solicitation no. 07-018 request for proposal (rfp) for

34
SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR Construction Management Services for The Reconstruction of Ingram-Pye Elementary School BIBB COUNTY SCHOOL DISTRICT 484 Mulberry Street Macon, Georgia 31201 April 13, 2007 Mandatory Pre-bid Conference: Tuesday, May 1, 2007 at 2:00 p.m. Proposals Due: Tuesday, May 15, 2007, no later than 2:00 p.m. TABLE OF CONTENTS

Upload: mike97

Post on 05-Dec-2014

946 views

Category:

Education


1 download

DESCRIPTION

 

TRANSCRIPT

Page 1: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

SOLICITATION NO. 07-018

REQUEST FOR PROPOSAL (RFP)

FOR

Construction Management Services for

The Reconstruction of Ingram-Pye Elementary School

BIBB COUNTY SCHOOL DISTRICT 484 Mulberry Street

Macon, Georgia 31201

April 13, 2007

Mandatory Pre-bid Conference: Tuesday, May 1, 2007 at 2:00 p.m. Proposals Due: Tuesday, May 15, 2007, no later than 2:00 p.m.

TABLE OF CONTENTS

Page 2: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

FOR

REQUEST FOR PROPOSAL NO. 07-018

Construction Management Services for The Reconstruction of Ingram-Pye Elementary School

TITLE PAGE NO. PROPOSAL CONDITIONS 3 ADDITIONAL CONDITIONS 15 REQUEST FOR PROPOSAL 16 SPECIFICATIONS 18 REQUEST FOR PROPOSAL FORM 25

CHECKLIST 27

PROPOSAL CONDITIONS

Page 3: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

SECTION 1 – PREPARATION AND SUBMISSION OF PROPOSALS 1. INTRODUCTION

a. To be entitled to consideration, sealed proposals shall be presented in accordance with the instructions of this solicitation and within the time constraints stated.

b. Sealed proposals consisting of one (1) original and five (5) copies will be mailed or

delivered to the office of Bob Flowers, Capital Program Administrator, 484 Mulberry Street, Third Floor, Macon, Georgia 31201.

c. Proposals received after the date and time specified will not be considered. d. The Bibb County School District reserves the right to accept or reject any or all

proposals and to waive minor irregularities and technicalities. The judgment of the Bibb County School District on such matters shall be final.

2. REQUEST FOR PROPOSAL PROCESS:

This solicitation is a Request For Proposal (RFP). In using this method for solicitation we are asking the marketplace for its best effort in seeking a “best value” solution to our requirement. The Offeror provided proposal(s) will be evaluated by an evaluation committee. Offeror(s) should make their best effort to satisfy the requirement at their best price because a contract may be awarded based on the initial evaluation. Often, however, it will be necessary to hold discussions with Offeror(s) about their proposals. This will be done after the initial evaluation. The results of the evaluation will be reviewed and a “competitive range” will be selected for discussions. Essentially, if an Offeror’s proposal is not evaluated as having a chance for contract award because of the content of the proposal and/or the price, the proposal will be dropped from the competitive range to save time and money for both the Offeror and the Bibb County School District.

Offerors in the “competitive range” will be notified of the weaknesses in their proposals and given an opportunity, in discussions, to ensure they understand the weaknesses. At the end of discussions with all Offerors, best and final offers (BAFO) will be accepted from the Offerors in the competitive range. The BAFO’s will be evaluated and the results reported to a selection official who will select the proposal that presents the best value to the Bibb County School District. This selection will then be presented to the Bibb County Board of Education for approval. If approved by the Board and if other matters (insurance, bonds, etc.) are settled, a contract will be awarded.

Page 4: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

PROPOSAL CONDITIONS SECTION 1 – PREPARATION AND SUBMISSION OF PROPOSALS 3. OWNER’S REPRESENTATIVE

The Owner for whom work will be executed is: Bibb County School District, Georgia hereinafter referred to as BCSD. The Owner’s representative is Bob Flowers, Capital Program Administrator, or his designee, hereinafter referred to as the Administrator.

4. PREPARATION OF PROPOSALS a. All proposals shall be printed in ink or typewritten. Errors may be crossed out and

corrections printed in ink or typewritten adjacent to the error. The person signing the proposal shall initial corrections in ink.

b. An authorized officer of the company shall sign proposals.

5. TAXES

BCSD is exempt from all state sales tax and Federal Excise Tax. These taxes shall not be included in proposals.

6. ADDENDA

Offerors are notified that they must thoroughly examine proposal documents which include, Cover Sheet, Table of Contents, Proposal Conditions, Specifications, Request for Sealed Proposal and Bidder’s Checklist, together with Addenda thereto issued prior to the receipt of proposal. Any addenda issued in writing during the time of solicitation shall be included in the proposal, and each will be incorporated in the subsequent contract. If any person or firm contemplates submitting a proposal and is in doubt as to the meaning of any part of the solicitation documents, they may submit a written request to the office of the Administrator for interpretation. This must be submitted in writing not-less-than ten (10) days prior to the proposal due date or within five (5) days after the pre-proposal conference – whichever date is later – and addressed to the office of the Administrator. Written requests may be submitted via e-mail to: [email protected] Interpretations of proposal documents will be made by addenda only. The BCSD will not be responsible for any other interpretations or explanations.

PROPOSAL CONDITIONS

Page 5: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

SECTION 1 – PREPARATION AND SUBMISSION OF PROPOSALS

No oral interpretations will be made to Offeror as to meaning of proposal documents. Requests for such interpretations shall be made in writing to the office of the Administrator, Bibb County School District, 484 Mulberry Street, Macon Georgia 31201, or via e-mail. Failure on the part of the Offeror to do so shall not relieve them of the obligation to execute such work in accordance with a later interpretation by the BCSD. All interpretations made to the Offeror shall be made in the form of addenda to the proposal documents and sent to all Offerors. Offerors are strongly urged to make arrangements to visit and inspect the site(s) prior to proposing if the configuration, structure, condition, etc. of the site will influence the proposal for contract performance.

7. WITHDRAWAL OF PROPOSALS

A proposal cannot be withdrawn after it is delivered to the BCSD, unless Offeror makes a request in writing to the Owner prior to time set for receiving proposals, or unless the Owner fails to accept or reject the proposal within ninety (90) days after the date fixed for receiving said proposals.

8. ADDITIONAL TERMS

The BCSD shall not be bound by any terms and conditions included in any Offeror’s packaging, service catalog, brochure, technical data sheet or other document which attempts to impose any conditions at variance with or in addition to the terms and conditions contained in this solicitation, or the BCSD purchase order related to this solicitation or contract. If the Offeror objects to any term or condition that shall relate to a contract resulting from this solicitation, the objection shall be clearly stated on a separate page entitled “Objection to Term or Condition” and placed in the proposal immediately after the executive summary. If the objection is accepted by BCSD it will be stated in the Purchase Order or Contract. If not stated in the purchase order or contract the terms and conditions shall remain as written in the solicitation.

9. COMPLIANCE WITH LAWS

All services furnished in a contract resulting from this solicitation shall comply with all applicable Federal, State and Local laws, codes and regulations.

10. PROTESTS

Protests dealing with the specification or the solicitation shall be filed not later than three (3) working days prior to proposal due date. Other protests shall be filed not later than three (3) working days after proposal due date, or if the protest is based on subsequent action of the BCSD, not later than three (3) working days after the aggrieved person knows or should have knowledge, of the facts giving rise to the protest. Protests are considered filed when received by the Administrator. Protests which are not filed in a timely manner, as set forth above, will not be considered.

Page 6: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD 1. CONTRACT

The contract shall consist of this solicitation and any addenda thereto, the Offeror’s proposal (as amended by a best and final offer if called for), the intent to award notification letter and the AIA Document A121/CMc – 2003 and AGC Document 565 as amended by BCSD. Unless specifically deleted in writing by addendum or amendment to one of the afore mentioned documents of the contract by the BCSD Administrator all terms and conditions of the BCSD contract documents shall be in affect and shall govern if in conflict with any term or condition otherwise presented. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of Georgia.

2. CONTRACT AWARD

A contract will be awarded to the responsible Offeror (hereinafter referred to as contractor) whose proposal is determined to be the most advantageous and is of best value to the BCSD. Proposals will be evaluated on a combination of factors (see the RFP portion of this solicitation for weighted evaluation factors).

3. CONFLICTS IN TERMS AND CONDITIONS

In a conflict between terms and conditions in any document that will be part of the contract, BCSD terms and conditions shall govern.

4. INSURANCE

When the selected contractor has been identified, he will be notified of the necessity to provide required insurance. Proof of insurance shall be provided within 15 days of the date of written notification to the contractor. A. The following general requirements apply to any and all work under this

contract by all Contractors and Sub-Contractors of any tier.

1) Any and all insurance required by this contract shall be maintained during the entire length of this contract, including any extensions thereto, and until all work has been completed to the satisfaction of BCSD. Any and all insurance must be on an occurrence basis.

No Contractor or Subcontractor shall commence any work of any kind under a contract until all insurance requirements contained within the solicitation have been complied with and until evidence of all insurance requirements in each and every contract with each and every subcontractor of any tier and shall require the same to comply with all such requirements.

Page 7: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD (2) The BCSD shall be covered as an Additional Insured under any and all

insurance required by the contract. Confirmation of this shall appear on all certificates of insurance and on any and all applicable policies.

(3) The BCSD shall be given no less than thirty (30) days notice of

cancellation. The BCSD shall be given not less than thirty (30) days prior written notice of material changes of any insurance required under this contract.

(4) Each and every agent shall warrant when signing the certificate of

insurance that he is acting as an authorized representative on behalf of the companies affording insurance coverage under the contract and that he is licensed by the State of Georgia to conduct insurance business in the State of Georgia and that the companies affording insurance coverage are currently licensed by the State of Georgia and are currently in good standing with the Commissioner of Insurance for the State of Georgia.

(5) Any and all companies providing insurance required by a contract must

meet the minimum financial security requirements as set forth below. The rating for each company must be indicated on the certificate of insurance.

For all contracts, regardless of risk, companies providing insurance under

this contract must have a current: (a) Best’s Rating not less than A, and

(b) Best’s Financial Size Category not less than Class VIII (6) In the event the Contractor neglects, refuses, or fails to provide the

insurance required by the Contract Documents, or if such insurance is cancelled for any reason, BCSD shall have the right, but not the duty, to procure the same, and the cost thereof shall be deducted from moneys then due or thereafter to become due to the Contractor or shall have the right to cancel the contract.

B. Worker’s Compensation and Employer’s Liability Insurance The contractor shall procure and maintain Worker’s Compensation and

Employer’s Liability Insurance in the following limits. Such insurance is to cover each and every employee who is or may be engaged in work under the contract.

Worker’s Compensation Limits: Statutory

PROPOSAL CONDITIONS

Page 8: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

SECTION II – CONTRACT AWARD Employer’s Liability Limits: Bodily Injury by Accident $ 1,000,000 each accident Bodily Injury by Disease $ 1,000,000 each employee Bodily Injury by Disease $ 1,000,000 policy limit

Contractor waives all rights against Owner and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the workers compensation and employer’s liability or commercial umbrella liability insurance obtained by Contractor pursuant to this agreement. The Waiver of Our right To Recover From Others Endorsement, ISO Form SC 00 03 13 shall be attached to the policy showing the Owner listed in the Schedule.

C. Commercial General and Umbrella Liability Insurance The Contractor shall procure and shall maintain commercial general liability

(CGL) and if necessary, commercial umbrella insurance with a limit of not less that $1,000,000 each occurrence, as shall protect him and any Subcontractor performing Work covered by this Contract from claims for damages for bodily injury, including accidental death, as well as from claims for property damages, which may arise from operations under the Contract Agreement, whether such operations are by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them.

(1) Comprehensive Form (2) Contractual Insurance (3) Personal Injury (4) Broad Form Property Damage (5) Premises - Operations (6) Completed Operations

This coverage shall cover the use of all equipment, hoists, and vehicles on the site(s) not covered by Automobile Liability under the contract. Policy coverage must be on an occurrence basis. CGL insurance shall be written on ISO occurrence form CG 00 01 10 93 (or substitute form providing equivalent coverage) and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). If such CGL insurance contains a general aggregate limit, it shall apply separately to this project. Each policy shall be indorsed with ISO Form CG 25 03 11 85 or equivalent form with wording satisfactory to Owner.

PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD

Page 9: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

The Owner shall be included as an additional insured under the CGL, using ISO additional insured endorsement CG 20 33 or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the Owner. There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. Contractor waives all rights against Owner and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by commercial general liability or commercial umbrella liability insurance maintained pursuant to this agreement. Disposition: Certificate(s) of insurance must be sent to Owner with properly executed Contract Documents.

D. Business Auto and Umbrella Liability Insurance

The Contractor shall procure and shall maintain business automobile liability, and if necessary, commercial umbrella liability insurance with a limit of not less that $1,000,000 each occurrence. Such insurance shall cover liability arising out of any auto (including owned, hired, and non-owned autos). Business auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12, CA 00 20 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of ISO form CA 00 01. Contractor waives all rights against Owner and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Contractor pursuant to this agreement or under any applicable auto physical damage coverage. Disposition: Certificate of insurance must be sent to Owner with properly executed Contract Documents.

E. Endorsement of Casualty/Liability Policies There shall be attached to and made a part of every CASUALTY/LIABILITY INSURANCE POLICY an endorsement of the insurance company in accordance with the specimen shown below:

PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD

ENDORSEMENT

Page 10: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

Attached to and forming part of Policy No. of the

Insurance Company. Date of Endorsement: Name of Project:

In consideration of the premium for which the policy is written and proper rate adjustment when applicable, the insurance company agrees as follows:

Item (1) This policy of insurance shall not be canceled, changed [which includes

renewal], allowed to lapse or allowed to expire until thirty (30) days after the Bibb County School District has received written notice addressed as follows:

Bibb County School District ATTN: Capital Program Administrator Post Office Box 6157 Macon, GA 31213-0799 as evidenced by certified mail, return receipt requested, or until such time as

other valid and effective insurance coverage acceptable in every respect to the Owner and providing equal protection called for in the policy shown below shall have been received, accepted, and acknowledged by the Owner. It is also agreed that such notice shall be valid only as to such improvements or projects as shall have been designated by name in such notice and that as to any project not designated by name in the notice, coverage shall be continued in full force and effect.

Item (2) Any other provisions of the agreement to the contrary notwithstanding,

coverage under this policy shall automatically terminate thirty-six (36) months from the date shown below.

The foregoing insurance provisions have been incorporated into by reference

and are hereby made a part of insurance policy No. , this , 20 .

(Name of Insurance Company (Signature of Authorized Representative)

PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD If the Contractor does not own any vehicles in the corporate name, non-

owned vehicles coverage shall apply and must be endorsed on either the

Page 11: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

Contractor’s personal automobile policy or the Comprehensive General Liability coverage required under this contract.

E. Builder’s Risk Insurance

The Construction Manager shall procure and shall maintain in force Builder's Risk Insurance on the entire work. Such insurance shall be written on a completed value form and in an amount equal to the initial contract sum plus $ 1, subject to subsequent modifications of the contract amount. The insurance shall apply on a replacement cost basis. The insurance required in this subparagraph shall name as insureds the Owner, the Construction Manager, and all subcontractors and sub-subcontractors in the work. The insurance required in this subparagraph shall cover the entire work at the site of the project, including reasonable compensation for architects’ services and expenses made necessary by an insured loss. Insured property shall include portions of the work located away from the site but intended for use at the site, and shall also cover portions of the work in transit. The policy shall include as insured property scaffolding, falsework, and temporary buildings located at the site. The policy shall cover the cost of removing debris, including demolition as may be made legally necessary by the operation of any law, regulation or ordinance.

The insurance required by this subparagraph shall be written to cover all risks of physical loss except those specifically excluded in the policy, and shall insure at least against the perils of fire and extended coverage, theft, vandalism, malicious mischief, and collapse.

Any deductible applicable to the insurance purchased in compliance with this subparagraph shall be identified in the contract documents. If any part of a loss is not covered because of the application of a deductible amount, whether identified in the policy or not, such loss shall be paid by the Construction Manager.

The insurance required by this subparagraph shall be maintained in effect, unless otherwise provided for in the contract documents, until the earliest of the following dates:

(a) the date on which all persons and organizations who are insureds under the policy

agree that it shall be terminated; PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD (b) the date on which final payment, as provided for in the Contract Agreement, has

been made;

1Amount of architect's fees and owner supplied materials, if any.

Page 12: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

(c) the date on which the insurable interests in the property of all insureds other than

the Owner have ceased.

If the Owner is damaged by the failure of the Construction Manager to maintain insurance as required in this subparagraph, then the Construction Manager shall bear all reasonable costs properly attributable to that failure.

Owner and Construction Manager waive all rights against each other and each of their subcontractors, sub-subcontractors, officers, directors, agents and employees, for recovery of damages caused by fire and other perils to the extent covered by builders risk insurance purchased pursuant to the requirements of this subparagraph or any other property insurance applicable to the work.

F. Hold Harmless Agreement The Contractor shall Hold Harmless the BCSD from any and all claims, suits,

actions, damages, liability and expenses in connection with loss of life, bodily or personal injury or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the performance of this contract. The Contractor’s obligation shall not be limited by, or in any way to, any insurance coverage or by any provision in or exclusion of omission from any policy of insurance.

Page 13: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

PROPOSAL CONDITIONS

SECTION II – CONTRACT AWARD

ENDORSEMENT—BUILDER'S RISK Attached to and forming part of Policy No. of the Insurance Company. Date of Endorsement: Name of Project:

In consideration of the premium for which the policy is written and proper rate adjustment when applicable, the insurance company agrees as follows:

Item (1) Furniture and equipment may be delivered to the insured premises and installed in place ready for use, and the delivery and installation of furniture and equipment shall in no way diminish, change, alter, or otherwise affect the coverage and protection afforded the insured under this insurance.

Item (2) Occupancy shall in no way diminish, change, alter, or otherwise affect the

coverage and protection afforded the insured under the policy. The insured shall give notice to insurance company of any occupancy or partial occupancy.

Item (3) The insurance company recognizes the right of the Owner of the insured

premises to perform other Work in connection with construction operations insured under this policy and agrees that performance of other work by the Owner, by agents of the Owner, by contractors employed by the Owner shall in no way diminish, change, alter, or otherwise affect protection afforded under this insurance.

Item (4) This policy of insurance shall not be canceled, changed [which includes

renewal], allowed to lapse or allowed to expire until thirty (30) days after the Bibb County School District has received written notice addressed as follows:

Bibb County School District ATTN: Capital Program Administrator Post Office Box 6157 Macon, GA 31213-0799

as evidenced by certified mail, return receipt requested. It is also agreed that such notice shall be valid only as to such improvements or projects as shall have been designated by name in such notice and that as to any project not designated by name in the notice, coverage shall be continued in full force and effect.

Page 14: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

Item (5) Any other provisions of the agreement to the contrary notwithstanding, coverage under this policy shall automatically terminate thirty-six (36) months from the date shown below.

The foregoing insurance provisions have been incorporated into by reference and are

hereby made a part of insurance policy No. , this , 20 .

(Name of Insurance Company)

(Signature of Authorized Representative

Page 15: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

15

PROPOSAL CONDITIONS SECTION III – POST AWARD

1. ASSIGNMENT

By the submission of this proposal, the Offeror agrees not to assign the contract or purchase order to others unless specifically authorized in writing by the BCSD Administrator.

2. PAYMENT

The contractor shall invoice BCSD in accordance with the terms and conditions defined in AIA Document A121/CMc – 2003 – as modified and AGC Document 565 – as modified. PDF files of the sample AIA Document A121 CMc-2003 and AGC Document 565 and AIA Document A201-1997 as amended by BCSD are available for review at www.doas.state.ga.us.

3. TERMINATION FOR DEFAULT:

Termination for default shall be in accordance with the requirements set forth in AIA Document A121/CMc – 2003 and AGC Document 565 as amended by BCSD.

4. TERMINATION FOR CONVENIENCE: BCSD reserves the right to terminate for convenience a contract awarded through this

solicitation. 5. PERMITS, TAXES, LICENSES, ORDINANCES, AND AGREEMENTS

The contractor shall, at his own expense, obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all applicable local, State and Federal laws, ordinances, rules and regulations. The contractor shall maintain the licenses required in a current status after award and throughout the course of the contract. The contractor shall agree that in the performance of the contract, they shall comply with all local agreements which they have made with any association union or other entity with respect to wages, salaries and working conditions, so as not to cause inconvenience, picketing or work stoppage.

Page 16: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

16

PROPOSAL CONDITIONS

SECTION IV – OTHER

1. BCSD NONDISCRIMINATION

The contractor, by the submission of a proposal or the acceptance of a contract, does agree that he will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor shall take appropriate action to ensure that applicants are employed, and that employees are treated during employment without regard t their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, transfer, recruitment. Layoff, termination, rates of pay or other forms of compensation and training. In the event of the contractor’s noncompliance with the nondiscrimination policy of the BCSD, any contract or purchase order may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible to transact further.

2. UTILIZATION OF MINORITY AND SMALL BUSINESS ENTERPRISES AND LOCAL AND MINORITY LABORERS

(a) Minority and Small Business Subcontractors. The Owner has adopted a policy indicating its desire to increase the opportunity for participation by minority business enterprises and small business concerns in all its construction projects. The Contractor acknowledges this policy and agrees that it will actively solicit and encourage bids from qualified subcontractors identified by the Minority Assistance Corporation or other agencies as minority business enterprises. The Contractor shall also actively encourage and solicit bids from subcontractors who qualify as small business concerns. (b) Utilization of Minority and Local Labor. It is the policy of the Owner that the contractor and all subcontractors shall, consistent with efficient contract performance, utilize to the maximum extent possible minority and local laborers and mechanics as on-site employees. The Contractor acknowledges this policy and agrees that the on-site labor force of contractors and all subcontractors shall include a meaningful representation of skilled and unskilled local and minority laborers and mechanics, consistent with the efficient performance of this contract. Meaningful representation for minorities means the employment of minority laborers and mechanics in at least the same proportion that minorities are represented in a discrete construction skill or craft in the Macon Labor Management Area, provided such individuals are available at the time of need. Meaningful representation of local laborers and mechanics means that at least 75% of the on-site work force of contractor and all subcontractors, taken as a whole, shall reside in the Macon Labor Management Area, provided such individuals are available at the time of need.

PROPOSAL CONDITIONS

Page 17: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

17

SECTION IV – OTHER

3. DRUG-FREE WORKPLACE

By submission of a proposal, the Offeror certifies that he/she will not engage in the unlawful manufacture, sale distribution, dispensation, possession, or use of a controlled substance or drug during the performance of the contract and that a drug-free workplace will be provided for the contractor’s employees during the performance of the contract. The Offeror also certifies that he will secure from any subcontractor who works on the contract, written certification of the same drug free workplace requirements. False certification or violation by failing to carry out requirements of O.C.G.A. 50-24-3 may cause suspension, termination of contract, or debarment of such Offeror.

4. CERTIFICATION OF NONCOLLUSION By submitting a proposal the Offeror certifies: “that this proposal is made without prior understanding, agreement, or connection with any corporation firm, or person submitting a proposal for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. That collusive pricing is understood to be a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards.”

5. AUTHORIZED OFFICIAL It is agreed that all conditions of the proposal shall be abided and that the person signing this proposal is authorized to sign the proposal for the Offeror.

6. SOLICITATION TERMINATION

In any event in which this solicitation is terminated or cancelled, in whole or in part, or all proposals are rejected, there shall be no liability on the part of BCSD for any costs incurred by Offerors or potential Offerors in relation to the solicitation.

7. RIGHTS AND REMEDIES The rights and remedies of BCSD provided above shall not be exclusive and are in addition to any other rights and remedies provided by law or under the contract.

Page 18: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

18

ADDITIONAL CONDITIONS 1. CONTRACT TYPE

The contract type contemplated for this requirement is Cost plus Fixed Fee Contract in accordance with AIA Document A121/CMc – 2003 and AGC Document 565 as amended by BCSD.

2. CONTRACT TIMEFRAME

The contract timeframe will be for the duration of the project. 3. OTHER PROCEDURES

A. HB 1079 shall govern in case of conflict with any terms and conditions of this document or contracts awarded. http://www.legis.ga.gov/legis/1999_00/leg/fulltext/hb1079_ap.htm

4. RECEIPT OF ADDENDUM CLAUSE

Proposers are encouraged to contact the Administrator prior to submitting a bid or proposal to determine if any addendum has been issued which they have not received. However, BCSD shall not bear responsibility for receipt of addenda by mail. If proposers do not acknowledge receipt of all addenda the bid or proposal may be determined to be non-responsive.

5. BONDING

A Bid Bond in the amount of 5% of the estimated total contract amount shall be submitted with the proposal. Failure to provide a bid bond will result in proposals being considered non-responsive.

6. OWNER’S REPRESENTATIVE

Supervision of the contract will be performed by the Owner’s Representative, Bob Flowers, Capital Program Administrator, or his designee of the Capital Program Department.

Page 19: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

19

REQUEST FOR PROPOSAL

BCSD invites proposals for Construction Management at Risk Services for the Reconstruction of Ingram-Pye Elementary School

1. PURPOSE

Bibb County School District (BCSD) intends to contract for the services of a Construction Management (CM) firm for the management of the reconstruction of Ingram-Pye Elementary School. To qualify for consideration, firms shall possess and be prepared to provide expertise, financial resources, and personnel experienced in construction planning, cost management, project control, construction techniques, and quality assurance.

The services to be performed by the CM firm shall have as their objective the efficient, economical, timely and complete delivery of the work by managing the planning and construction of the project within the time and budget limitations and within established quality requirements. The services will be performed during the pre-construction, bid solicitation, construction, and post-occupancy phases.

2. SCOPE OF WORK

I. Definition of Scope and approach

Reconstruction of an existing elementary school facility, including selective demolition of major portions of the building (preserving the gymnasium, media center, and adjacent classrooms) and constructing a new elementary school of larger capacity. Redevelopment of the existing campus to accommodate the new elementary school facility will be included. The existing site will be vacated during construction. Construction documents are currently being prepared. Demolition work could start as early as July 2007 after the school is vacated. The new school must be substantially complete and fully occupied for the August 2009 school year opening. This project does not include Georgia Department of Education State Capital Outlay funding.

II.

a. The goal of this process is to provide a Construction Manager-At-Risk to provide pre-construction planning and construction management services for the demolition of existing structures and construction of the new facility.

b. The selected CM-At-Risk firm shall provide the required services with a

Guaranteed Delivery Date (GDD) and a Guaranteed Maximum Price (GMP).

Page 20: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

20

REQUEST FOR PROPOSAL 3. SPECIFICATIONS The selected CM firm shall adhere to the following:

a. The CM shall provide Performance and Material and Labor Payment Bonds in the

amount of 100% of the GMP. A bonding company having an A.M. Best rating of at least “A Class VIII” shall provide bonds.

b. Individual Trade Contracts shall be between the CM and the Trade Contractors.

c. The CM shall not perform any portion of a project with his own forces except as may be

approved by BCSD. d. The CM shall be “at risk” in the proposed undertaking. e. Should the final cost of each project be less than the GMP, 100% of all savings shall

revert to the BCSD, exclusive of general conditions. . f. The CM shall provide schedule planning, procurement planning, cost analysis and value

engineering during the design phase. g. The CM shall operate under Georgia Department of Education guidelines for any project

with State Capital Outlay funding. BCSD will advise the CM when or if any project will include said funding.

NOTE: (Reference AIA Document A121/CMc – 2003 and AGC Document 565 for specific services to

be provided for items h-k.)

h. Design and Pre-Construction Phase Services 1. Develop a provisional construction CPM schedule that includes all solicitation

schedule requirements, construction phasing requirements including identification of bid packages, and an Owner provided equipment schedule requirements.

2. Develop requirements for safety, quality assurance and schedule adherence. 3. Perform a “constructability” review of the construction documents. 4. Provide cost analysis and value engineering recommendations.

i. Solicitation and Award Phase Services 1. Arrange solicitation packages and adhere to Georgia D.O.E. requirements as

applicable. 2. Develop requirements to assure time, cost and quality control during construction.

3. Provide a provisional construction schedule (CPM) for issuance with solicitation package.

4. Identify bidders and generate bidder interest with emphasis on identifying local and minority sub-contractors qualified to submit bids on this project.

Page 21: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

21

REQUEST FOR PROPOSAL SPECIFICATIONS (Cont.) 5. Schedule and conduct pre-bid conferences in conjunction with the Architect. 6. Advertise and distribute solicitation documents. 7. Monitor bidder activity. 8. Review and analyze bids and recommend awards. 9. Update schedule. j. Construction Phase Services 1. Maintain on-site staff for construction management. 2. Establish and maintain coordinating procedures. 3. Develop and maintain a detailed schedule (CPM) including delivery, approvals,

inspection, testing, construction and occupancy. 4. Conduct and record job meetings. 5. Prepare and submit change order documentation for approval of the Architect and

BCSD. 6. Maintain a system for tracking and expediting review and approvals of shop

drawings. 7. Maintain records and submit routine reports to Architect and BCSD.

8. Maintain quality control and ensure conformity to construction contract documents.

9. Provide cost control through progress payment review and verification according to the approved schedule and contract amounts.

10. Coordinate post-completion activities, including the assembly of guarantees, manuals, closeout documents and the Owner’s final acceptance.

k. Post - Occupancy Phase Services 1. Coordinate and monitor the resolution of remaining “punch list” items. 2. Coordinate, monitor and resolve all warranty complaints to the satisfaction of

BCSD during the one-year general warranty period. 3. Provide on-site staff during the week before and the first month after school

starts. 4. Provide electronic archiving of all close-out documents per the specific

requirements of BCSD.

Page 22: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

22

REQUEST FOR PROPOSAL

A. Offeror’s Responsibility: It shall be the responsibility of the selected Offerors to meet all specifications and

guidelines set forth therein. No offer will be considered that does not provide a serious and reasonable proposal to the solicitation. Each proposal will be evaluated in its entirety.

B. Oral Interview: BCSD may require qualified Offerors to participate in a detailed oral interview to fully

discuss their proposal and qualifications, to present their proposed team for this project and to answer questions posed by BCSD. A final selection may be based upon the evaluation of both the written and oral responses of each Offeror.

C. Submission of Proposal:

Proposals shall be submitted in three sections: (1) price, (2) technical capability, and (3) business stability. One original and five copies of the proposal shall be provided in a loose-leaf, three-ring binder. Binders shall be Wilson Jones “Print Won’t Stick” D-Ring View Binders Mfr. #WJ386 or equivalent. Color shall be white. No prohibition shall be placed by this solicitation as to the concept of service the Offeror may choose to propose; however, the concept shall be placed within the framework of the three sections.

D. Basis of Award:

Proposals will be evaluated on a combination of factors. The evaluation factors are (1) price, (2) technical capability, and (3) business stability.

E. Preparing the Proposal: Begin each section and subsection on a separate page. Number the pages in each section

consecutively. If any confidential and/or proprietary information is included, then each page containing such information must be stamped “proprietary.” It is not acceptable to label the entire proposal as confidential and proprietary.

F. Executive Summary An executive summary of not more than two pages, stating the Offeror’s overview of the

program, shall precede the specific required sections.

Page 23: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

23

REQUEST FOR PROPOSAL

G. THE PROPOSAL: SECTION I – PRICE

In this section, the Offeror shall propose a “Construction Manager at Risk’s Fee” to provide the construction management services outlined herein and as further described in AIA Document A121/CMc – 2003 and AGC Document 565. The fee shall be for profit and overhead, with overhead expenses as defined in AIA Document A121/CMc – 2003 and AGC Document 565. The fee shall be proposed in the form of a percentage that will be applied to the “Cost of the Work” and a separate lump sum proposal for pre-construction services. The Cost of the Work shall include all requirements as defined in Article 6 of AIA Document A121/CMc – 2003 and AGC Document 565. In this Request for Proposal, the Offeror is not being requested to establish the Cost of the Work, only the “Construction Manager at Risk’s Fee and Pre-construction Services proposal.” Offerors shall use the “estimated cost of work” shown below in determining the Construction Manager-At-Risk’s Fee that is being proposed. Offeror shall provide the information requested below, in the format shown, and include this information in the Price section of the proposal.

Fee Schedule to be based on Construction Estimate of $7,010,000 Name of Submitting Firm:

Preconstruction Fee (Lump Sum amount) $ ___________________

Construction Management Fee% ___________________%

CM Performance & Payment Bond/ $ per $1000 $ ____________________ (Do not include trade contractor cost)

General & Excess Liability Insurance/ $ per $1000 $ ____________________

Field Staff Burden Rate (DPE) % ____________________% (Base percentage mark-up on 2080 hours per year)

EMR (Experience Modification Rate) ______________________

Optional:

Use Subguard Contractor Default Insurance in lieu of traditional bonds ___________________ % Note: Please indicate deductible and coverage limits if using this approach. If not provided option will not be considered. Proposal submitted by Name: _____________________________ Title: _____________________________

Page 24: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

24

Offeror shall provide a detailed breakdown of the proposed lump sum for Pre-Construction Services as indicated in the following table:

PRECONSTRUCTION PHASE SERVICES

• Design Phase Services Item Description Cost ($)

1. Develop & Manage Overall CPM Project Schedule

2. Develop Safety, Quality & Schedule Requirements

3. Constructability Review

4. Cost Estimating (Minimum 2 required; @ 50% & 80% CD’s)

5 Value Engineering Recommendations

• Solicitation / Award Phase Services Item Description Cost ($)

6. Development of Subcontractor/Vendor Bid Packages

7. Development Time, Cost & Quality Control Requirements

8. Develop CPM Construction Schedule

9. Solicit & Encourage Subcontractor & Vendor Participation

(With emphasis on Qualified Local & Minority Businesses)

10. Schedule & Conduct Pre-Bid Conference(s) as required

11. Advertise and Distribute Bid Packages & Contract Documents.

12. Monitor & Document Subcontractor / Vendor Bid Activity.

13 Review / Analyze Bids; Submit GMP for BCSS Approval

14. Update & Finalize Detailed Construction Schedule

15. Other: (Describe) Total Preconstruction Phase Services: (Lump Sum Amount) Sum Total of Items 1 through 15.

Proposal submitted by Name: _____________________________ Title: _____________________________

Page 25: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

25

REQUEST FOR PROPOSAL

G. THE PROPOSAL: SECTION I – PRICE B. Anticipated General Conditions Offeror shall use the estimated GMP shown above as the basis for providing a detailed breakdown of anticipated general conditions for this project. (Although the anticipated general conditions are not required to be guaranteed at this time, the information provided here will be used as a basis of evaluation of the Offeror in the selection process. The successful firm will be required to submit a fixed lump sum amount for general conditions at the time that that a guaranteed maximum price proposal is submitted for the project. In submitting this lump sum amount, the above referenced breakdown will become a basis for evaluation of the proposed lump sum.) Offeror shall fully complete the prescribed form and shall express each line item amount in dollars and as a percentage of the estimated GMP. If Offeror does not anticipate cost in any of the line items, the figures $0.00 and 0.00% shall indicated for such items. If the cost for any of the line items is included in another line item, it should be specifically noted on the form or on an attached sheet. The completed form shall be included in the PRICE section of Offeror’s proposal.

CONSTRUCTION PHASE SERVICES

• General Conditions Item Description Cost ($) % of GMP

Project Staffing:

1 Project Management

2 Project Supervision

3 Safety Director

4 Field Engineer & Rodman

5 Project Bookkeeper / Accountant

6 Project Secretary / Clerk

7 Foremen and/or General Labor

8 Other (Describe)

NOTE: Items 1 – 8 shall be inclusive of Labor Burden.

(Payroll taxes, insurance, employee benefits, etc.)

Project Transportation / Travel Expenses:

9 Project Staff Vehicle / Truck Expense

10 Vehicle / Truck Maintenance Expense

11 Project Related Travel / Subsistence Expense

12 Relocation Expenses and/or Temporary Living Expenses

13 Jobsite Transportation

14 Other (Describe)

Page 26: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

26

REQUEST FOR PROPOSAL

G. THE PROPOSAL: SECTION I – PRICE B. Anticipated General Conditions

Project Administrative Expenses:

15. Daily & monthly reports to document project status / conditions

16. Overall and Near-Term Construction Schedules & Updates.

17 Submittals & Shop Drawings.

18 Construction Photographs

19 Arial Photographs

20 Safety Supplies.

21 Fist Aid Supplies.

22 Ice, Water & Cups

23 Jobsite Communication Expense (radios, cell phones, etc.)

24 Other (Describe)

Item Description Cost ($) % of GMP

Field Office Expenses:

25 Office Trailer Setup & Takedown Expense

26 Office Trailer Rental Expense

27 Office Trailer Power Service

28 Office Trailer Water Service

29 Office Trailer Holding Tank / Sewer Service

30 Jobsite Office Furniture

31 Jobsite Office Supplies

32 Jobsite Office Equipment

33 Jobsite Computers & Software

34 Other (Describe)

Temporary Utilities:

35 Temporary Telephone Setup Expense

36 Temporary Telephone Monthly Service

37 Temporary Water Setup Expense

38 Temporary Water Monthly Service

39 Temporary Heating / Ventilation

40 Temporary Fire Protection

Page 27: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

27

REQUEST FOR PROPOSAL

G. THE PROPOSAL: SECTION I – PRICE B. Anticipated General Conditions

41 Temporary Toilets

42 Temporary Power Setup Expense

43 Temporary Power Monthly Service

44 Building Start-up Power

45 Other (Describe)

Bonds & Insurance:

46 Performance & Payment Bonds for Construction Manager

47 Performance & Payment Bonds for Subcontractors

48 Worker’s Compensation Insurance

49 Employer’s Liability Insurance

50 Commercial General & Umbrella Liability Insurance

51 Business Auto & Umbrella Liability Insurance

52 Builder’s Risk Insurance

Item Description Cost ($) % of GMP

Other Project Related Expenses:

53 Survey Expense

54 Layout / Layout Equipment & Supplies / Field Engineering

55 Jobsite Sign / Construction Signage

56. Storage Containers / Sheds

57 Temporary Construction Fence

58 Temporary Barricades

59. Temporary Handrails & Guardrails

60 Temporary Roads & Road Maintenance

61 Fuel & Oil Expense

62 Daily Cleanup Labor

63 Daily Cleanup Tools & Supplies

64 Trash Dumpsters / Haul-Off Expenses & Fees

65 Small Tool Purchase / Rental

66 Equipment Rental

Page 28: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

28

REQUEST FOR PROPOSAL

G. THE PROPOSAL: SECTION I – PRICE B. Anticipated General Conditions

67 Tool & Equipment Maintenance Expense

68 Final Project Cleanup

(broom clean and all trash / debris removed & hauled away)

69 Other (Describe)

Post – Occupancy Phase Services:

70 Coordinate & Complete Punchlist. (Labor & Material)

71 Coordinate, Manage and Monitor Warranty Program (52 weeks)

72 Onsite Staff @ School Opening. (4 weeks)

73. Electronic Archiving of all Closeout Documents

Miscellaneous / Other Costs and/or Expenses:

74 Any and all costs or expenses which may be considered as a general conditions and/or reimbursable expense to the CM in accordance with Article 6 of AIA Document A121CMc – 2003, but is not specifically included in Items 1 – 74 above.

Total General Conditions: (Lump Sum Amount) Sum Total of Items 1 through 74:

Page 29: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

29

REQUEST FOR PROPOSAL

SECTION II - TECHNICAL CAPABILITIES

A. Methodologies: In this section, the Offeror shall describe in detail the methodology and procedure that are to be used to accomplish the BCSD requirements of this RFP, with emphasis on accomplishing the work within the schedule limits established. This should include all planning, project coordination, field procedure, costing, and valuation techniques. Provide an outline of the organization that will be employed. The organization outline should clearly describe the numbers and professional category of personnel to be employed, the chain of command of the organization (including the names of key personnel), and any other details that will aid in understanding how the job is proposed to be accomplished.

B. Capabilities: (1) Details of current and past experience in providing construction management

services for construction of K-12 educational projects so as to demonstrate appropriate expertise in these areas, For K-12 educational projects completed within the past three years, provide the name, title and contact information of Owner’s representatives and Architect representatives that may be contacted regarding Offeror’s performance on those projects.

(2) Details of current and past experience in providing construction management

services for construction of K-12 educational projects in Georgia so as to demonstrate appropriate expertise in these areas.

(3) Resumes outlining the qualification of each staff member who will be assigned to

the project. The resumes shall include the individual’s educational background, professional category (including certifications, licenses, etc.) and relevant work experience including similar major project participation. For each project listed, provide a description of the roles and responsibilities the staff member held while on the project.

(4) Description of Offeror’s ability to administer the program operation locally and to

assign the necessary support staff on site. (5) Show evidence of established process and procedures in the areas of construction

planning and schedule development, cost estimating, budget management, value engineering, project procurement, project management, safety programs and project management technology that qualifies the Offeror to provide management services.

(6) Show ability to guarantee cost effectiveness as evidenced by the results of

successful contracts with comparable school districts.

Page 30: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

30

REQUEST FOR PROPOSAL (7) Description of strategy to attract, develop, and retain trade sub-contractors for this

program, including strategy to comply with the BCSD policy for utilization of minority and small business enterprises and local and minority laborers.

(8) Describe any auxiliary or related services which may augment the proposed

services and prove advantageous BCSD. The Offeror must provide sufficient detail and evidence to show proficiency and experience in the provision of these services, as well as a detailed indication of how these services are to be provided or performed.

(9) Describe other resources or services the contractor can make available to BCSD.

Such services must be currently provided by the Offeror to other clients and resources must belong to the Offeror.

(10) Provide your company’s understanding of House Bill 1079

http://www.legis.ga.gov/legis/1999_00/leg/fulltext/hb1079_ap.htm and it’s relevance to how your firm may procure the work of this project.

SECTION III - BUSINESS STABILITY

1. History and Organizational Structure of the Firm - Provide a cover letter introducing the company, including the corporate name, address and telephone number of the corporate headquarters and local office. The name and phone number of one individual who will be the company’s primary contact with BCSD for contract negotiation for this project. A brief history of the company and the present organizational structure of the firm describing the management organization and this project’s coordination structure; if the firm is a partnership, indicate the name of all partners; if incorporated indicate where and when.

2. Financial Status - Describe the financial status of the firm; include the audited financial

statements (income statements and balance sheets) for the past two accounting years. 3. References - List as references (names, address, contact persons and phone numbers) a

minimum of three clients of similar size and nature to BCSD for which a project was completed within the last three years. A brief description of the services provided shall accompany each reference.

4. Subcontractors - Indicate the names and addresses and degree of utilization of any and

all subcontractors which would be used in the performance of this contract. (Sub-contractors referenced here are those that the contractor intends to employ for the purpose of assisting in the professional construction management services, not in the actual construction of the Work.

5. Previous Default - Indicate if the Offeror has ever defaulted on a contract or denied a bid

due to non-responsibility to perform. If so, provide the facts and circumstances.

Page 31: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

31

REQUEST FOR PROPOSAL

REQUEST FOR INFORMATION All questions and/or correspondence during the entire proposal process shall be directed in writing to the Administrator. Correspondence may be submitted via e-mail to [email protected] or faxed to 478-765-8545. During the entire period of solicitation, proposal and evaluation, no Offeror shall contact any Board member or employee of BCSD concerning this solicitation. Such action could result in the Offeror being removed from further consideration in this solicitation.

Page 32: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

32

REQUEST FOR SEALED PROPOSAL _____________________________________________

DATE: ___________________ TIME: ___________________ PROPOSAL NO.: ___________________ NAME OF COMPANY: ______________________________________________________________________________ The Bibb County School District 484 Mulberry Street Macon, Georgia Gentlemen: Having carefully examined the Proposal Conditions and Specifications entitled Request for Proposal No. 07-018, Construction Management Services for the Reconstruction of Ingram-Pye Elementary School for the performance of subject work all dated April 13, 2007, and the Addendum(s) ____________, as well as the site and premises, and conditions affecting the work, the undersigned proposes to furnish all services, labor and materials called for by them for the entire work, in accordance with said documents. The Offeror’s Checklist has been complied with, is completed, and is enclosed with this Proposal.

Page 33: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

33

A. COMMITMENT TO PERFORM AS PROPOSED

Respectfully submitted, ____________________________ Name of Company ____________________________ Address of Company ____________________________ E-Mail Address ____________________________ Business Telephone Number ____________________________ Fax Number ____________________________ Printed Name and Title ____________________________ Signature ____________________________ Date The full names and addresses of persons and firms interested in the foregoing proposals as principals are as follows: __________________________________________________________________ __________________________________________________________________ The legal name of the Offeror is: __________________________________________________________________

Page 34: SOLICITATION NO. 07-018 REQUEST FOR PROPOSAL (RFP) FOR

34

OFFEROR’S CHECKLIST PROJECT: _____________________________________________________________ _____________________________________________________________ PROPOSAL NO.: _________________________________________________________

We have acknowledged receipt of addendum(s) received.

Six (6) copies of all information requested have been provided.

The proposal has been signed by an authorized principal or authorized official of the firm.

No conditions, restrictions or qualifications have been placed by the company on this proposal that would have the proposal declared non-responsive.

We are prepared to provide the insurance required in this solicitation.

_______________________________________________ COMPANY NAME

_______________________________________________ TYPE OR PRINT NAME OF PERSON COMPLETING CHECKLIST _______________________________________________ SIGNATURE OF PERSON COMPLETING CHECKLIST

______________________________ DATE

_____________________________________________

(COMPANY FEDERAL ID NUMBER) ______________________________________________ (COMPANY E-MAIL ADDRESS) READ AND COMPLETE THIS CHECKLIST BEFORE SUBMITTING THE PROPOSAL

RETURN WITH PROPOSAL