View
218
Download
2
Category
Preview:
Citation preview
1
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
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
2
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
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.
3
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
4. Evaluation Criteria
a. The School District will use the following criteria with respect to evaluating statements of
qualifications:
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?
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 10
4 The extent to which the goods or services meet the District’s needs 20
5 Proposed construction management fee and estimated general
conditions 25
6 Other relevant factors the District will consider in selecting a vendor
as shown on the list below 5
Total 100
4
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
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
5
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
7. Proposed Schedule. This is a proposed schedule. It is subject to modification by the
Administration or Board of Trustees.
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.
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
6
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
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
7
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
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
Corporation
Partnership (general or limited) 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:
San Elizario ISD 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
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
10
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:
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
15
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
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
16
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
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
17
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.
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
18
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
San Elizario ISD RFP #2015-1012 – Construction Manager @ Risk
19
(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.
Recommended