12
Robla School District Request for Qualifications and Request for Proposals to develop a GMP and provide Lease Lease-Back Construction Services for the Main Avenue New Classroom Building Project Responses Due: Friday, April 21, 2017, at 1:00 PM Respondents must mail or deliver sealed proposals containing five (5) bound copies and one (1) electronic copy on CD/DVD or USB stick of their RFQ/P response conforming to the requirements of this RFQ/P to: ROBLA SCHOOL DISTRICT C/O Caldwell Flores Winters, Inc. 815 Colorado Blvd, Suite 201 Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to [email protected] Only Firms that have registered with the California Department of Industrial Relations (DIR) are eligible to be considered for a construction contract. For any public project, as defined in subdivision (c) of Section 22002 of the Public Contract Code, for which the District uses funds received pursuant to the Leroy F. Greene School Facilities Act of 1998 (Chapter 12.5 (commencing with Section 17070.10) of Part 10 of Division 1 of Title 1 of the Education Code) or any funds from any future State school bond for a public project that involves a projected expenditure of one million dollars ($1,000,000) or more, the District shall require that prospective general contractors and prospective electrical, mechanical and/or plumbing subcontractors (“Firms”) complete and submit a standardized prequalification questionnaire and financial statement, verified under oath.

Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to [email protected] Public Robla School District Only Firms that have

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

Robla School District

Request for Qualifications and Request for Proposals to

develop a GMP and provide Lease Lease-Back Construction

Services for the Main Avenue New Classroom Building

Project

Responses Due: Friday, April 21, 2017, at 1:00 PM

Respondents must mail or deliver sealed proposals containing five (5) bound copies and one (1)

electronic copy on CD/DVD or USB stick of their RFQ/P response conforming to the requirements of

this RFQ/P to:

ROBLA SCHOOL DISTRICT

C/O Caldwell Flores Winters, Inc.

815 Colorado Blvd, Suite 201

Los Angeles, CA 90041

Respondents must also transmit one (1) PDF copy via email to [email protected]

Robla School District

Only Firms that have registered with the California Department of Industrial Relations (DIR) are eligible to be

considered for a construction contract. For any public project, as defined in subdivision (c) of Section 22002 of the

Public Contract Code, for which the District uses funds received pursuant to the Leroy F. Greene School Facilities

Act of 1998 (Chapter 12.5 (commencing with Section 17070.10) of Part 10 of Division 1 of Title 1 of the Education

Code) or any funds from any future State school bond for a public project that involves a projected expenditure

of one million dollars ($1,000,000) or more, the District shall require that prospective general contractors and

prospective electrical, mechanical and/or plumbing subcontractors (“Firms”) complete and submit a standardized

prequalification questionnaire and financial statement, verified under oath.

Page 2: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 1 of 7

Robla School District

Request for Qualifications / Proposals

Lease-Leaseback Construction Services

I. INTRODUCTION

The Robla School District (“District”) is issuing this Request for Qualifications and Proposals (RFQ/P)

to verify qualifications and consider proposals of firms to provide Lease-Leaseback (LLB) construction

services pursuant to Education Code Section 17406, et seq. relating to planned improvements identified

in the District’s Facilities Assessment and Implementation Plan. An electronic copy of the

Implementation Plan approved by the Board of Trustees may be downloaded by following this link.

The proposed projects and activities described in the Implementation Plan are hereafter referred to as

the “Program”.

The Program consists of approximately $45 million in planned improvements funded by available and

anticipated resources (including future issuances of Measure “K” bonds approved by District voters in

November 2014 and the expectation of State grant funding under the State’s modernization program).

The planned improvements will consist of architectural design, preconstruction, and construction

projects whose costs are currently estimated to range up to $5 million per school site. The types of

improvement projects may include (but not be limited to) classroom renovations or modernizations,

exterior site work (e.g., parking, hardscape, playfields, utilities), demolition of existing facilities, and

new construction.

It is mandatory that all Firms that wish to be considered under this RFQ/P register with the California

Department of Industrial Relations (DIR). Registration may be completed online at the DIR website.

No contract will be entered into with a Firm that has failed to comply with these requirements. At the

time of interview, Firms may be asked to verify whether they have completed DIR registration

requirements or whether firms are in the process of doing so.

Submitting Firms must have a headquarters or regional staffed office located in a city or address within

125 miles of the City of Sacramento.

Firms shall have extensive experience with the construction of school facilities and in working with the

Office of Public School Construction (OPSC), the Division of the State Architect (DSA), the Uniform

Building Code, and Title 24 of the California Code of Regulations.

The responses to this RFQ/P shall be used to select a Firm for Lease Lease-Back construction services

pursuant to Exhibit “A” to assist the District in the implementation of improvements to the Main

Avenue School. The District intends to select one respondent that best meets the District’s needs to

perform the Project. The District intends to assign all of the work described in Exhibit “A” to the

successful respondent. The criteria on which the District makes its determination will be based on the

District’s adopted best value methodology and criteria provided in this RFQ/P. Respondents must fully

respond to all requirements in Exhibit A to be considered for selection. The selected Firm will be

expected to execute all necessary documents to effectuate the Lease-Lease-Back.

Page 3: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 2 of 7

The District Board of Education has selected Caldwell Flores Winters, Inc. (“CFW”) as its Program

Manager and owner representative. Selected Firms shall work with the District, CFW, and the project

Architect of Record, IBI Group, as necessary, to conduct required services.

II. SUBMITTAL OF QUALIFICATIONS

The District will not be responsible for any errors in responses and reserves the right to reject any and

all responses in whole and in part, to waive any irregularities or requirements, or to request further

information as it deems necessary in its sole discretion.

The selected firm(s) shall act as a LLB contractor pursuant to a Construction Services Agreement,

Lease and Sub-lease and may contract with specialty trade contractors to perform the required scope of

work. The District reserves the right, at its sole discretion, to adjust the method of delivery for

construction of all or part of the project described in Exhibit “A” in accordance with the public contract

code.

Responses to the RFQ/P, are inclusive of requirements indicated in Part V and Exhibit A, and shall be

submitted no later than:

1:00 P.M. ON FRIDAY, APRIL 21, 2017

Respondents must mail or deliver sealed proposals containing five (5) bound copies and one (1)

electronic copy on CD/DVD or USB stick of their RFQ/P response conforming to the requirements of

this RFQ/P to:

ROBLA SCHOOL DISTRICT

C/O Caldwell Flores Winters, Inc.

815 Colorado Blvd, Suite 201

Los Angeles, CA 90041

Respondents must also transmit one (1) PDF copy via email to [email protected].

III. PROGRAM DESCRIPTION

Robla School District (“District”) is a public school district that operates five elementary schools in

Sacramento, California. In June 2014, the District’s Governing Board adopted a Facilities Assessment

and Implementation Plan (“Program”) that integrates the District’s academic achievement vision for its

educational programs with facility improvements to be implemented over time at each of its five

elementary school sites. The Program was further amended in April 2016 by the Board and is intended

to:

• Modernize classrooms and create 21st century learning environments

• Improve technology infrastructure at all District schools

• Supplement the elementary education curriculum with enhanced instruction in science,

technology, engineering, arts, and math (STEAM)

• Improve student safety at school sites

• Leverage state aid eligibility and local funding, including developer fees to improve facilities and

minimize the impact on local taxpayers

Proposed capital improvements include the design and construction of the following:

Page 4: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 3 of 7

• The completion of the reconstruction of Main Avenue Elementary and the building of a new

elementary school site to create additional enrollment capacity and accommodate the

development of academy programs;

• The refurnishing and re-equipping of permanent classrooms at all school sites to a level consistent

with the 21st century learning environment and capable of accommodating the development of

academy programs;

• The improvement of support facilities to enhance the student and teacher experience;

• The removal of portable classrooms where and when feasible

A detailed description, Master Budget, Master Schedule and Timeline for each proposed project is

contained in the Program adopted in June 2014 and as further amended in April 2016. The District

retains the right to review and adjust the Program on an ongoing and as needed basis in the District’s

sole discretion. Additional information regarding the conceptual plans for the Program can be found at

the following link: Facilities Assessment and Implementation Plan.

IV. SCOPE OF WORK

The District desires to select a Firm capable of providing LLB construction services for the

reconstruction of Elm School and assembling the Guaranteed Maximum Price. The selected Firm shall

be retained as a LLB contractor pursuant to a Construction Services Agreement and necessary support

documents, including a lease, sub-lease and a guaranteed maximum price.

Construction Services are anticipated to include, but not be limited to the following:

• Provision of a proposed Guaranteed Maximum Price (GMP) for the construction of the project

with identified subcontractor bids and self-performed work

• Construction of the project

• Coordination of record drawings and specifications

• Compilation of operations and maintenance manuals, warranties/guarantees, and certificates

• Obtaining occupancy permits and coordinating testing, documentation, and governmental

inspections and approvals

• Preparation of accounting and closeout reports and occupancy plan reports

• Other responsibilities as necessary for the completion of the program

V. SUBMITTAL FORMAT AND CONTENT

Responses shall be concise, well organized and demonstrate respondent’s qualifications. The submittal

package shall be no longer than 30 single sided pages (or 15 double sided pages) in an 8 ½ x 11-inch

page format, inclusive of all responses to the following requirements, and those required by Exhibit A

(e.g. written narrative, resumes, forms, graphics, etc.). Excluded from the page count limitation are

pages exclusively used for layout and organization of the submittal package (e.g. front and back covers,

table of contents, tabbed dividers, etc.).

A. Submittal Cover Page

Include the RFQ title, submittal due date and the name of the Firm (or Firms, if there is a joint

venture or association).

Page 5: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 4 of 7

B. Cover Letter

The cover letter should be brief and a total maximum of two pages. It should include a description

of how the Scope of Work in Section IV will be accomplished for the District, identify the team

members (i.e., joint partners and sub-consultants); and include the title and signature of the Firm's

signature authority for proposed services. If the Firm is proposing to respond in association with

another principal Firm, the cover letter must identify the Firm, specify the type of services to be

provided by each Firm and the proposed percentage allocated by phase or function of the proposed

services. Highlights to be considered may be included.

C. Methods for Carrying Out Scope of Work

Responses shall describe methods for carrying out the Scope of Work for Construction Services

outlined in Section IV of this RFQ. Methods may be described as project workflows, use of

technologies, forms of client communication, problem-solving procedures, specialized personnel to

be assigned, proprietary approaches or related information that may assist the District in

implementing its Program.

D. Qualifications and Experience

Describe your team’s qualifications and experience in providing services similar to the Scope of

Work for school districts or public entities. Descriptions for a minimum of five (5) projects

completed or begun within the past five (5) years are required, with the most recent projects listed

first. Each project shall include the name, email, and telephone number of the client's representative

most knowledgeable of the Firm’s activities and responsibilities. Also provide the total cost of each

project and the period for completion. Provide references to all five (5) similar projects.

E. Organizational Chart and Project Roles

Provide an organizational chart containing the names of key personnel, joint venture partners, and

sub-consultants with titles and project responsibilities/roles for delivering the Scope of Work.

Identify the primary point of contact and his or her complete contact information. Include a brief

resume for each person identified on the organizational chart that emphasizes how their experience

relates to the project role assigned for their participation.

VI. SUBMITTAL EVALUATION CRITERIA

Pursuant to District Board Policy (BP) and Administrative Regulations (AR) 3311, proposers shall be

selected based on total best value score as determined by the District, based on the following evaluation

criteria and rating system provided in the table below:

Page 6: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 5 of 7

EVALUTION CRITERIA MAXIMUM

POINTS

Follows page length and layout direction and includes requested document

attachments as described by the RFQ/P

Pass/Fail

Experience with the local environment and a local presence for interfacing with the

District

Pass/Fail

Provides germane and relevant responses to questions contained within the RFQ/P,

including Exhibit “A”

25

Details a proposed method and overall strategic approach 25

Proposed detailed estimate of the Firms(s) costs, including direct construction costs

and break-down of overhead, general conditions, markups, insurance, bonds, and fees

15

Demonstrates specialized experience and technical competence of the Firm(s),

including principals, joint venture-partners, and sub-consultants regarding the types of

service required and the complexity of the projects

15

Relevant experience of key personnel 5

Overall financial condition of the firm, including the principal contractor and/or

contractor team

5

Ability to meet the insurance requirements unless district, at its sole discretion,

decides to modify or waive the insurance requirements or elects to provide program

insurance

5

Litigation and arbitration history for the past five (5) years 5

TOTAL: 100 POINTS

VII. METHOD OF SELECTION

The District’s Selection Committee shall review and evaluate all responses received by the deadline.

Each Firm will be evaluated based on the Evaluation Criteria identified in Section VI. Based on these

criteria and rating system, points are assigned to each Respondent and the percentage of points assigned

for each criterion and the total maximum points are calculated. The higher the percentage point, the

higher the proposer is ranked, and the more it reflects the better combination of price and qualifications

for the Project. Failure to satisfy a pass/fail requirement will result in the immediate rejection of the

proposal. Final point totals of all respondents will be considered to determine the best value for the

School District. The District may interview one or more of the Respondents as part of or prior to

selection.

At the discretion of the District, one or more Firms will be selected to perform Lease Lease-Back

construction services for the Main Avenue project identified in Exhibit “A”.

VIII. GENERAL INFORMATION

A. Compliance

Submittals must be in strict accordance with the requirements of the RFQ. Any response not

submitted in accordance with the requirements of the RFQ will not be considered.

Page 7: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 6 of 7

B. Amendments

The District reserves the right to cancel or revise in part or whole this RFQ. If the District cancels

or revises this RFQ, all respondents will be notified by addendum. The District also reserves the

right to extend the date responses are due.

C. Inquiries

All questions about the meaning or intent of this RFQ shall be submitted to the District’s Program

Manager, CFW, in writing via letter or email. Replies, if necessary, will be issued by addendum

and mailed to all parties recorded by CFW as having received the RFQ documents. Questions

received less than 3 days prior to the submittal due date will not be answered. Only questions

answered by formal written addenda will be binding.

D. Late Response to Qualifications

It is the respondent's responsibility to ensure its response to this RFQ is received by the District’s

Program Manager on or before the time and date specified. Submittals received after the date and

time specified will not be considered.

E. Special Conditions

1. Public Record. All Responses submitted in response to the RFQ become the property of the

District’s public records and as such, might be subject to public view.

2. Non-Discrimination. The District does not discriminate on the basis of race, color, national

origin, religion, age, ancestry, medical condition, disability or gender in consideration for an

award of contract.

3. Drug-Free Policy and Fingerprinting. The selected Firm(s) shall be required to complete any

and all fingerprinting requirements and criminal background checks required by State law

and shall also be required to complete a Drug-Free workplace certificate.

4. Costs. Costs of preparing a response to this RFQ are solely the responsibility of the

respondent.

5. Prevailing Wages. Respondents are advised that these projects are a public work for purposes

of the California Labor Code, which requires payment of prevailing wages. District will

obtain from the Director of the Department of Industrial Relations the general prevailing rate

of per diem wages and the general prevailing rate for holiday and overtime work. These rates

will be on file at District and will be available to any interested party upon request. Any

Firm(s) to which a contract is awarded must pay the prevailing rates, post copies thereof at

the job site, and comply with applicable provisions of State law.

6. Securities. Respondents are advised that if awarded a contract they will be permitted, at their

request and expense and in accordance with Section 22300 of the California Public Contract

Code, to substitute securities equivalent to retention monies withheld by District to insure

performance under the contract.

7. Contractor Registration. No contractor or sub-contractor may be listed on a bid proposal for a

public works project (submitted on or after March 1, 2015) unless registered with the

Department of Industrial Relations (DIR) pursuant to Labor Code Subsection 1725.5

8. Prequalification of Designated Subcontractors. Contractors holding C-4, C-7, C-10, C-16, C-

20, C-34, C-36, C-38, C-42, C-43, and/or C-46 licenses (collectively, “MEP subcontractors”)

shall be prequalified to perform construction work as a first tier subcontractor on the Project

pursuant to Public Contract Code section 20111.6. MEP subcontractors must be prequalified

prior to negotiation and acceptance of a Guaranteed Maximum Price (GMP).

Page 8: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page 7 of 7

9. Bonding. The Firm(s) will be required to furnish a Performance Bond in the amount of one

hundred percent of the contract price, and a Payment (Material and Labor) Bond in the

amount of one hundred percent of the contract price.

10. Limitations. This RFQ does not commit District to award a contract, to defray any costs

incurred in the preparation of a response pursuant to this RFQ, or to procure or contract for

work.

IX. HOLD HARMLESS/INDEMNIFICATION

The Firms shall indemnify, defend, and save the District, its Board of Education, officers, agents, and

employees harmless from any and all claims damages, losses, causes of action and demands, including

reasonable attorney’s fees and costs, incurred in connection with or in any manner arising out of the

Firms’ performance or failure to perform any duties contemplated by this RFQ or subsequent

agreement.

The responding Firms and their employees are not employees of the District and are deemed to be

independent contractors. Nothing contained in this RFQ or subsequent agreements shall be deemed to

create any contractual relationship between the Firms and any of the other contractors or material

suppliers for the Program, nor shall anything contained in this RFQ or subsequent agreements be

deemed to give any third party any claim or right of action against the District or Firms which do not

otherwise exist.

RFQ/P SCHEDULE

The following is a proposed schedule for selection. The District reserves the right to modify this

schedule in is sole discretion.

A. Responses to RFQ/P due: April 21, 2017 at 1:00 P.M.

B. Review of submittals, evaluation, and references completed by April 28, 2017

C. Interviews of Shortlisted Firms: Week of May 1, 2017

D. Board approval of recommendations: May 11, 2017 or thereafter

X. APPEAL PROCESS

Firms will be allowed to appeal a negative determination only. There is no appeal from a refusal for an

incomplete or late application. All appeals shall be made within three (3) days of receipt of a written

negative determination only. Without a timely appeal, the Firms waive any and all rights to challenge

the decision of the District, whether by administrative or judicial process or any other legal process or

proceeding.

The appeal shall be submitted in writing directly to the Superintendent by facsimile. The decision of the

Superintendent shall be the District’s final administrative decision. The date for empaneling shall not be

delayed or postponed to allow for completion of an appeal process.

Page 9: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page A1

EXHIBIT “A”

Robla School District – Main Avenue New Classroom Building Project

Project Assignment

I. PROJECT DESCRIPTION

Main Avenue Elementary School was built in 1955, with its original permanent buildings demolished

and reconstructed in 2014, and now contains new permanent facilities that house seven classrooms, a

school administration office, and a multipurpose room. The 10-acre site includes these new facilities on

the eastern half of the property and houses an additional nine relocatable classrooms and one

doublewide relocatable library facility on the western half of the site. The seven classrooms in the

newly-completed permanent facility serve students in Grades 3 to 5, while the portables house students

in kindergarten through Grade 2 and Grade 6. Access to the site is from Main Avenue.

Pursuant to the Board adopted Facilities Assessment & Implementation Plan, the project has been

designed to complete the Main Avenue school’s required permanent facilities with the construction of a

new, two-story classroom facility. The project will produce 8 new teaching spaces and 4 support rooms

with space for 200 or more students in Grades K to 6 based on State loading standards of 25 students

per room. Upon completion, Main Avenue will contain a combined total of 15 permanent classrooms

along with additional admin/support spaces in support of District specifications for K-6 facilities.

Firms are encouraged to seek additional information regarding the DSA submitted plans, available at

the following link: Main Avenue DSA Submitted Drawings

The construction intent is to promote a minimized intrusion on the existing campus while it is

operation. The new classroom facility is intended to be completed with minimal disruption to the

existing classroom buildings, multipurpose room and parking lot, as well as the playfields and jogging

track. The adopted design preserves existing site access conditions during the construction phase,

including on-going use of parking, drop-off zones, student play areas, and commercial vehicle access to

supply food service operations. Careful planning and coordination will be required to preserve

functionality of these areas and minimize disruption to adjacent portable classrooms, however

modification to the portables, parking, and drop off are not components within the scope of this project.

Pursuant to the Board adopted Facilities Assessment and Implementation Plan, the project has been

envisioned to provide a 21st century transformation of the Main Avenue Elementary School site. The

desire is to create a campus that looks and feels integrated as a 21st century school.

II. DSA PLANS AND PROJECT SCHEDULE

The total approved “All-In” budget for the Main Avenue Project is $6,466,987, in current dollars. This

budget incorporates a total construction hard cost budget of $4,526,891 and a total soft costs budget of

$1,940,096. The “all-in” budget combines hard construction costs with anticipated soft costs to

implement the project (e.g., design fees, contractor’s fees, consulting services, testing and inspection

services, agency approval fees, etc.) resulting in the total cost estimated to fully implement the project.

The budgeted soft cost allocates a dedicated amount for appropriate 21st century furniture, fixtures and

equipment at no less than 6% of construction costs.

Page 10: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page A2

The following table represents the building components specified for the project including the net

square footage of required circulation elements, covered exposed corridors, stairwells, elevator, and

landscaped outdoor spaces, as well as the total gross square footage of the building:

The schedule depicted below is based on the District’s fiscal year calendar, in which Q1 of FY2016

effectively begins July 1, 2016, and Q4 of FY2016 effectively ends June 30, 2017. Construction is

scheduled to commence in June 2017 and be substantially complete by July 2018.

Design and Construct

DSA Review

State Funding Review

Bidding

Construction

Closeout

2016-2017 2017-2018

QTR 3

Jan-Mar

QTR 4

Apr-June

QTR 1

July-Sept

QTR 2

Oct-Dec

QTR 3

Jan-Mar

QTR 4

Apr-June

QTR 1

July-Sept

QTR 2

Oct-Dec

2018-2019

III. SUBMITTAL FORMAT & REQUIREMENTS

Responses should be formatted to effectively address the following issues in as much detail as

necessary as long as the complete response does not exceed the overall 30-page limit identified in

Section V of the RFP/Q. Each response should have a cover letter briefly discussing the firm’s review

of the DSA submitted plans and specifications, and the firm’s unique qualifications that specifically

match project needs. Each response should include the following:

Page 11: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page A3

1. Provide a statement indicating your firm’s commitment to delivering the project on budget, per

specification, and at high quality, and include any findings you may have as to anticipated street

pricing of particular project components at this time.

2. Provide a break-down of your firm’s proposed overhead and profit (GC) numbers.

3. Following a review of the DSA plans for the project, what are the major obstacles you see, and

how would your firm deal with them?

4. What approach would you take to keeping the project delivered on schedule, while minimizing

impact to the existing use of the site? Please provide a proposed project schedule that

demonstrates this approach.

5. Describe the size of your firm with respect to the number of personnel by management category

and provide an organizational chart identifying the key staff members assigned to each role and

their level of experience on projects such as this.

6. Provide examples as to the firm’s experience on projects such as this with respect to size and

complexity.

7. Provide a site logistics plan identifying site access, parking for contractors, access for delivery

and storage of materials, provisions for the safety of students and faculty, along with strategies

for reallocation of construction areas should it be required.

8. Provide a description of the firm’s safety record and Experience Modification Rating (EMR)

9. Provide a letter from your bonding company on their letterhead that states the bonding capacity of

your firm.

Please be advised that the District reserves the right to decline all responses and to amend, abandon, or

modify the project or the method of delivery at its sole discretion in whole or in part.

Page 12: Robla School District€¦ · Los Angeles, CA 90041 Respondents must also transmit one (1) PDF copy via email to praphael@cfwinc.com Public Robla School District Only Firms that have

___________________________________________________________________________________________

Robla School District — Request for Qualifications/Proposals Page A4

IV. SITE PLAN