17
CHAPEL HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSALS (One Step Process) FOR CONSTRUCTION MANAGEMENT SERVICES (CM at Risk) Ag Mech Expansion & Multipurpose Facility Annex 1

REQUEST FOR PROPOSALS (One Step Process) FOR … › scschoolfiles › 1041 › rfp_for_cmar_-_fin… · Proposals are to include the information requested in this questionnaire in

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

CHAPEL HILL INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSALS (One Step Process)

FOR

CONSTRUCTION MANAGEMENT SERVICES

(CM at Risk)

Ag Mech Expansion &

Multipurpose Facility Annex

1

Chapel Hill Independent School District Ag Mech Expansion & Multipurpose Facility Annex REQUEST FOR PROPOSALS PROJECTS & SELECTION SCHEDULE

Introduction:

Pursuant to the provisions of the Government Code Chapter 2269 Subchapter F, it is the intention of the Chapel Hill Independent School District (herein referred to as “CHISD” or “the District”) to utilize a one-step Request for Proposal (RFP) process, with Construction Manager at Risk (CMAR) as the delivery method, for the Ag Mech Expansion & Multipurpose Facility Annex Projects.

Three (3) hard copies of responses for the RFP for Construction Management Services shall be submitted in an envelope marked on the outside with the particular firm’s name, address and RFP number (RFP #CMAR) to:

Hand delivery: Business OfficeChapel Hill ISD1069 CR 4660 Mount Pleasant, TX 75455

Postal Service:Business OfficeChapel Hill ISD1069 CR 4660 Mount Pleasant, TX 75455

RFP responses will be received at the above address until 9:00 AM CST, Monday, March 23, 2020.

Responses must be submitted in sufficient time to be received and time-stamped at the above location on or before the published due date and time shown on the RFP. CHISD will not be responsible for delivering mail from the post office. RFP responses received after the published time and date will not be considered. Facsimile or e-mail responses to this RFP will not be accepted.

When downloading from the web page it is necessary to open and download any addendum and or other posted documents that are affiliated with this solicitation. All documents MUST be filled out and signed appropriately and returned with solicitation responses as noted.

The RFP name and number must be identified on the outside envelope being delivered (i.e. Federal Express, UPS, US Postal Service, and Hand Delivery.)

Any awarded firms may be rejected, by the Superintendent, on the basis of subsequently discovered information, changes in personnel, mergers, undisclosed conflicts of interest, or any other event deemed appropriate by the Superintendent.

CHISD’s contact for this RFP is as follow:

Mike Hall, Business ManagerChapel Hill Independent School District 1069 CR 4660 Mount Pleasant, Texas 75455 Phone number: (903) 572-8096 x789

[email protected]

All questions or clarifications regarding this solicitation must be submitted in writing no later than Friday, March 13, 2020, 11:00 AM CST to Mike Hall via e-mail. All questions and answers will be published via an addendum no later than the close of business on Wednesday, March 18, 2020.

The District reserves the right to accept or reject any or all responses, to waive all technicalities, and to accept the qualifications that are determined to be the most favorable to the District.

2

Solicitation Opening and Open Records Policy:

All RFP documents will be opened on the date and time provided. A formal “opening” will not be held. Trade secrets and confidential information contained in the RFP documents shall not generally be open for public inspection, but CHISD’s records are a matter of public record.

CHISD is a government body subject to the Texas Public Information Act (TPIA). Firm acknowledges that the CHISD is subject to the TPIA. As such, upon receipt of a request under the TPIA, CHISD is required to comply with the requirements of the TPIA. For purposes of the TPIA, "public information" is defined as information that is written, produced, collected, assembled, or maintained under a law or ordinance or in connection with the transaction of official business:

1. by CHISD; or2. for CHISD and CHISD

a. owns the information; orb. has a right of access to the information; orc. spends or contributes public money for the purpose of writing, producing, collecting,

assembling, or maintaining the information; or3. by an individual officer or employee of CHISD in the officer's or employee's official capacity and

the information pertains to official business of the CHISD.

Firm is expected to fully cooperate with the CHISD in responding to public information requests. This includes, but is not limited to, providing the CHISD with requested documentation. In the event that the request involves documentation that Firm has clearly marked as confidential and/or proprietary, CHISD will provide Firm with the required notices under the TPIA. Firm acknowledges that it has the responsibility to brief the Attorney General's Office on why the documents identified as confidential and/or proprietary fall within an exception to public disclosure. Responses submitted to LISD as a result of this solicitation are subject to release as public information after contracts are executed or the procurement is terminated.

No Contact Policy: The responder shall not contact any CHISD staff, Superintendent, or Board Member to discuss this solicitation at any time from date of issuance to award of contract. CHISD reserves the right to reject such response if firm makes contact with anyone other than the Business Manager or Operations Director. Any exemptions for ongoing projects must be approved by the Superintendent prior to such communication.

Solicitation Timeline:

Event RFP Released Questions from vendors Responses to questions Proposal Due Date Evaluations of RFPs

Date March 2, 2020March 13, 2020March 18, 2020March 23, 2020 - 9AMMarch 23-26, 2020March 26, 2020Anticipated Award of RFP

All dates after the qualification due date are subject to change, and the District plans to award the RFP within 90 days after the due date for solicitations to have been received.

Cost Estimating:

The selected Construction Manager(s) is/are to assist the District and its Design Team with cost estimating and scheduling during the design and construction documents phases, provide design input and alternative for systems and details, and to build the projects thereafter as a CMAR.

3

Project Schedule:

The projects are described in the following table.

Preliminary floor plans and cost estimates are attached to this RFP.

Facility Approximate Square Footage

Construction Budget

Design to Start Complete Construction

Ag Mech Extension 3,600 $268,000 April 2020 Target: 8/2020Required: 12/2020

Multipurpose Facility Annex

$568,000 April 2020

4

7,200 Target: 12/2020Required: 2/2021

Evaluation and Selection Process:

CHISD will evaluate all proposals on the following items:

Experience of the Construction Manager (CM) 1. Has the CM constructed public schools and/or renovation/addition projects of similar size,

type, and complexity using the CMAR delivery method?2. What is the experience of the CM in Texas with public school districts?3. Has the District or its agents worked satisfactorily with the CM in the past?4. Warranty work – The program which the CM has in place.5. CM’s proactive experience with influencing building system design that relates long-term

building performance.

Past Performance of the CM

6. Is the quality of the CM’s work (pre-construction, construction, warranty) exceptional?7. CM’s success in completing a number of schools significantly earlier than contracted

schedules and industry standards.8. CM’s record and role in achieving major cost savings prior to establishment of GMP?9. What is the CM’s reputation with sub-contractors and vendors?10. What is the CM’s record and philosophy on change orders?11. Has the CM demonstrated a history of providing reliable pre-construction services?12. CM’s demonstrated ability to positively influence cost and quality of school projects

through innovation, technical expertise and leadership.

Proposed personnel and management team

13. Are the CM’s personnel experienced in similar school construction projects?14. Have the proposed personnel demonstrated the ability to achieve quality work?

Reputation

15. Is the CM considered a “team player” or is the relationship considered adversarial?16. Has the CM demonstrated a long-term presence in the East Texas market?17. Have past clients expressed a willingness to work with the CM again?

Financial strength

18. Is the offeror adequately capitalized?19. Construction Manager’s fee?

In determining the award of a contract, Government Code 2269.055 stipulates that the District may consider the following selection criteria:

1. Price.2. The offeror’s experience and reputation.3. The quality of the offeror’s goods or services.4. The impact on the ability of the district to comply with rules relating to historically underutilized

businesses. 5. The offeror’s safety record.6. The offeror’s proposed personnel.7. Whether the offeror’s financial capability is appropriate to the size and scope of the project.8. Any other relevant factor specifically listed in the request for bids, proposals, or qualifications.

5

Evaluation and Selection Process (continued):

As such, CHISD shall group the 19 criteria found below into the following categories in order to fairly award a contract, if made, based on the firms who receive the highest overall points:

Max Points Selected Criteria Item Numbers 40 points The offeror’s experience and reputation 1-12, 15-17

Price 1910 points The offeror’s proposed personnel 13-1410 points Whether the offeror’s financial capability is 18

appropriate to the size and scope of the project

Other Terms and Conditions:

Any transfer or assignment of contract by firm is prohibited.

Firm accepts full responsibility for adhering to any criminal history requirements under state law, including but not limited to Texas Education Code Section 22.0834. At no time shall firm or firm’s employees, agents or subcontractors have unsupervised contact with students.

Firm represents and warrants that they do not boycott Israel and will not during the term of the contract.

In addition to and separate from the requested information, organizations submitting may provide supplementary materials further describing their capabilities and experience – limited to three (3) pages.

Proposals are to include the information requested in this questionnaire in the sequence and format prescribed. Each selection criteria is associated with certain questions and will be evaluated based on this format. Failure to respond in this sequence and format may result in the reduction of points and/or disqualification.

Construction is contingent upon certain activities being completed within a time frame, which will permit the school to meet its contemplated schedule. If these activities are not completed when required, the District may not proceed with construction as anticipated in this RFP.

Awarded firm(s) will be required to submit a Certificate of Interested Parties form online to the Texas Ethics Commission in compliance with HB1295.

6

40 points

Proposals are to include the information requested in this questionnaire in the sequence and format prescribed. Each selection criteria is associated with certain questions and will be evaluated based on this format. Failure to respond in this sequence and format may result in the reduction of points and/or disqualification.

1. Firm Information

Name of Firm: Address of Principal Office: Phone and Fax: Form of Business Organization (corporation, partnership, individual, joint venture, other?): Year Founded: Primary Individual to Contact:

2. Organization

2.1 2.2

2.3

2.4

2.5

2.6

2.7 2.8 2.9

How many years has your organization been in business in its current capacity? How many years has your organization been in business under its present name? Under what other or former names has your organization operated? If your organization is a corporation, answer the following: Date of incorporation, State of incorporation, President’s name, Vice-President’s name(s), Secretary’s name, Treasurer’s name. If your organization is a partnership, answer the following: Date of organization, Type of partnership (if applicable), Name(s) of general partner(s). If your organization is individually owned, answer the following: Date of organization, Name of owner. If the form of your organization is other than those listed above, describe it and name the principals. Does your company principally work in Texas? Does your company principally work in Central Texas? What is the dollar value of work done in Texas for the calendar years 2014-2019 and what percentage of your total work does this represent?

2.10 What is the dollar value of work done in Central Texas for the calendar years 2014-2019, and what percentage of your total work does this represent?

2.11 What percentage of your work in the last five years has been public school district construction?

2.12 What percent of work for past 10 years has been for repeat clients? Please breakdown between commercial and school district clients.

3. Experience

3.1 Work over the last five years: List for the past five years any Texas public school (new/ school renovation) projects constructed by your organization; For each project, provide the name, nature of the project/function of the building, size (SF), location, original contractual cost, final cost, delivery method used, date of notice to proceed, contractual completion date, actual completion date, owner and architect (and their phone numbers), and what type of project (new or addition/renovation).

3.2 List the categories of work that your organization normally self-performs with its own forces. Would you propose to do any work with your own forces or to bid all work to subcontractors?

3.3 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform.

7

3.4 Claims and suits (If the answer to any of the questions below is yes, please attach details). 3.4.1 Has your organization ever failed to complete any work awarded? 3.4.2 Are there any judgements, claims, arbitration proceedings or suits, pending or

outstanding against your organization or its officers? 3.4.3 Has your organization filed any lawsuits or requested arbitration with regard to

construction contracts within the last five years? 3.5 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.)

3.6 Describe your firms warranty program, in particular staffing, reporting, follow-up procedures, etc.

3.7 Please provide examples of work that your firm considers to be exceptional. Also, list the project and contact and phone number.

3.8 List five (5) school projects where your firm, as a Construction Manager-at-Risk, has had input early in building design and has demonstrated leadership, innovation, and technical expertise. Give examples of your input.

3.9 List the HVAC, electrical, plumbing, drywall, and painting sub-contractors for your last ten (10) new school/renovation projects, along with contacts and phone numbers.

4. Financial Information

4.1 Attach the most recent audited financial statement, including the opinion letter issued by the audit firm, your organization’s latest balance sheet (no older than July 31, 2016) and income statement showing the following items:

* Current assets (e.g., cash, joint venture accounts, accounts receivable, notesreceivable, accrued income, deposits, materials inventory, and prepaid expenses).

* Noncurrent assets (e.g., net fixed assets, other assets).* Current liabilities (e.g., accounts payable, notes payable, accrued

expenses, provision for income taxes, advances, accrued salaries andaccrued payroll taxes).

* Noncurrent liabilities (e.g. notes payable).* Capital accounts and retained earnings (e.g., capital, capital stock, authorized and

outstanding shares par value, earned surplus, and retained earnings).

4.2 Name and address of firm preparing attached financial statement and date thereof. 4.3 Is the attached financial statement for the identical organization named under item 1

above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary).

4.4 Will the organization whose financial statement is attached act as guarantor of the contract for construction?

4.5 Provide name, address and phone number of your financial institution. 4.6 Surety: Name of bonding company and name and address of agent. Performance and

Payment Bonds for 100% of the construction cost will be required upon submission of the guaranteed maximum price (GMP).

5. Experience with concepts for working as a Construction Manager at Risk

5.1 Describe your organization’s concepts for working in a team relationship with the Owner and Architect during the design and construction of major projects. Describe your organization’s methods for estimating costs, and for scheduling during the design/documents phase. It is anticipated that the GMP will be furnished prior to completion of construction documents. Is this acceptable to you?

5.2 Fill out the attached Cost Forms and return with this proposal. Within the proposal submitted, please include a separate sealed envelope labeled with the name of the School District, Project Name, and Proposer Name clearly marked on the front of the envelope.

8

5.3 General Condition Cost: The General Condition Cost items are spelled out in the standard Chapel Hill ISD Construction Management at Risk contract. No other cost shall be allowed unless approved by LISD Superintendent in writing.

5.4 Savings: Describe your organization’s concept and reasoning for the disposition of savings realized during construction.

5.5 Contingencies: Describe your organization’s concept for cost contingencies during design and during construction. What is your organization’s concept for the disposition of contingency funds after the completion of the project?

5.6 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.

5.7 Please provide examples of pre-construction services provided in past school/renovation projects and the results of those services. Also, list the school project and project contact.

5.8 Provide five (5) examples of your input and ideas during the design phase of school projects that have resulted in:

Improved air quality, Reduced maintenance and/or operating costs, Reduced construction cost, and/or resulted in a better school facility

5.9 List five (5) school/renovation project examples where your firm has provided cost saving ideas after establishment of the GMP and your ideas and efforts have resulted in decreasing the cost of construction and/or shortening of the construction schedule. Provide details.

5.10 Please provide a detailed description of the efforts your firm takes to eliminate change orders during construction due to design team errors, omissions, and/or general document coordination issues between design disciplines? If you use a third party service for contract document review and evaluation, please provide the name and contact information for the service provider you would propose for this program.

5.11 Please provide a detailed description for how your firm ensures the design team’s work product meets all federal, state, and local requirements related to building codes, general development standards, and the Owner’s facility design standards.

5.12 Please provide a detailed description for how your firm evaluates subcontractor bids to

6. Personnel

ensure the proposals received accurately reflect the scope of work required prior to award of contract.

Given the scope and schedule of the project(s), identify the specific Project Manager/Job Superintendent, Estimator and Field Operations personnel who would work on the project(s). Provide a resume and references for each individual. Prior to contracting with a construction management firm, Chapel Hill ISD will have the right to interview the Project Manager/Job Superintendent that will be assigned to each project. The Project Manager/Job Superintendent will be required to remain on the project through final completion.

7. References

For the projects listed above (reference items 3.1 and 3.3), identify a representative of the owner and a representative of the architect (provide name, phone/fax numbers) whom we could contact as references regarding your organization’s services. References should include owners of education projects of comparable scope.

8. Uniqueness

What do you feel is unique about your firm’s potential contribution to these projects?

9

Chapel Hill Independent School Ag Mech Expansion & Multipurpose Facility Annex REQUEST FOR PROPOSALS

COST FORM

Project: Ag Mech Expansion

Proposer: __________________________ Company Name

$

%

____________%

A. Preconstruction Fee:Provide a proposed Preconstruction Fee to perform preconstructionServices listed herein. Express as a Lump Sum stand-alone amount.

B. CM Fee:Provide a CM Fee for Construction Management/Contractor services as a percentage of the Cost of theWork. The Cost of the Work shall be the cost as defined inthe Standard CHISD Construction Management Contract.

C. Performance and Payment Bonds:Provide a performance and payment bond rate, based on theconstruction budget and schedule duration listed herein, expressed asa percentage of the final contract amount.

D. General Conditions:Provide the following estimated unit cost wage rates Cost per Month Number on Job

__________ $/Mo ___________

__________ $/Mo ___________

1. Job Superintendent

2. Project Manager

3. Construction Inspector __________ $/Mo ___________

10

Chapel Hill Independent School Ag Mech Expansion & Multipurpose Facility Annex REQUEST FOR PROPOSALS

COST FORM

Project: Multipurpose Facility Annex

Proposer: __________________________ Company Name

$

%

____________%

A. Preconstruction Fee:Provide a proposed Preconstruction Fee to perform preconstructionServices listed herein. Express as a Lump Sum stand-alone amount.

B. CM Fee:Provide a CM Fee for Construction Management/Contractor services as a percentage of the Cost of theWork. The Cost of the Work shall be the cost as defined inthe Standard CHISD Construction Management Contract.

C. Performance and Payment Bonds:Provide a performance and payment bond rate, based on theconstruction budget and schedule duration listed herein, expressed asa percentage of the final contract amount.

D. General Conditions:Provide the following estimated unit cost wage rates Cost per Month Number on Job

__________ $/Mo ___________

__________ $/Mo ___________

__________ $/Mo ___________

11

1.1. Job Superintendent

2.2. Project Manager

3.3. Construction Inspector

CONFLICT OF INTEREST FORM

23

ENTRY

BASKETBALL/VOLLYBALL

COURT

WOMEN'S

RESTROOM

MEN'S

RESTROOM

TABLE/CHAIR

STORAGE

ATHLETIC/CHEER

STORAGE

ELECTRICAL/

JANITOR

AG/MECH

SHOP

CLASSROOM

OFFICE

RESTROOM

STORAGE

WOMEN'S

RESTROOM

MEN'S

RESTROOM

EXISTING

AG/MECH SHOP

CONCEPTUAL

FLOOR PLANS

A-2.0

Derrik Godwin

K. Jordan Godwin

P R O J E C T C O N T A C T S

R E V I S I O N S

S H E E T C O N T E N T S

S H E E T N U M B E R

GODWIN DESIGN ARCHITECTS PLLC

104 N Ward Street

Hughes Springs, TX 75656

903.650.6312

www.godwindesign.net

1930

P R O J E C T N U M B E R

© 2020 | Godwin Design Architects, PLLC

C O N S U L T A N T S

P R O J E C T C O N T A C T S

A R C H I T E C T

D A T E O F I S S U E

01.17.20

PROGRESS DESIGN

DOCUMENT:

NOT FOR REGULATORY

APPROVAL PERMITTING OR

CONSTRUCTION.

SC

HE

MA

TIC

D

ES

IG

N D

OC

UM

EN

TS

CH

AP

EL

H

IL

L IS

D

AG

-M

EC

H A

DD

IT

IO

N &

M

UL

TI-P

UR

PO

SE

A

NN

EX

MO

UN

T P

LE

AS

AN

T, T

EX

AS

MULTI-PURPOSE ANNEX FLOOR PLAN - SCHEME A

02

NORTH

TRUE

SCALE: 1/8"=1'-0"

AG-MECH ADDITION - FLOOR PLAN

SCALE: 1/8"=1'-0"01

NORTH

TRUE

AutoCAD SHX Text
101
AutoCAD SHX Text
107
AutoCAD SHX Text
104
AutoCAD SHX Text
105
AutoCAD SHX Text
A
AutoCAD SHX Text
A.1
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
E.1
AutoCAD SHX Text
1
AutoCAD SHX Text
RETRACTABLE BLEACHERS (36 SEATS)
AutoCAD SHX Text
4
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
RETRACTABLE BLEACHERS (36 SEATS)
AutoCAD SHX Text
11'X11'
AutoCAD SHX Text
11'X11'
AutoCAD SHX Text
90'X50'
AutoCAD SHX Text
106
AutoCAD SHX Text
103
AutoCAD SHX Text
102
AutoCAD SHX Text
ELEC. PANELS
AutoCAD SHX Text
11'X12'
AutoCAD SHX Text
11'X17'
AutoCAD SHX Text
11'X5'
AutoCAD SHX Text
103
AutoCAD SHX Text
111
AutoCAD SHX Text
108
AutoCAD SHX Text
109
AutoCAD SHX Text
A
AutoCAD SHX Text
A.1
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
E.1
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
104
AutoCAD SHX Text
105
AutoCAD SHX Text
101
AutoCAD SHX Text
102
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
11'X11'
AutoCAD SHX Text
ELEC. PANELS
AutoCAD SHX Text
11'X11'
AutoCAD SHX Text
90'X50'
AutoCAD SHX Text
110
AutoCAD SHX Text
107
AutoCAD SHX Text
106
AutoCAD SHX Text
11'X12'
AutoCAD SHX Text
11'X17'
AutoCAD SHX Text
11'X5'
AutoCAD SHX Text
6'X12'
AutoCAD SHX Text
6'X12'
AutoCAD SHX Text
6'X12'
AutoCAD SHX Text
6'X12'
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
1
AutoCAD SHX Text
1.1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
3.1
AutoCAD SHX Text
101
AutoCAD SHX Text
59'X39'
AutoCAD SHX Text
102
AutoCAD SHX Text
30'X20'
AutoCAD SHX Text
104
AutoCAD SHX Text
10'X13'
AutoCAD SHX Text
105
AutoCAD SHX Text
8'X6'
AutoCAD SHX Text
103
AutoCAD SHX Text
2'X6'
AutoCAD SHX Text
106
AutoCAD SHX Text
9'X14'
AutoCAD SHX Text
107
AutoCAD SHX Text
9'X14'
AutoCAD SHX Text
100
AutoCAD SHX Text
59'X99'
AutoCAD SHX Text
ELEC. PANELS

MULTI-PURPOSE ANNEX - SCHEME APreliminary Cost Estimate of Materials and Labor Probable Costs - R2

PROJECT: Chapel Hill ISD Multi-Purpose AnnexLOCATION: Mount Pleasant, TexasDATE: 01.17.2020ARCHITECT: Godwin Design Architects PLLC

DIVISION TITLE COST AREA TOTALS1 GENERAL REQUIREMENTS $ 5,000.00

1a General Requirements $ 5,000.00 1 AL $ 5,000.00 2 SELECTIVE DEMOLITION $ 2,160.00

2a Remove Storage Containers $ 1,500.00 1 AL $ 1,500.00 2b Removal of Chain Link Fence and Store for Repurpose $ 5.50 120 LF $ 660.00 3 CONCRETE $ 58,950.00

3a Concrete Slab on Grade $ 7.50 7200 SF $ 54,000.00 3b Sidewalks $ 5.50 900 SF $ 4,950.00 4 MASONRY $ -

Not Used $ - 5 METALS $ 77,500.00

5a Pre-Engineered Metal Bldg w/ Insulation $ 10.00 7200 SF $ 72,000.00 5b Interior Liner Panel $ 5,500.00 1 AL $ 5,500.00 6 CARPENTRY $ 5,760.00

6a 2x Ceiling Joists and Headers $ 5.00 720 SF $ 3,600.00 6b 2x Studs, Plates, and Framing $ 3.00 720 SF $ 2,160.00 7 MOISTURE CONTROL $ 1,800.00

7a Exterior and Interior Insulation $ 2.50 720 SF $ 1,800.00 8 DOOR, WINDOWS, & GLASS $ 11,000.00

8a Exterior Metal Doors, Frames, and Hardware $ 1,500.00 4 EA $ 6,000.00 8b Interior Metal Doors, Frames, and Hardware $ 1,000.00 5 EA $ 5,000.00 9 FINISHES $ 73,328.00

9a Steel Frame Paint $ 1.50 7200 SF $ 10,800.00 9b Resilient Athletic Flooring $ 8.50 6480 SF $ 55,080.00 9c Drywall (Wall and Ceiling), TBT, Paint $ 7.00 720 SF $ 5,040.00 9d Sealed Concrete Floors $ 1.00 720 SF $ 720.00 9e Rubber Base $ 1.00 720 SF $ 720.00 9f FRP Walls $ 4.00 242 SF $ 968.00 10 SPECIALTIES $ 10,850.00 10a Toilet Partitions and Accessories $ 850.00 5 EA $ 4,250.00 10b Fire Extinguishers $ 300.00 2 SF $ 600.00 10c Digital Signage Score Board $ 5,000.00 1 AL $ 5,000.00 10d Drinking Fountain $ 1,000.00 1 EA $ 1,000.00 11 EQUIPMENT $ 48,000.00

11a Athletic Equipment - Basketball Goals $ 5,500.00 6 EA $ 33,000.00 11b Audio/Visual Systems 1 AL $ 15,000.00 12 FURNISHINGS $ 10,800.00 12a Telescoping Bleachers $ 150.00 72 ST $ 10,800.00 13 SPECIAL CONSTRUCTION $ -

Not Used14 CONVEYING SYSTEM $ -

Not Used21 FIRE PROTECTION $ -

PAGE 1 104 N. Ward Street | PO Box 932 | Hughes Springs, Texas 75656 | 903.650.6312 | www.godwindesign.net

Not Used $ - 22 PLUMBING $ 35,000.00 22a Plumbing Allowance 1 AL $ 35,000.00 23 HVAC $ 54,000.00 23a HVAC Allowance 1 AL $ 54,000.00 26 ELECTRICAL $ 35,000.00 26a Electrical Allowance 1 AL $ 35,000.00 27 LOW VOLTAGE $ 20,000.00 27a Fire Alarm 1 AL $ 10,000.00 27b IT/Bell/Intercom/Security 1 AL $ 10,000.00 31 EARTHWORK $ 21,800.00 31a Site Work & Erosion Control 1 AL $ 20,000.00 31b Termite Control $ 0.25 7200 SF $ 1,800.00 32 EXTERIOR IMPROVEMENTS $ -

Not Used $ - 33 UTILITIES $ 2,500.00 33a Site Utilities 1 AL $ 2,500.00

Subtotal for Division 1-33 $ 473,448.00 Contingency (10%) $ 47,344.80 Contractor's Profit (10%) $ 47,344.80 CONSTRUCTION TOTAL $ 568,137.60 Cost per SF 7200 SF $ 78.91

* The preliminary estimate is based on “The Blue Book Building & Construction Network Guide to Construction Costs 2016 Edition” as well as takingthe known costs of a similar facility and factoring the size, place and time.** The values are for conceptual estimation purposes ONLY and are only an early approximation of the construction costs of the project. The values are not actual bids and are not to be construed or used as the basis for construction cost.

PAGE 2 104 N. Ward Street | PO Box 932 | Hughes Springs, Texas 75656 | 903.650.6312 | www.godwindesign.net

AG-MECH ADDITION - SCHEME A (w/ Girder Crane)Preliminary Cost Estimate of Materials and Labor Probable Costs - R2

PROJECT: Chapel Hill ISD Ag-Mech AdditionLOCATION: Mount Pleasant, TexasDATE: 01.17.2020ARCHITECT: Godwin Design Architects PLLC

DIVISION TITLE COST AREA TOTALS1 GENERAL REQUIREMENTS $ 5,000.00

1a General Requirements $ 5,000.00 1 AL $ 5,000.00 2 SELECTIVE DEMOLITION $ 330.00

2a Removal of Chain Link Fence and Store for Repurpose $ 5.50 60 LF $ 330.00 3 CONCRETE $ 28,100.00

3a Concrete Slab on Grade $ 7.50 3600 SF $ 27,000.00 3b Sidewalks $ 5.50 200 SF $ 1,100.00 4 MASONRY $ -

Not Used $ - 5 METALS $ 36,000.00

5a Pre-Engineered Metal Building w/ Insulation $ 10.00 3600 SF $ 36,000.00 5b Interior Liner Panel $ 3,500.00 1 AL $ 3,500.00 6 CARPENTRY $ 9,600.00

6a 2x Ceiling Joists and Headers $ 5.00 1200 SF $ 6,000.00 6b 2x Studs, Plates, and Framing $ 3.00 1200 SF $ 3,600.00 7 MOISTURE CONTROL $ 3,000.00

7a Interior Insulation $ 2.50 1200 SF $ 3,000.00 8 DOOR, WINDOWS, & GLASS $ 15,250.00

8a Exterior Metal Doors, Frames, and Hardware $ 1,500.00 2 EA $ 3,000.00 8b Interior Doors, Frames, and Hardware $ 1,000.00 10 EA $ 10,000.00 8c Interior Glass $ 50.00 45 SF $ 2,250.00 9 FINISHES $ 14,512.00

9a Painting $ 2.00 1200 SF $ 2,400.00 9b Drywall (Wall and Ceiling), TBT, Paint $ 7.00 1200 SF $ 8,400.00 9c Sealed Concrete Floors $ 1.00 1200 SF $ 1,200.00 9d Rubber Base $ 1.00 1200 SF $ 1,200.00 9e FRP Walls $ 4.00 328 SF $ 1,312.00 10 SPECIALTIES $ 4,150.00 10a Toilet Partitions and Accessories $ 850.00 3 EA $ 2,550.00 10b Fire Extinguishers $ 300.00 2 SF $ 600.00 10c Drinking Fountain $ 1,000.00 1 EA $ 1,000.00 11 EQUIPMENT $ 35,000.00

11a Girder Crane $ 35,000.00 1 AL $ 35,000.00 12 FURNISHINGS $ -

Not Used $ - 13 SPECIAL CONSTRUCTION $ -

Not Used $ - 14 CONVEYING SYSTEM $ -

Not Used $ - 21 FIRE PROTECTION $ -

Not Used $ - 22 PLUMBING $ 14,000.00 22a Plumbing Allowance 1 AL $ 14,000.00

PAGE 1 104 N. Ward Street | PO Box 932 | Hughes Springs, Texas 75656 | 903.650.6312 | www.godwindesign.net

23 HVAC $ 15,000.00 23a HVAC Allowance 1 AL $ 15,000.00 26 ELECTRICAL $ 20,000.00 26a Electrical Allowance 1 AL $ 20,000.00 27 LOW VOLTAGE $ 10,000.00 27a Fire Alarm 1 AL $ 5,000.00 27b IT/Bell/Intercom/Security 1 AL $ 5,000.00 31 EARTHWORK $ 10,900.00 31a Site Work & Erosion Control 1 AL $ 10,000.00 31b Termite Control $ 0.25 3600 SF $ 900.00 32 EXTERIOR IMPROVEMENTS $ -

Not Used $ - 33 UTILITIES $ 2,500.00 33a Site Utilities 1 AL $ 2,500.00

Subtotal for Division 1-33 $ 223,342.00 Contingency (10%) $ 22,334.20 Contractor's Profit (10%) $ 22,334.20 CONSTRUCTION TOTAL $ 268,010.40 Cost per SF 3600 SF $ 74.45

* The preliminary estimate is based on “The Blue Book Building & Construction Network Guide to Construction Costs 2016 Edition” as well as takingthe known costs of a similar facility and factoring the size, place and time.** The values are for conceptual estimation purposes ONLY and are only an early approximation of the construction costs of the project. The values are not actual bids and are not to be construed or used as the basis for construction cost.

PAGE 2 104 N. Ward Street | PO Box 932 | Hughes Springs, Texas 75656 | 903.650.6312 | www.godwindesign.net