 REQUEST FOR PROPOSAL FOR MODULAR EXPANSION PROJECT ATLANTA CLASSICAL ACADEMY FULTON COUNTY, GEORGIA Atlanta Classical Academy (ACA) is soliciting proposals from interested firms to aid in the site work, emplacement, construction, and completion of an 8-classroom modular and covered pavilion project. All work related to this project must be complete by July 18, 2016. I. Project Description and Details ACA is installing an 8-classroom modular building and connected covered pavilion in order to accommodate school expansion. The modular building and pavilion will be located at the southern end of the school property located at 3260 Northside Drive NW, Atlanta, GA 30305. The scope of work for this RFP is generally spread across three main areas: (1) all site preparation, site work (to include preparing the pad for the modular building), and final site finishing, (2) preparing and connecting all utilities to the modular building in order to make it operational, and (3) construction of and finish work related to the attached pavilion. For specific project design details, please refer to the construction documents provided by Breedlove Land Planning, TSW and Mobile Modular. Mobile Modular will be responsible for delivering, emplacing and completing all work related to the modular building (except as annotated below). For general questions regarding this project and the request for proposal, please contact Mr. Stephen Lambert at: E-mail: slambert@atlantaclassical.org Cellular: 334.782.0969 Proposals should include the following components (as required and applicable): a. General conditions (labor and non-labor) b. Site preparation and site work (pre/post-delivery of the modular building), to include: Site work mobilization Erosion, sediment, and pollution control Demolition and removal Tree removal! 1!

Grading and foundation work Storm system installation Hard surface work to include curbs, paving, and concrete (as required) Utilities (including sanitary lift station) Landscaping (trees, shrubs, groundcover, sodding and mulching) Irrigation of all newly sodded and planted areas (design build) Site clean up c. Modular work and materials, to include: Plumbing connections (water/sewer/manifold work) Electrical connections (distribution/subpanels/exterior lights/transformers/ poles/final hookup) Gas connections (install tank and make connections to science lab) Science lab vent hood connections Gutters and downspouts (termination/manifold) Steps, ramps, and connections (as applicable and integrated with the pavilion) d. Pavilion work and materials e. Unit prices for all materials f. Specialties g. Equipment h. Special construction i. Allowances j. Contractor construction contingency k. Provision and management of all required site inspections l. Insurance (see section VI below) m. At least three (3) references for similar work n. Short resumes of key personnel o. Overhead and profit II. Project Timeline The general sequencing of the project is as follows: 1. Phase 1: Preparatory Site Work (grading/storm water system/utilities/pad) 2. Phase 2: Modular Emplacement (delivery/install by Mobile Modular) 3. Phase 3: Pavilion Construction and Finish Work (for modular building and site) The goal is to start delivery of the modular building by no later than May 16, 2016, and to complete all work related to this project by no later than July 18, 2016.! 2!

III. Project Partners ACA has engaged the following primary partners in conjunction with this project: Mobile Modular is supplying and emplacing the modular buildings. Mr. Clinton Buchanan, Project Manager E-mail: clinton.buchanan@mobilemodular.com Cellular: 678.699.5222 TSW is providing overarching architectural and design services. Mr. Jerry Spangler, Director E-mail: jspangler@tsw-design.com Cellular: 404.788.0005 Breedlove Land Planning is providing overarching civil engineering services. Mr. Reece Parker, Principal E-mail: rparker@landplanning.net Cellular: 404.569.4933 IV. Submission Instructions Please submit a comprehensive response to this RFP no later than Wednesday, March 9, 2016 at 5:00pm EST. Please carefully review all plan and design documents prior to submission. The package of construction documents may be obtained by contacting TSW (Mr. Jerry Spangler, jspangler@tsw-design.com). Mr. Spangler will provide the password for access to the Dropbox account that contains the bid documents. A non-mandatory, pre-bid site visit will be held at Atlanta Classical Academy on Friday, March 4, at 2:00pm EST, during which representatives from all parties including Breedlove Land Planning, TSW, and Mobile Modular will be present. Bidders interested in attending this meeting should forward their intentions to Mr. Stephen Lambert (slambert@atlantaclassical.org). Submit your final RFP via e-mail to: Mr. Matthew Kirby (mkirby@atlantaclassical.org) Mr. Scott Yates (syates@atlantaclassical.org) Mr. Stephen Lambert (slambert@atlantaclassical.org) Mr. Ray Crowell (rcrowell@atlantaclassical.org)! 3!

V. Award of Contract Any contracts awarded pursuant to the RFP will be awarded based on the bids or offers which are responsive to the RFP and are most advantageous to ACA with respect to price, quality, confidence to complete the work no later than July 18, 2016, and other factors that ACA may consider. ACA reserves the right to reject any and all proposal received as a result of this RFP. VI. Insurance Requirements At a minimum, the selected firm(s) must carry the following insurance for the entire period of the awarded contract, and must name ACA as an additional Insured. A. Commercial General Liability Insurance (including Liability assumed under an Insured Contract, Independent Contractors) in the following limits: a. General Aggregate $2,000,000 b. Products/Complete Operations Aggregate $2,000,000 c. Each Occurrence $1,000,000 d. Personal/Advertising Injury $1,000,000 e. Damage to Premise Rented to You $50,000 f. Medical Payments $5,000 Policy shall be endorsed to amend the general aggregate limit to apply separately to this project with form ISO CG2503 (11/85) or equivalent. B. Builders Risk or Installation Floater to cover materials and labor for contractor s work and any such policies shall waive rights of subrogation in favor of ACA. All policy deductibles are to be the responsibility of the Contractor for all damages resulting from the work of the Contractor. Subcontractor shall determine for itself the adequacy for their own coverage for damage to materials, equipment, and their work. C. Umbrella Excess Liability in the following limits: a. Each Occurrence $5,000,000 b. General Aggregate $5,000,000 c. Products/Completed Operations Aggregate $5,000,000 D. Worker's Compensation in the following limits: a. Workers Compensation Statutory b. Employers Liability Each Accident $1,000,000 c. Employers Liability Policy Limit Disease $1,000,000 d. Employers Liability Each Employee Disease $1,000,000! 4!

A Waiver of Subrogation in ACA s favor with respect to injuries/illness to vendor's employees is required. E. Commercial Automobile Liability (including owned, non-owned and hired vehicles) in the following limits: Bodily Injury/Property Damage (CSL, Each Incident) $1,000,000. Such coverage shall remain in effect for the term of the contract and any extension thereof. ACA shall be named as an additional insured on all coverages (with the exception of Worker s Compensation) for the length of the contract. All policies will be on a primary basis, non-contributory with any other insurance coverages carried by ACA. All liability policies must provide cross-liability coverage as would be achieved under the standard ISO separation of insureds clause. Liability coverages must be provided on an occurrence policy form only. Claims made policy form insurance will not be acceptable. Each insurance company must be rated not less than A-, VII by A.M. Best. All policies shall be endorsed for 30 days written notice of cancelation to ACA, except 10 days notice for non-payment of premium. Contractor shall in writing notify at least 30 days in advance of any material change, cancellation or non-renewal of any required insurance and failure to provide written notice shall entitle ACA to withhold any and all payments due. Furthermore, issuance of written notice shall not relieve the subcontractor of its obligation under this Agreement. The Contractor shall maintain all of the above insurance at all times until final completion of the work, including completed operations general liability and umbrella liability which shall be maintained for three years after final completion of the work, and include ACA as additional insured during this period. Maintenance of insurance by the Contractor shall in no way be interpreted as relieving the Contractor of any responsibility and shall not in any manner limit or qualify the liability and obligation of the Contractor whatsoever. The Contractor may carry at its own expense such additional coverage as it deems necessary. The Contractor shall require all of its subcontractors, unless otherwise approved by ACA, to also carry insurance equal in kind and amount for workers compensation, commercial general liability, and business automobile, or at other limits and amounts as required by ACA.! 5!

ADDENDUM #1 (3/9/2016) I. Relating to the response deadline for this RFP: The new submission deadline is: Monday, March 14, at 5:00 pm CST. II. Relating to Architectural Documents (provided by TSW): 1. The following roofing manufactures will be accepted as long as the proposed product is 45 mil TPO; 15 year warranty; and a fully adhered product (Genflex and Versico). 2. TSW has revised the Pavilion floor framing detail where the flooring touches the Modular Building. Please see attached revised sheet S-4. As a clarification note, the top of the 2x6 pavilion decking boards must sit tight against the underside of all door thresholds at the Modular Building. 3. The following clarification statement regarding work by Georgia Power is provided: Please see Sheet E1.1; Meter Rack Elevations; Note #2. The General Contractor is to contact the Georgia Power Company and verify connection feed. TSW s MEP engineer has discussed this connection feed with Ryan Hatcher at Georgia Power and it is TSW s understanding that a new power pole will be set due east of the proposed Utility Meters within the ROW on the school s side of North Side Drive. Furthermore, it is TSW s understanding that Georgia Power will provide the underground service connector to the meters, but you are to verify this along with the approximate pole location. III. Relating to Civil Documents (provided by Breedlove Land Planning): 1. Regarding allowances and unit pricing, what are you looking for from an allowance and unit price standpoint? We have not identified the need for allowances. We recommend the bidders submit unit prices in accordance with the following guidelines. Unit prices are amounts to be used for work that will be added to or deleted from Contract by Change Order in the event such additional work or work removal may be required. Unit prices are complete for labor, equipment, material, the transporting of needed material and the hauling off and disposal of excess and unsuitable material, installation, taxes, overhead and profit, and all incidental costs. Furnish and install non-woven geotextile fabric ($ per 8 oz/sq yd) Haul in, furnish, and install stone stabilization material including: i. Graded Aggregate Base (including compaction) ($ per ton) ii. No 57 Stone ($ per ton) iii. No 4 Stone ($ per ton) iv. Surge Stone ($ per ton)! 6!

v. Rip-rap (100-150 lb) ($ per ton) vi. Furnish and install Bermuda Sod ($ per sq ft) Rock and unsuitable soils i. Remove rock and haul off-site ($ per cu yd) ii. Remove unsuitable soils and haul off-site ($ per cu yd) iii. Haul-in suitable soils and place/compact ($ per cu yd) 2. Regarding the new chain link fence, reference page C200, it looks as if the chain link fence should extend to the back of the site. Is this correct? Yes the fence needs to extend to rear of the property. Refer to plan revision, Sheet C200. It shall be 11 ga wire, black vinyl coated and shall include one 12 wide double leaf gate at the new sidewalk. See added Detail 12 on Sheet C600. 3. Regarding the demo plan, reference C100 note 8, which site features are you wishing to retain? All site features shall remain unless otherwise noted. 4. Do we provide NDPES monitoring? Yes. 5. Do we need to provide an irrigation system? Yes, the bid shall include a complete irrigation system utilizing the design/ build method of delivery. The irrigation design for the site shall be based on appropriate materials, design concept and program. This will include head location, pipe routings, pipe and wire sizing based on design program. The system shall be adequately zoned. All plant material installed for the project, including turf and groundcovers, shall be irrigated by the irrigation system. 6. Are we to provide soil testing for bearing capacities? Yes. 7. 7. For the irrigation line, referencing C500, it is called out as designed by others. What would you like us to include in our pricing? Please refer to #5 above. 8. Can we have more details regarding the propane tank and the pit it sits into? Please refer to plan revision, Sheet C500 and added Detail 13 on Sheet C600. 9. Clarification and confirmation of sewer line routing. Please see attached revised Sheet C501 for revised force main routing and installation information. 10. Add Sheets C800, C801, and C802 attached, all of which contain technical specifications for the project.! 7!