RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

Embed Size (px)

Citation preview

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    1/80

    Benjamin Franklin Educational Foundation, Inc.

    Request for Services

    OWNERS PROJECT MANAGER SERVICES

    Franklin, Massachusetts

    Submission Deadline December 5, 2014

    Please submit your qualifications to:

    Donald TappinPresident, Benjamin Franklin Educational Foundation, Inc.Benjamin Franklin Classical Charter Public School201 Main St, Franklin, MA 02038

    1

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    2/80

    REQUEST FOR OWNERS PROJECT MANAGEMENT SERVICES (RFS)

    . Introduction

    The Benjamin Franklin Educational Foundation, Inc., (Owner) is seeking the services of a qualified Owners Project Manags defined in Massachusetts General Laws Chapter 149, Section 44A and as further defined by the provisions of this RFS, torovide Project Management Services for the feasibility study, design, construction of a new facility for use by Benjamin Fran

    Classical Charter Public School to be opened in June 1, 2016 in Franklin Massachusetts or a contiguous community (Project

    The Owner is requesting the services of an Owners Project Manager to represent the Owner during a review of the schools stratlan, and schematic design phases of the Project initially.

    The selection of a designer by the Massachusetts Designer Selection Board (DSB), financing, the contract between the Owner andhe Owners Project Manager may be amended to include continued Project Management Services through design development,onstruction documents, bid and award, construction and final closeout of the potential Project. The Owner reserves the right no

    ontract with the OPM for continued Project Management Services.

    The potential approved Project may include a renovation of an existing facility or new construction (See Attachment A). Thestimated total project costs of an approved potential Project may range from $20 Million to $25 Million depending on the sitnd the facility to be renovated or constructed.

    Copies of the RFS are available at:

    Charter School Support Services, Inc.1661 Worcester RoadSuite 203Framingham, MA 01701

    www.csssinc.org

    Benjamin Franklin Classical Charter Public School201 Main St, Franklin, MA 02038

    Or via email [email protected]

    . Background

    Benjamin Franklin Classical Charter Public School (BFCCPS) opened in 1995 as a Commonwealth Charter School. The missf BFCCPS is to assist parents in their role as primary educators of their children by providing the children with a classical

    cademic education coupled with sound character development and community service. The schools current five-year chartere subject to renewal in 2015.

    On March 23, 2014, the Massachusetts State Board of Education approved BFCCPS request to become a Regional CharterSchool serving: Franklin, Bellingham, Blackstone/Millville, Holliston, Hopedale, Medway, Mendon/Upton, Milford, Millis,Norfolk, Plainville, Walpole and Wrentham. BFCCPS enrollment will increase from 450 to 900 students over the next severayears.

    On October 29, 2014 the Board of Trustees issued an RFP Real Property Acquisition with a proposal deadline of December 1,

    014.

    2

    http://www.csssinc.org/http://www.csssinc.org/mailto:[email protected]:[email protected]:[email protected]:[email protected]://www.csssinc.org/
  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    3/80

    . Project Description, Objectives and Scope of Services

    The Owner is seeking services of an Owners Project Manager(OPM) to:

    A. Phase One

    1. Review the schools strategic plan and proposed education program.

    2. Evaluate the responses to the RFP for Real Property Acquisition.

    3. Recommend by the end of the schematic design phase either a Design/Bid/Build (DBB), or Construction Manager(CM) at risk delivery method for the Project.

    4. Develop a preliminary Project Budget.

    5. Develop a preliminary Project Schedule.

    B. Phase TwoPre Construction Tasks for the OPM

    1. Assist with the selection of Designer Selection Process as required by M.G.L c 7C.

    2. If the CM approach is selected, administer the selection of Construction Manager as described in the Construction

    Manager At Risk sectionof M.G.L. c.149.

    3. If DBB is selected, administer the selection of the General Contractor (GC) and sub-contractors as required by

    M.G.L. c.149. Section 44 D.

    4. Administer the relationship between the Designer/Architect and the CM or GC including:

    a. Managing the project design to insure compliance with BFCCPS program requirements.

    b. Review design plans and specifications and provide value engineering to ensure that the project costs do not excthe Project Budget.

    c. In the design review phase, make recommendations to the Owner for the MEP (mechanical, electrical

    and plumbing) components for the building that will reduce owner-operating costs.

    d. Update the Project Budget at 25%, 50%, 90% and 100% of the design drawings.

    e. If the CM approach is selected in Phase One, negotiate the Guaranteed Maximum Price (GMP) or if the DBB

    approach is chosen then oversee the bidding and contract award process.

    f. Assist and advise the Owner on drafting of the construction contract including all costs and conditions.

    g. Serve as a member of any Prequalification Committee(s) for general bidders or filed sub bidders.

    5.Assist the Owner with the permitting of the project with City and State officials, as needed. Follow up with all

    permitting requirements with all public authorities in order to complete the permitting process in a timely manner.

    3

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    4/80

    C. Phase Three- Project Construction Management Tasks for the OPM

    1. Administer the Construction Process in its entirety. The OPM responsibilities include:

    a. Develop a detailed final Project Budget, updated monthly, and report variances to the Owner.

    b. Develop a detailed Project Schedule, updated monthly, and report any variances to the Owner.

    c. Attend and report on all Job Meetings.

    d. Coordinate and schedule all project site visits and inspections by the Project Architects, Engineers and others.

    e. Review all invoices and requisitions for the Owner and make recommendations for modifications, if any, for

    payment.

    f. Review all Change Orders (CO) and negotiate a fair resolution of disputes regarding compliance with

    plans and specifications as well as fair pricing for Change Orders.

    g. Assist the Owner, or the Owners designated representative, with specifications, procurement and pricing for

    interior Furniture, Fixtures and Equipment (FFE) that will be required in the interior of the building.

    h. Assist Owner, or the Owners representative, with specifications, procurement, pricing and installation for

    all technology equipment in the building.

    i. Coordinate with the Owner, or the Owners representative, the installation of FFE and technology.

    j. Manage the Final Punch List and Closing Out process to insure full project completion and

    compliance with Plans and Specifications.

    k. Make sure that the Final Close Out will not compromise the integrity of any Warranties.

    l. Schedule systems training with Owners representatives.

    m. Collect as builts and manuals for use by Owner.

    n. Schedule a one-year warranty walk through.

    . Expected Direction of the Project

    A. Review of proposals for acquisition of real property,schools strategic plan and education program. 1 month

    B. Schematic Design Phase 1 month

    C. Design Development/Construction Documents/Bidding Phase 4 months

    D. Construction Phase 12 months

    4

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    5/80

    . Minimum Requirements and Evaluation Criteria:

    A. Minimum Requirements:

    In order to be eligible for selection, each Respondent must certify in its cover letter that it meets the following minim

    requirements. Any Response that fails to include such certification in its response, demonstrating that these criteria hbeen met, will be rejected without further consideration.

    Each Respondent must designate an individual who will serve as the Project Director. The Project Director shacertified in the Massachusetts Certified Public Purchasing Officer Program as administered by the Inspector Genof the Commonwealth of Massachusetts and must meet the following minimum requirements:

    The Project Director shall be a person who is registered by the Commonwealth of Massachusetts as an architeprofessional engineer and who has at least 5 years experience in the construction and supervision of construcand design of public buildings: or,

    If not registered as an architect or professional engineer, the Project Director must be a person who has at lseven (7) years experience in the construction and supervision of construction and design of public buildings.

    B. Evaluation Criteria

    In addition to the minimum requirements set forth above, all Respondents must demonstrate that they have signifiexperience, knowledge and abilities with respect to public construction projects, particularly involving theconstruction and renovation of public schools in Massachusetts. The Owner will evaluate Responses based on critthat shall include, but not be limited to, the following:

    1. Past performance of the Respondent, if any, with regard to public, private, Massachusetts Department ofElementary and Secondary Education (DESE) funded and non-funded Massachusetts School BuildingAuthority funded school projects and Commonwealth Charter school projects as evidenced by:

    a. Documented performance on previous projects as set forth in Attachment C, including the

    number of projects managed, project dollar value, number and percentage completed on time,number and dollar value of change orders, average number of projects per project manager peyear, number of accidents and safety violations, dollar value of any safety fines, and number aoutcome of any legal actions;

    b. Satisfactory working relationship with designers, contractors and Owners.

    2. Thorough knowledge of the Massachusetts State Building Code, regulations related to the Americans witDisabilities Act, and all other pertinent codes and regulations related to successful completion of the proj

    3. Thorough knowledge of Commonwealth construction procurement laws, regulations, policies and proced

    with both DBB and CM methodologies.

    4. Management approach: The Respondents approach to providing the level and nature of services requiredevidenced by proposed project staffing for a potential (hypothetical) proposed project for new constructioor renovations of up to 120,000 square feet of space; proposed project management systems; effectiveinformation management; and examples of problem solving approaches to resolving issues that impact timand cost.

    5. Key personnel: Provide an organizational chart that shows the interrelationship of key personnel to beprovided by the Respondent for this project and that identifies the individuals and associated firms (if anywho will fill the roles of Project Director, Project Representative and any other key roles identified by thRespondent, including but not limited to roles in design review, estimating, cost and schedule control.

    Specifically, describe the time commitment, experience and references for these key personnel including5

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    6/80

    relevant experience in the supervision of construction of several projects that have been either successfucompleted or are in process that are similar in type, size, dollar value and complexity to the project beingconsidered.

    6. Capacity and skills: Identify existing employees by number and area of expertise (e.g. field supervision, estimating, schedule analysis, value engineering, constructability review, quality control and safety).Identify any services to be provided by Sub consultants.

    7. Identify the Respondents current and projected workload for projects estimated to cost in excess of $1.5

    million.

    8. Thorough knowledge and demonstrated experience with life cycle cost analysis, cost estimating, valueengineering with actual examples of recommendations, and associated benefits to Owners.

    9. Financial Stability: Provide current balance sheet and income statement as evidence of the Respondentsfinancial stability and capacity to support the proposed contract.

    n order to establish a short list of Respondents to be interviewed, the Owner will base its initial ranking of Respondents on thebove Evaluation Criteria. The Owner will establish its final ranking of the short-listed Respondents after conducting interviend reference checks.

    . General Information

    The Owner reserves the right to consider any other relevant criteria that it may deem appropriate, within its sole discretion. ThOwner may or may not, within its sole discretion, seek additional information from Respondents.

    This Request for Services, any addenda issued by the Owner, and the selected Respondents response, will become part of thexecuted contract. The key personnel that the Respondent identifies in its response must be contractually committed for the

    Project. No substitution or replacement of key personnel or change in the Subconsultants identified in the response shall takelace without the prior written approval of the Owner.

    The selected Respondent(s) will be required to execute a Contract for Project Management Services with the Owner in the form

    hat is attached hereto as Attachment A and incorporated by reference herein. Prior to execution of the Contract for ProjectManagement Services with the Owner, the selected Respondent will be required to submit to the Owner a certificate of insuranhat meets the requirements set forth in the Contract for Project Management Services.

    Prior to execution of the Contract for Project Management Services, the fee for services shall be negotiated between the Ownend the selected Respondent to the satisfaction of the Owner, within its sole discretion. The initial fee structure will be negotiahrough the Feasibility Study and Schematic Design Phase. The selected Respondent, however, will be required to provide prinformation for all Phases specified in the Contract at the time of fee negotiation.

    . Selection Process and Selection Schedule

    The Owner will appoint an OPM Selection Committee that will include members of the Benjamin Franklin Educational

    Foundation, school administration, faculty and staff, community members and Charter School Support Services. The OPMSelection Committee will review all proposals submitted and then evaluate the proposals based on the criteria listed in section bove and the documentation provided by the Respondent. The OPM Selection Committee will develop a list of three potentia

    vendors for in person interviews. The OPM Selection Committee will then complete an additional review of the three vendorsusing the criteria set forth in Section 5 above.

    The OPM Selection Committee will then recommend the list of vendors to the Owner based on the ranking.

    The Owner will commence fee negotiations with the first-ranked selection. If the Owner is unable to negotiate a contract with irst-ranked selection, the Owner will then commence negotiations with its second-ranked selection and so on, until a contract uccessfully negotiated and approved by the Owner.

    6

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    7/80

    November 19, 2014: Advertise RFS in Central Register of the Commonwealth of Massachusetts and MetroWest Daily Ne

    November 24, 2014: Last day for questions from Respondents

    December 5, 2014: Responses due

    December 8, 2014: Respondents short-listed

    December 15, 2014: Interview short-listed Respondents

    December 22, 2014: Negotiate with selected Respondent

    December 29, 2014: Execute contract

    . Copies of the RFS are available at:

    A. On or after November 18, 2014 from:Charter School Support Services, Inc.1661 Worcester RoadSuite 203Framingham, MA 01701

    www.csssinc.org

    Benjamin Franklin Classical Charter Public School201 Main St, Franklin, MA 02038

    Or via email [email protected]

    B. Any questions concerning this Request for Services must be submitted in writing to:

    Michael RonanCharter School Support Services1661 Worcester Road

    Suite 203Framingham, MA [email protected]

    by the close of business on November 24, 2014.

    C. Sealed Responses to the Requests for Services for Owners Project Manager Services must be clearly labeled OwnerProject Management Services for Benjamin Franklin Classical Charter Public School and delivered to:

    Donald TappinPresident Board of TrusteesBenjamin Franklin Educational Foundation, Inc.

    201 Main St, Franklin, MA 02038

    no later than 5:00 PM local time on December 5, 2014. The Owner assumes no responsibility or liability for latedelivery or receipt of Responses. All responses received after the stated submittal date and time will be judgedunacceptable and will be returned unopened to the sender. Faxed or emailed responses will not be accepted.

    D. Requirements for content of response:

    Submit ten (10)hard copies of the response to this Request for Services and one electronic version in PDF format on CDAll responses shall be:

    1. In ink or typewritten;

    2. Presented in an organized and clear manner

    7

    http://www.csssinc.org/http://www.csssinc.org/mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]://www.csssinc.org/
  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    8/80

    3. Must include the required forms in Attachments A- G

    4. Must include all required certifications

    5. Must include the following information

    a. Cover letter shall be a maximum of two pages in length and include:

    An acknowledgement of any addendum issued to the RFS.

    An acknowledgement that the Respondent has read the Request for Services. Respondent shall any exceptions to the RFS in its cover letter.

    An acknowledgement that the Respondent has read the Standard Contract. Respondent shall noany exceptions to the Standard Contract in its cover letter.

    A specific statement regarding compliance with the minimum requirements identified in Item 5 this Request for Services to include identification of registration, number of years of experiencewhere obtained (as supported by the resume section of Attachment C), as well as the date of theMCCPO certification. (A copy of the MCCPO certification should be attached to the cover lett

    A description of the Respondents organization and its history.

    The signature of an individual authorized to negotiate and execute the Contract for ProjectManagement Services, in the form that is attached to the RFS, on behalf of the Respondent.

    The name, title, address, e-mail and telephone number of the contact person who can respond torequests for additional information.

    A list of 5 references with contact information.

    b. Selection Criteria: The response shall address the Respondents ability to meet the Selection Criteria Sectionincluding submittal of additional information as needed.

    c. Respondents may supplement this proposal with graphic materials and photographs that best demonstrate itsproject management capabilities of the team proposed for this project. Limit this additional information to a

    maximum of 3 - 8x 11 pages, double-sided.

    . Payment Schedule and Fee Explanation:

    The Owner will negotiate the fee for services dependent upon an evaluation of the level of effort required, job complexity,pecialized knowledge required, estimated construction cost, comparison with past project fees, and other considerations. Asonstruction, cost is but one of several factors, a final construction figure in excess of the initial construction estimate will not, in f itself, constitute a justification for an increased Owners Project Manager fee.

    0. Other Provisions

    A. Public Record

    All responses and information submitted in response to this RFS are subject to the Massachusetts Public Records L

    M.G.L. c. 66, 10 and c. 4, 7 (26). Any statements in submitted responses that are inconsistent with the provisionthese statutes shall be disregarded.

    B. Waiver/Cure of Minor Informalities, Errors and Omissions

    The Owner reserves the right to waive or permit cure of minor informalities, errors or omissions prior to the selectionRespondent, and to conduct discussions with any qualified Respondents and to take any other measures with respecthis RFS in any manner necessary to serve the best interest of the Owner and its beneficiaries.

    C. Communications with the Owner

    Benjamin Franklin Classical Charter Public School Procurement Officer is:

    8

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    9/80

    Jennifer Powell

    Benjamin Franklin Classical Charter Public School201 Main St, Franklin, MA 02038

    D. Respondents that intend to submit a response are prohibited from contacting any of Benjamin Franklin Classical ChPublic School staff. An exception to this rule applies to Respondents that currently do business with the BenjaFranklin Classical Charter Public School, but any contact made with persons other than the Procurement Officer muslimited to that business, and must not relate to this RFS. Respondents shall not discuss this RFS with the Owners

    counsel or other advisors. FAILURE TO OBSERVE THIS RULE MAY BE GROUNDS FDISQUALIFICATION.

    E. Costs

    The owner will not be liable for any costs incurred by any Respondent in preparing a response to this RFS or for any ocosts incurred prior to entering into a Contract with an Owners Project Manager.

    F. Withdrawn/Irrevocability of Responses

    A Respondent may withdraw and resubmit their response prior to the deadline. No withdrawals or re-submissions wiallowed after the deadline.

    G. Rejection of Responses, Modification of RFS

    The Owner reserves the right to reject all responses if the Owner determines, within its own discretion, that it is inOwners best interests to do so. This RFS does not commit the Owner to select any Respondent, award any contract, paycosts in preparing a response, or procure a contract for any services. The Owner also reserves the right to cancel or mothis RFS in part or in its entirety, or to change the RFS guidelines. A Respondent may not alter the RFS or its components

    H. Subcontracting and Joint Ventures

    Respondents intention to subcontract, or partner, or joint venture with other firm(s), individual or entity must be cledescribed in the response.

    I. Validity of Response

    Submitted responses must be valid in all respects for a minimum period of ninety (90) days after the submission deadline.

    ATTACHMENTS:

    Attachment A: Contract for Owners Project Management ServicesAttachment B: Evaluation CriteriaAttachment C: OPM Application FormAttachment D-G: Required Certifications

    9

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    10/80

    ATTACHMENT A

    PROPOSED CONTRACT WITH ADDENDA OPTIONS

    10

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    11/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    12/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    13/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    14/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    15/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    16/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    17/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    18/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    19/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    20/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    21/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    22/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    23/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    24/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    25/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    26/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    27/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    28/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    29/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    30/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    31/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    32/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    33/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    34/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    35/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    36/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    37/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    38/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    39/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    40/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    41/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    42/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    43/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    44/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    45/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    46/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    47/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    48/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    49/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    50/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    51/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    52/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    53/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    54/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    55/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    56/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    57/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    58/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    59/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    60/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    61/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    62/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    63/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    64/80

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    65/80

    ATTACHMENT B EVALUATION CRITERIA

    Rating System: The following rating system will be used by the OPM Selection Committee to

    evaluate responses received thathave been determined to meet the minimum evaluation criteria listed

    above. Any responses that do not meet any of the minimuvaluation criteria will be judged unacceptable

    and not reviewed further.

    Projector Director Must Meet At Least One Criteria Check Box (es) Based on DocumentationSubmitted

    1. The Project Director shall be a person who isregistered by the Commonwealth ofMassachusetts as an architect or professionalengineer and who has at least 5 yearsexperience in the construction and supervisionof construction and design of public buildings

    2. If not registered as an architect or professionalengineer, the Project Director must be a personwho has at least seven (7) years experience inthe construction and supervision of constructionand design of public buildings.

    n addition to the minimum requirements set forth above, all Respondents must demonstrate that they have significant experienknowledge and abilities with respect to public construction projects, particularly involving the construction and renovation of

    ublic schools in Massachusetts. The Owner will evaluate Responses based on criteria that shall include, but not be limited to,ollowing:

    Rating is on a scale of zero (disqualified) to 10 (high) based on the documentation submitted. Respondents will be initially rany the total weighted score of all raters with the highest score is the top Respondent.

    Rater Name:___________ Date:______________

    Criteria 1 Rating 0-10 Score. Past performance of the Respondent, if any, with regard to public, private, DESEfunded and non-funded Massachusetts School Building Authority funded schoolprojects and Commonwealth Charter school projects as evidenced by:

    A. Documented performance on previous projects as set forth in AttachmentC, including the number of projects managed, project dollar value,number and percentage completed on time, number and dollar value ofchange orders, average number of projects per project manager per year,number of accidents and safety violations, dollar value of any safetyfines, and number and outcome of any legal actions.

    B. Satisfactory working relationships with designers, contractors andOwners.

    Criteria 2 Rating 0-10

    . Thorough knowledge of the Massachusetts State Building Code, regulationsrelated to the Americans with Disabilities Act, and all other pertinent codes andregulations related to successful completion of the project.

    Criteria 3 Rating 0-10

    . Thorough knowledge of Commonwealth construction procurement laws,regulations, policies and procedures with both DBB and CM methodologies.

    65

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    66/80

    Criteria 4 Rating 0-5

    . Management approach: Describe the Respondents approach to providing thelevel and nature of services required as evidenced by proposed project staffing fora potential (hypothetical) proposed project for new construction or renovations ofup to 120,000 square feet of space; proposed project management systems;effective information management; and examples of problem solving approachesto resolving issues that impact time and cost.

    Criteria 5 Rating 0-8

    . Key personnel: Provide an organizational chart that shows the interrelationship of

    key personnel to be provided by the Respondent for this project and that identifiesthe individuals and associated firms (if any) who will fill the roles of ProjectDirector, Project Representative and any other key roles identified by theRespondent, including but not limited to roles in design review, estimating, costand schedule control. Specifically, describe the time commitment, experience andreferences for these key personnel including relevant experience in thesupervision of construction of several projects that have been either successfullycompleted or in process that are similar in type, size, dollar value and complexityto the project being considered.

    Criteria 6 Rating 0-8

    . Capacity and skills: Identify existing employees by number and area of expertise(e.g. field supervision, cost estimating, schedule analysis, value engineering,

    constructability review, quality control and safety). Identify any services to beprovided by Sub consultants.

    Criteria 7 Rating 0 - 5

    . Identify the Respondents current and projected workload for projects estimatedto cost in excess of $1.5 million.

    Criteria 8 Rating 0 - 8

    . Thorough knowledge and demonstrated experience with life cycle cost analysis,cost estimating, value engineering with actual examples of recommendations, andassociated benefits to Owners.

    Criteria 9 Rating 0-6

    . Financial Stability: Provide current balance sheet and income statement asevidence of the Respondents financial stability and capacity to support the

    proposed contract.Total Score

    Maximum Points = 70

    Highly Aadvantageous: 60- 70 -70 -meets or exceeds all of the requirements of the RFS.

    Advantageous: 50 -59meets or exceeds a majority of the requirements of the RFS.

    Not advantageousNot Aadvantageous: 1- 49dose not meet the majority of the requirements of the RFS.

    NoteProposal is automatically eliminated from further consideration if a zero is received in any category.

    66

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    67/80

    TTACHMENT C

    Owners Project Manager Application Form - May 2008

    1.Project Name/Location for Which Firm is Filing:

    2a. Respondent, Firm (Or Joint-Venture) - Name And Address Of PrimaryOffice To Perform The Work:

    2b.

    Name And Address Of Other Participating Offices Of The Prime ApplicaIf Different From Item 3a Above:

    2c. Date Present And PredecessorFirms Were Established: 2d.

    Name And Address Of Parent Company, If Any:

    2e. Federal ID #:2f. Name of Proposed Project Director:

    3. Personnel From Prime Firm Included In Question #2 Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number EmploThroughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline):

    Admin. Personnel Cost Estimators OtherArchitects Electrical Engrs.Acoustical Engrs. Environmental

    Civil En rs. Licensed SiteCode Specialists Mechanical Engrs.Construction

    Total

    4. Has this Joint-Venture previously worked together? Yes No

    67

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    68/80

    5.List ONLYThose Prime and Sub-Consultant Personnel identified as Key personnel in the Response to Request for Services. This Information Should BePresented Below In The Form Of An Organizational Chart modified to fit the firms proposed management approach. Include Name of Firm And Name Of TPerson:

    Benjamin FranklinEducational Foundation Inc.

    SchematicDesign/DesignDevelopment

    ConstructionPhase

    Name of Project Representative

    Subconsultant

    Prime ConsultantPro ect Director

    68

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    69/80

    6. Brief Resume for Key Personnel ONLYas indicated in the Request for Services. Resumes Should Be Consistent With The Persons Listed On TheOrganizational Chart In Question # 5. Additional Sheets Should Be Provided Only As Required For The Number Of Key Personnel And They Must Be In Format Provided. By Including A Firm As A Subconsultant, The Prime Applicant Certifies That The Listed Firm Has Agreed To Work On This Project, SThe Team Be Selected.

    a. Name And Title Within Firm: a. Name And Title Within Firm:

    b. Project Assignment: b. Project Assignment:

    c. Name And Address Of Office In Which Individual Identified In 6a Resides: c. Name And Address Of Office In Which Individual Identified In 6a Re

    d.Years Experience: With ThisFirm:

    With Other Firms: d.Years Experience: With ThisFirm:

    With Other Firms:

    e. Education: Degree(s) /Year/Specialization e. Education: Degree(s) /Year/Specialization

    f. Date of MCCPO Certification: f. Date of MCCPO Certification:

    g. Applicable Registrations and Certifications : g. Applicable Registrations and Certifications:

    h. Current Work Assignments And Availability For This Project: h. Current Work Assignments And Availability For This Project

    i. Other Experience And Qualification Relevant To The Proposed Project:(Identify Firm By Which Employed, If Not Current Firm):

    i. Other Experience And Qualification Relevant To The Proposed Projec(Identify Firm ByWhichEmployed , If Not Current Firm):

    69

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    70/80

    7aPast Performance: List all Completed Projects, in excess of $1.5 million, for which the Prime Applicant has performed, or has entered into a contract to

    perform Owners Project Management Services for all Public Agencies within the Commonwealth within the past 10 years.

    a.Project Name AndLocation ProjectDirector

    b.Brief Description Of

    Project And Services(Include Reference ToAreas Of SimilarExperience)

    c.Project Dollar

    Value

    d.CompletionDate (ActualOr Estimate)

    e.On Time(Yes Or

    No)

    f.OriginalConstructionContract Value

    g.ChangeOrders

    h.Number ofAccidentsandSafetyViolations

    i.Dollar

    Value ofany Safetyfines

    j.NumbeAndOutcomOf LegActions

    (1)

    (2)

    (3)

    70

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    71/80

    (4)

    (5)

    71

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    72/80

    7b.(cont)

    Past Performance: Provide the following information for those completed Projects listed above in 7a for which the Prime Applicant has performed, or hasentered into a contract to perform Owners Project Management Services for all Public Agencies within the Commonwealth withinthe past 10 years.

    a.Project Name AndLocationProject Director

    b.Original

    ProjectBudget

    c.Final

    ProjectBudget

    d.If different, provide reason(s)for variance

    e.OriginalProjectCompletion

    e.ActualProjectCompletionOn Time(Yes or No)

    f.If different, provide reason(s) for

    variance.

    (1)

    (2)

    (3)

    72

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    73/80

    (4)

    (5)

    73

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    74/80

    Capacity: Identify all current/ongoing Work by Prime Applicant, Joint-Venture Members or Subconsultants. Identify project participants and highlight any winvolving the project participants identified in the response.

    roject Name Andocationroject Director

    b. Brief Description OfProject And Services(Include ReferenceTo Areas Of SimilarExperience)

    c. OriginalProjectBudget

    d. CurrentProjectBudget

    d. ProjectCompletionDate

    e. Currentforecast

    completiondateOn Time

    (Yes OrNo)

    f. OriginalConstructionContractValue

    g. Number anddollar valueof ChangeOrders

    h. Number and dollvalue of claims

    .

    .

    .

    .

    .

    .

    .

    .

    74

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    75/80

    9. References: Provide the following information for completed and current Projects listed above in 7 and 8 for which the Prime Applicant has performed, ohas entered into a contract to perform Owners Project Management Services for all Public Agencies within the Commonwealth within the past 10 years.

    a. Project Name AndLocationProject Director

    Clients Name, Address andPhone Number. Include

    Name of Contact Person

    Project Name AndLocationProject Director

    Clients Name, Addressand Phone Number.Include Name ofContact Person

    Project Name AndLocationProject Director

    Clients Name, Addressand Phone Number.Include Name of ContacPerson

    1) 5) 9)

    2) 6) 10)

    3) 7) 11)

    4) 8) 12)

    75

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    76/80

    9. Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And ThatOf Your Subconsultants. If Needed, Up To Three, Double-Sided 8 X 11 Supplementary Sheets Will Be Accepted. APPLICANTS AREREQUIRED TORESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED.

    10.I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. The information contained inthis application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.

    Submitted By(Signature)

    ________________________________Printed Name AndTitle

    __________________________________________________

    Date _____

    76

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    77/80

    ATTACHMENT D

    CERTIFICATE OF NON-COLLUSION

    The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith andwithout collusion or fraud with any other person. As used in this certification, the word person shall mean natural person,

    usiness, partnership, corporation, committee, union, club or other organization, entity, or group of individuals.

    Signature: __________________________ ___________________________Date

    ___________________________________ ___________________________________Print Name & Title Company Name

    77

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    78/80

    ATTACHMENT E

    CERTIFICATE OF TAX COMPLIANCE

    Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I____________________________, authorized signatory for _____________________________Name of individual Name of owner

    Do hereby certify under the pains and penalties of perjury that said owner has complied with all laws of the Commonwealth ofMassachusetts, and Benjamin Franklin Classical Charter Public School, relating to taxes, permit or other fees, reporting ofmployees and contractors, and withholding and remitting child support.

    ___________________________________ ____________________Signature Date

    (Note: This form must be included in the proposal submission)

    78

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    79/80

    ATTACHMENT F

    CONFLICT OF INTEREST CERTIFICATION

    The Proposer hereby certifies that:

    1. The Proposer has not given, offered, or agreed to give any gift, contribution, or offer of employment as aninducement for, or in connection with, the award of a Contract pursuant to this RFP.

    2. No consultant to, or subcontractor for, the Proposer has given, offered, or agreed to give any gift, contribution, oroffer of employment to the Proposer, or to any other person, corporation, or entity as an inducement for, or inconnection with, the award to the consultant or subcontractor of a Contract by the Proposer.

    3. No person, corporation, or other entity, other than a bona fide full time employee of the Proposer has beenretained or hired to solicit for or in any way assist the Proposer in obtaining a Contract pursuant to this RFP uponan agreement or understanding that such person, corporation or entity be paid a fee or other compensationcontingent upon the award of a Contract to the Proposer.

    4. The Proposer understands that the Massachusetts Conflict of Interest Law, Chapter 268A of the MassachusettsGeneral Laws (M.G.L.), applies to the Proposer and its officers, employees, agents, subcontractors, and affiliatedentities with respect to the transaction outlined in the Request for Proposals.

    5. The Proposer understands that the Proposer and its officers, employees, agents, subcontractors, and affiliatedentities, shall not participate in any activity which constitutes a violation of the Massachusetts Conflict of InterestLaw or which creates an appearance of a violation of the Massachusetts Conflict of Interest Law._____________________________Name of Proposer_____________________________Address of Proposer__________________________________________________________

    Telephone Number_____________

    By: _________________________(Signature)

    _________________________

    Printed Name

    79

  • 8/10/2019 RFS Benjamin Franklin Educational Foundation OPM Final w Contracts 111414

    80/80

    ATTACHMENT GCERTIFICATE OF NON-DEBARMENT

    The Proposer hereby certifies that it is presently not debarred, suspended, or otherwise prohibited from practice byany federal, state, or local agency, and that, should any proceeding arise in which it is debarred, suspended, orotherwise prohibited from practice by any federal, state, or local agency, the Proposer shall inform the Schoolwithin one (1) business day of such debarment, suspension, or prohibition from practice._____________________________Name of Proposer

    _____________________________Address of Proposer__________________________________________________________

    Telephone Number_____________

    By: _________________________(Signature)

    ____________________________Printed Name

    ____________________________Printed Title______________________Date