Request for Qualifications to provide Construction Management (CM) Services to the Georgia Regents University Planning, Design, & Construction Department 1120 15th Street, BBM-520 Augusta, GA 30912 for “Auditoria Center Renovations” Project No. XT-14-23 Augusta, Georgia April 14, 2014 XT-14-23 Construction Management Services RFQ 1 Table of Contents I. Introduction A. Purpose B. Project Objectives C. Project Description and Assumptions II. General Instructions A. Building Program 1. General 2. Construction Budget 3. Construction schedule 4. Owner-Construction Manager Agreement B. Selection Process 1. Request for Qualifications (RFQ) 2. Request for Proposal (RFP) 3. CM Selection C. Mandatory Pre-proposal Conference D. Proposal Instructions 1. Request for Qualifications (RFQ) 2. Request for Proposal (RFP) E. Information Regarding Scope and Phases of Project 1. Construction Phase 2. Warranty Phase F. Schedule of Events III. Proposal Submission Format and Requirements A. Request for Qualifications 1. Basic Company Information 2. Form of Ownership 3. Office Submitting Qualifications 4. Personnel Capability 5. Consultants, Subcontractors, and Suppliers 6. Financial Information 7. Safety Information 8. Experience with Similar Projects 9. Statement of Why the Proposing Firm Should be Selected B. Requests for Proposal 1. Firm’s Ability 2. Financial Responsibility 3. Experience 4. Management plan 5. Services 6. Schedule 7. Other 8. Interview and Fee Proposal IV. General CM Selection Criteria XT-14-23 Construction Management Services RFQ 2 V. Additional Conditions Attachment A, Exhibit “E” – CM/GC Fee Proposal Form, page 16 and attached Excel documents XT-14-23 Construction Management Services RFQ 3 Georgia Regents University – Request for Qualifications & Proposals for Construction Management At Risk Services I. Introduction A. Purpose Georgia Regents University (GRU), Augusta, Georgia is considering the services of a Construction Management Firm (CM). The CM firm will issue a guaranteed maximum price for the project and, if accepted by the Owner, will assume responsibility for the project construction. The GMP will be a contractual obligation. The CM will also develop an overall project schedule which will also be a contractual obligation. In addition, the CM will be responsible for methods of construction, safety, and the scheduling and coordination of the work of all construction and miscellaneous contracts required for completion of the project within its predetermined budget and scheduling. B. Project Objectives The CM will function as a CM-At-Risk (CM/GC). Construction will commence with the release of distinct work packages (Components) while the design documents are being finalized. When design documents for the project have been developed in sufficient detail, the Construction Manager (CM/GC), with the support and assistance of the design professional, will commit to a Guaranteed Maximum Price (GMP) for all construction and site utility development. The CM shall competitively select all construction subcontracts and other work appropriate for competitive selection using cost and other factors. The successful CM shall not be eligible to bid or enter into contract or subcontract for any of the construction or other services other than as set forth in the CM/GC General Requirements. In selecting a firm, GRU will place emphasis on the experience of the firm and assigned personnel in providing like function on projects of similar magnitude and complexity as the proposed project. Emphasis will be placed on firms that have depth, knowledge, and resources in principles of general contracting, scheduling, contract coordination and compliance, budget control, familiarity with State, County and City laws, ordinances and codes. Certified Minority Business Enterprises are encouraged to respond to this request. GRU encourages the participation of minority and women owned enterprises. Professional firms that utilize qualified minority contractors may qualify for a Georgia State Income Tax Deduction for qualified payment made to minority contractors (REF: O.C.G.A. Section 48-7-38). C. Project Description and Assumptions The selected engineering firm, on behalf of GRU is responsible for the design and development of construction documents for this project. The project generally consists of (1.) Renovate a section of the Auditoria Center Building (BC building) into office area for the Facilities Department. The estimated construction cost (including Construction Management) is approximately $350,000 The CM, will assist in the development of a strategy for the best approach to the successful completion of the Project. Construction shall commence immediately after project is awarded. II. General Instructions XT-14-23 Construction Management Services RFQ 4 A. Building Program 1. General The project will be designed and constructed to a level of quality and timeliness that reflects the long-term use of a State owned facility. 2. Construction Budget The construction budget for the project is approximately ($350,000). The sums include all general conditions costs, and fees for the Construction Manager (CM/GC). 3. Construction Schedule The Construction Manager will assist with developing a strategy for the best approach for the successful completion of the Project in a timely manner. For example without limitation, CM/GC will provide guidance and assistance in the preparation of a schedule, component construction packages, and reliable cost estimates leading to a Guaranteed Maximum Price. 4. Owner-Construction Manager Agreement The agreement between the Owner and the CM will be the Owner’s form of contract for Construction Management (CM/GC). The General Requirements of the CM/GC contract are not open for negotiation as a part of this RFQ/RFP. The contract price will be accomplished through a Guaranteed Maximum Price (GMP) Change Order. Component Change Orders will be incorporated into the contract as individual Construction Packages are priced and agreed to by the Owner. The construction services will be on an actual cost basis with all savings under the GMP, including unused contingency, returned to the Owner. The Owner’s CM/GC contract is available for review at http://www.usg.edu/ref/contracts/contracts/cm_contract_cmgc.pdf. B. Selection Process Selection of the CM will be a two-step process. The first step will be a qualification-based evaluation, which will result in three firms being short-listed for the second step. The second step will be a proposal-based process and interview resulting in a ranking of short-listed firms. Negotiations will begin with the top ranked firm. 1. Request for Qualifications (RFQ) The Selection Committee will receive and review Statements of Qualifications and Performance Data in response to the “Request for Qualifications for Construction Management Services.” Review of responses by Selection Committee will result in a short-list of three firms to be interviewed (and provide the fee proposal listed in this RFQ). Responses to the RFQ will first be evaluated against a set of weighted criteria to determine those firms most qualified and suited for this project. Qualifications alone will narrow the field to a short-list of finalists of three firms who will be invited to interview and to submit their Fee Proposal. RFQ responses will be due by the time and date shown in the Schedule of Events, at Georgia Regents University, 1120 15th Street Suite BBM 520, Augusta, GA 30912 2. Request for Proposals (RFP) Shortlisted firms will be required to attend the pre-proposal conference, submit their proposal (including the fee proposal listed in this RFP), and attend an interview. The Fee Proposal for each project is to be submitted in a sealed envelope at the time of the interview. Following the interviews, the selection committee will rank the firms based upon their proposals and interview. Only after this ranking process will the fee proposal of the top ranked firm be opened. 3. CM Selection XT-14-23 Construction Management Services RFQ 5 At the conclusion of the interview and evaluation process, the selection committee will contact the highest ranked CM firm. The Owner will attempt to negotiate a contract with that firm. Should negotiations fail, the Owner will attempt to negotiate a contract with the next ranked firm, and so on, until a contract is successfully negotiated. The CM firm, in collaboration with the Architect, will prepare proposals for component change orders culminating in the GMP for the project. The Owner has the right to reject the GMP(s) and elect to either (1) negotiate a new GMP with the selected CM, (2) enter negotiations with any or all of the previously qualified firms, or (3) to conduct a new selection process to select and negotiate a new GMP by open public invitation. The Owner retains the ownership of and all rights to use all documents produced during the preconstruction process for use in selecting the final CM and completing the project. C. Pre-proposal Conference A Pre-proposal Conference is scheduled to be held at the time and date shown in the Schedule of Events. This Pre-proposal Conference will be held at the GRU campus in Augusta, Georgia. The location will be announced and communicated in writing to the pre-selected firms. Attendance at the proposal conference is mandatory in order to be considered for selection. D. Proposal Instructions 1. Request for Qualifications Please refer to the attached Section III for further instructions on proposal format. Responses shall begin with a letter of interest from the principal firm, followed by an Executive Summary of not more than five pages (plus resumes of key personnel and organizational chart(s)) that addresses the Evaluation Criteria and Scope of Work shown herein. Responses shall include an organizational chart for construction phase services. Responses may include such other information and details to support the firm’s qualifications to perform this work. Table of Contents, Letter of Interest and tabs do not count toward total pages. The Executive Summary shall cover items 1-5 of Section III, A. of the RFQ. Items 6-8 of Section III, A. should be concise documents with an appropriate number of pages to provide the information as requested. Letters from bonding and insurance companies should be limited to 1 or 2 pages each. There are no page limits for responses items 6-8. Item 9 of Section III, A. shall be limited to 2 pages. Questions relating to the RFP must be submitted in writing by email to: Attn: Mr. Jonathan Robertson Email: [email protected] Qualifications submittals will be received until the time and date shown in the Schedule of Events. Such qualifications submittals must be bound, typed on standard (8-1/2” x 11”) paper. The pages of the qualifications submittals must be numbered. A table of contents, with corresponding tabs, must be included as well, to identify each section. Qualifications submittals must meet the requirements of and conform to the “Qualifications Submission Format and Requirements”, as stated in Section III of this RFQ. Evaluation of these qualifications submittals will be performed by the Selection Committee. Submittals shall be sent to the GRU Facilities Management Office: Georgia Regents University Planning, Design and Construction Office XT-14-23 Construction Management Services RFQ 6 1120 15th Street, BBM - 520 Augusta, GA. 30912 Attn: Mr. Jonathan Robertson Except for submission of questions, discussed further below, proposers shall not contact any members, or employees, of Georgia Regents University regarding any aspect of this procurement, until after the award of the contract. Contact with the above mentioned individuals could be grounds for elimination. No qualifications submittals will be accepted after the time set for receipt of the qualifications submittals. Qualifications submitted via facsimile, telegraph or Mailgram will be rejected. It is the responsibility of each proposer to examine the entire RFQ, seek clarification in writing, and review its qualification submittal for accuracy before submitting the document. Once the submission deadline has passed, all qualifications submissions will be final. The Owner reserves the right to ask for additional information from all parties that have submitted qualifications. You are encouraged to be brief and succinct. Thick volumes of background and general marketing material will not be appreciated and will not curry favor with the reviewers. We are seeking thoughtful, tightly focused qualifications submittals that document your firm’s suitability for this Project and understanding of the Project and Owner. Each firm must describe experience, if there are multiple firms proposed as one team. Please indicate by firm those qualifying as a minority firm. 2. Request for Proposals Within ten (10) days of the receipt of the qualifications submittals, three firms judged to be most qualified based on the information provided in the qualifications submittal will be asked to submit more detailed information concerning their experience and abilities, attend a pre-proposal conference, attend an interview with the selection committee, and submit a proposal for fees and overhead costs for each project. The deadline for the submission of the additional information will be contained in the notice identifying the short listed firms, but will be no more than fourteen (14) calendar days after the notice and no less than seven (7) calendar days after the notice. GRU reserves the right to negotiate, prior to award, adjustments in any and all elements of what proposers submit in their proposals so long as such adjustments do not have the effect of increasing the total compensation paid by the owner over the total proposed compensation set forth in submitted proposals. Any submitted proposal shall remain valid for six months after the proposal due date or until the owner executes a contract, whichever is sooner. GRU may, in the event the selected proposer fails to perform and/or the contract is terminated within forty-five days of its initiation, request the proposer submitting the next acceptable proposal to honor its proposal. Questions relating to the RFP must be submitted in writing by email to: Attn: Mr. Jonathan Robertson Email: [email protected] XT-14-23 Construction Management Services RFQ 7 The deadline for submission of questions relating to RFP is the time and date shown in the Schedule of Events. All relevant and significant questions that have been submitted in writing prior to the deadlines will be compiled, and answers will be sent out by electronic mail to all responsive firms. E. Information Regarding Scope and Phases of Project The CM working with the DP will identify proposed key subs and assemble component change orders culminating in the guaranteed maximum price (GMP) for the project. The project shall be constructed within the GMP. CM shall also develop and maintain a detailed construction schedule. During the construction phase CM will be responsible for methods of construction, safety programs, general conditions, prequalification of potential subcontractors and bidding of all work, certification of work in place and monthly payment requests, coordination and scheduling of all construction contracts and miscellaneous contracts required for the completion of the project within the predetermined budget schedule. Required paperwork for the project must be submitted independently. CM will assist Owner in management and administration of the project except that the Owner shall at all times retain contractual control of all prime CM and consultant contracts, project funds and disbursements. The following is a listing of some of the representative services to be provided by the CM: 1. Construction Phase a. Develop phasing and safety plans. b. Identify key subs, obtain pricing and assemble Component Change Orders and GMP’s c. Maintain on-site staff for construction management the project. d. Establish, document and maintain all applicable PCRA (Pre-Construction Risk Assessment) and ICRA (Infection Control Risk Assessment) measures and reporting per GRU PCRA/ICRA guidelines. e. Develop and maintain a detail schedule (CPM) including delivery, approvals, inspection, testing, construction and occupancy. f. Maintain and track all costs for this project. g. Conduct and record job meetings. h. Prepare and submit change order documentation for approval of the DP and the Owner. i. Maintain a system for review and approval of shop drawings. j. Maintain records and submit bi-weekly reports and monthly reports to DP and Owner. k. Maintain quality control and ensure conformity to plans. l. Provide cost control through progress payment review and verifications according to the approved schedule and contract amounts. m. Develop as-built drawings. n. Coordinate post-completion activities, including the assembly of guarantees, manuals, closeout documents, training, and the Owners final acceptance. 2. Warranty Phase a. Coordinate and monitor the resolution of remaining “punch-list” items. b. Coordinate, monitor and resolve all warranty complaints to the satisfaction of the Owner during the one-year general warranty period. c. Provide year-end inspection. F. Schedule of Events The following Schedule of Events represents the Owner’s best estimate of the schedule that will be followed. Unless others specified, the time of the day for the following events shall be between 8:00a.m. and 4:30p.m. Eastern Time. The Owner reserves the right, at its sole discretion, to adjust this schedule, XT-14-23 Construction Management Services RFQ 8 as it deems necessary. Notification of any adjustment to the Schedule of Events shall be provided to all Proposers attending the Pre-proposal meeting. Request for Qualifications Event Publication advertisement of RFQ posted Deadline for written questions and clarification request on RFQ Deadline for submission of Statements of Qualifications Owner completes qualification evaluation, notify shorted firms Request for Proposals Short-listed firms participate in Pre-proposal conference at GRU campus Deadline for written questions and clarification request on RFP Deadline for submission of Construction Management proposals Selection Committee interviews short-listed firms Selection Committee notifies selected firm Date 4/14/214 4/25/14 5/16/14 5/30/14 Time NA 4:00pm 4:00 pm NA 6/4/14 10:00 am 6/11/14 6/20/14 6/25/14 6/27/14 4:00 pm 4:00 pm TBD NA III. Qualifications and Proposal Submission Format and Requirements A. Request for Qualifications Six (6) copies of qualifications shall be submitted. Each submittal shall be identical and include a transmittal letter. Proposers are encouraged to follow the sequence of the request for qualifications in their responses. Responses should be concise, clear, and relevant. Proposers’ costs incurred in responding to this request for qualifications are proposers’ alone and the Owner does not accept liability for any such costs. The Qualifications and Proposal Submission Format should contain the following information in the following order: The “Executive Summary” referred to in Section II, D.1, shall cover items 1-5 below. The Executive Summary shall be limited to five (5) pages, plus resumes of key personnel and organizational charts. The table of contents, letter of interest and tabs do not count toward this total. The letter of interest and transmittal are synonymous. Items 6-8 below should be concise documents with an appropriate number of pages to provide information as requested. Letters from bonding and insurance companies should be limited to 1 or 2 pages each. There are no page limits for responses to items 6-8 below. 1. Basic Company Information Company Name Address Zip Code Telephone Number Fax Number E-Mail Address Name of Primary Contact Number of Years in Business XT-14-23 Construction Management Services RFQ 9 Form of Ownership, Including State of Residency or Incorporation 2. Form of Ownership Is the submitting firm a sole proprietorship, partnership, corporation, limited liability company, joint venture, or other structure? The Board of Regents does not wish to contract with joint venture entities. 3. Office Submitting Qualifications If the firm has multiple offices, the qualifications statement should include information about the parent company and branch office separately. 4. Personnel Capability Provide general information about the firm’s personnel resources, including classifications and numbers of employees and locations and staffing of offices. More detailed information should be included for key personnel expected to be involved on the project. Depending on the size and complexity of the project, the key personnel might include executive in charge, project manager, estimator or preconstruction manager, project superintendent, and project engineer. Where the project schedule plans construction start later than six months from date of the solicitation, multiple names may be given. Each resume should include an owner and design professional reference. Each Key personnel resume must include a description of at least two relevant projects. 5. Consultants, Subcontractors and Suppliers List the names and services to be performed by any additional firms that will be utilized in the general management of CM/GC services (e.g., scheduling, quality control). If the CM firm performs these services in-house, please indicate. Provide information regarding participation of local and minority consultants, subcontractors, or suppliers on recent projects. What, if any, program does your firm implement to solicit local and minority participations? 6. Financial Information The CM selected for this Project must provide a 100% performance and payment bond for the entire amount of the construction budget. Provide a letter from your bonding company demonstrating your ability to satisfy this requirement. 7. Safety Information Provide a letter on the firm’s insurance company’s letterhead stating the Workers Compensation Experience Modification Rate (EMR) for the past three years. 8. Experience with Similar Projects Provide examples of specific project experience, including experience relevant to the type of project(s) to be constructed. Describe no less than two and no more than five roughly equivalent projects (similar type of construction and contract dollar amount equal to 75% or more of the incumbent project) which demonstrate the firm’s capabilities to perform the project(s) at hand for each project, the following information should be provided: 1. 2. 3. 4. 5. Project name Project location Name of Owner, including contact and phone number Name of Architect, including contact and phone number Dates during which services were performed XT-14-23 Construction Management Services RFQ 10 6. Physical description (e.g., square footage, number of stories, site area). Brief description of project 7. Services performed by firm. 8. Statement of performance versus owner expectations in the areas of costs, quality, and schedule 9. Statement of Why the Proposing Firm Should be selected This section provides each firm the opportunity to provide specific information that differentiates them from others in the competition. This statement should be limited to two pages. B. Request for Proposals Shortlisted firms will be asked to submit the following detailed information in the following order. Six (6) copies of the information shall be submitted, each in a round plastic-back binder or a single three (3) ring binder. Each binder shall be identical and include a transmittal letter. Binders shall be submitted in a cardboard box or shipping package. Responses should be concise, clear, and relevant. Proposers’ costs incurred in responding to this request for qualifications are the proposers’ alone and the Owner does not accept liability for any such costs. Following completion of the initial evaluations, selected firms will be granted an opportunity to appear before the Selection Committee to make a presentation and to submit to an interview. The time allotted to each firm for the presentation and interview shall not exceed thirty (30) minutes. To be considered, prospective CMs must submit response herein. CMs must submit evidence of their abilities and provide complete, through and comprehensive responses and information for each of the following components of the RFP. Contractors must submit Six (6) copies of the proposal. The submittals must be typed on standard (8 ½” x 11”) paper. The pages of the proposal must be numbered. A table of contents, with corresponding tabs, must be included as well, to identify each section. 1. Firm’s Ability A. Describe the history and growth of you firm(s) as succinctly as possible. B. Describe your experience with litigation with Owners, subcontractors, and Architects. List any active or pending litigation and explain. C. Has the firm been involved in any litigation in the past five (5) years? D. List at least five Architects and Owner references for projects that your firm has completed in the past three years that required intensive pre-construction services and were valued at or above two hundred fifty thousand dollars ($250,000.00). Briefly describe and list the company, contact person, and current phone number. E. List five (5) major trade contractor references (company, current contact, and phone number). F. Provide company organizational chart. G. Provide a statement of disclosure, which will allow the Owner to evaluate possible conflicts of interest. H. Provide a letter of interest. 2. Financial Responsibility A. List your total annual billings for each of the past 3 calendar years. B. Supply financial references. C. List main banking references. D. Has the firm ever failed to complete any work awarded to it, or been removed from any project awarded to the firm? E. What is the firm’s annual volume and average volume the past three (3) years? XT-14-23 Construction Management Services RFQ 11 F. List the contact persons, addresses, and phone numbers for your insurance carrier and agent. G. List the contact persons, addresses, and phone numbers for the firm’s bonding company and agent. H. What percentage of your firm’s work has been negotiated during the past three (3) years? 2. Experience A. Provide for each of the examples of your experience as prime contractor in constructing facilities similar to this project were included in your response to the RFQ the following information: i. Provide photographs. ii. List the individual who served as the Project Executive/ Director, Project Manager, Superintendent, and Cost Estimator. Please note whether or not they are still employed with your firm. B. Indicate those projects that included architect, engineering consultant, and contractor serving a corporate or public client as a team. C. Provide the two most recent projects your firm has completed. Include the total % change orders and performance relative to the project schedule. For each project, provide the name of an owner’s representative (with a current phone number) who is familiar with your performance on the project. D. Provide any additional relevant information. 3. Management Plan A. Describe your firm’s proposed organization for the construction management team including principals, project directors, project managers, superintendents, etc. who will manage the project. Please designate the specific individuals to fill the following key roles on your team (if applicable). i. Project Executive ii. Project Manager iii. Superintendent iv. Cost Estimator v. Other (please describe, if applicable.) B. Please provide for each of the above personnel: i. Current resumes listing relevant project experience. ii. Percent of time to be committed to this project. C. Please identify the individual who, from project start to finish, will be the leader of your construction team and the principal point of contact between your firm and the Owner, the Architect, and other consultants. This individual’s competence, his leadership, and his ability to achieve customer satisfaction will be heavily considered in the section of a CM. D. Provide an organizational chart showing the lines of responsibility and accountability for your team. E. Describe your firm’s approach to quality assurance and your QA program. F. Describe the process to be used to obtain a Guaranteed Maximum Price and for providing bonding for the project. G. Describe any policies or requirements for bonding subcontractors. 4. Services A. Provide one page overview of services to be performed using Construction Management At-Risk. B. How would you implement these services to ensure the success of this project? XT-14-23 Construction Management Services RFQ 12 C. Describe how your firm would assist the BOR in assuring participation by local contractors. Include examples of other projects where you have been successful in meeting similar goals. D. Describe your firm's approach and methods used to manage projects of this type and how you provide services during construction. E. Describe your approach to teamwork on project(s) of this magnitude. 5. Schedule A. Describe your general approach to the schedule for this project. B. Describe your firm's scheduling systems and how your firm intends to manage the preconstruction schedule. C. Describe your firm's scheduling systems and how the firm intends to manage the construction schedule. D. Describe alternatives that may be explored to shorten the schedule. 6. Other A. Minority Participation and Nondiscrimination 1. Please include your firm’s affirmative action policy, as well as your proposed efforts to ensure minority participation on this project. 2. State your firm's history of Minority and Women-Owned Business (M/WBE) participation. 3. List references of Owners, M/WBE firms or consultants who can speak to your firm's utilization of M/WBE on previous projects B. Safety 1. Submit a copy of your firm's safety program. 2. Provide your firm's Insurance Experience Modification Rate (EMR) for the past three (3) years. 3. Provide your accident incident rate for the past three (3) years utilizing the following formula: Incident Rate = # Injuries (200,000) # Total Man Hours 7. Interview and Fee Proposal A. Each firm selected for consideration shall be notified in writing and informed of a place and time for the interview session. The CM selection committee shall interview the selected firms for no more than one hour that includes the time for questions and discussion with the proposer. The format of the interview presentation is at the discretion of the proposer. B. Fee proposals will be solicited from the short-listed candidates invited to interview. Fee proposals shall be submitted at the conclusion of the interview session in a sealed envelope. The attached fee proposal form shall be used. IV. General CM Selection Criteria The services being sought under this RFQ are considered to be professional in nature. Consequently, the evaluation of the proposals will be based upon consideration of the demonstrated qualifications and capabilities of the proposers that will result in an award that are in the best interest of the BOR. Absent written notice to the short listed firms affected, factors to be considered in the evaluation of short listed firms shall be limited to the following: Major Category 1. Firm’s Ability XT-14-23 Construction Management Services RFQ Criteria Overall strength relative to the proposed project Financial Stability 13 Past ability to work as a team with Architects and Program Managers Firm’s “management” philosophy plan for administering the work. Firm’s current and projected workload Professional & support personnel available Qualifications of professional and support personnel available to work on this project 2. Experience Firm experience with similar projects Assigned team’s experience with projects of similar facility size Assigned team’s experience with innovative budget control Assigned team’s experience with innovative schedule control Quality of references 3. Management Plan Strength of team assigned relative to proposed project and facility size Project Manager and superintendents ability to work as a team General approach to proposed project Approach to project close out Quality of project reporting Approach to value engineering 4. Services How well services address proposed project Services approach to projects of similar facility size 5. Schedule 6. Other Ability to provide schedule control for this size project Firm’s minority participation plan concerning its work force and procurement practices Firm’s record on policies of nondiscrimination on the basis of race, creed, color, sex, or national origin in its employment or procurement practices Firm’s Safety Record 7. Interview Overall impression of project manager Overall impression of site supervisor(s) Methodology presented to assure success Ability of principals to engender confidence in the ability of the firm to complete the project within the time and cost budgeted. Ability of team members to communicate effectively during the interview process Overall impression of the firm Upon completion of the evaluation process by the Selection Committee, the firms will be ranked in descending order of recommendation. Negotiations will then be initiated with the best-qualified firm to determine the CM fixed fee including the proposed cost for general conditions and general requirements. In the event a satisfactory fixed fee cannot be reached with the highest ranking firm, the Owner will formally terminate the negotiations in writing and enter into negotiations in turn with the second ranking firm or the third ranking firm until a mutually agreed upon fixed fee is established. Once the successful CM and the agreed upon fixed fee have been determined, a CM services contract will be awarded by the Board of Regents. A copy of the contract can be found at the following website address: http://www.usg.edu/ref/contracts/contracts/cm_contract_cmgc.pdf. V. Additional Conditions XT-14-23 Construction Management Services RFQ 14 The Owner reserves the right to reject any or all Proposals received. The Owner is not obligated to request clarifications or additional information but may do so at its discretion. The Owner reserves the right to extend the deadline for submittals. Confidentiality of Documents: Upon receipt of a proposal by the Owner the proposal shall become the property of the Owner without compensation to the proponent, for disposition or usage by BOR or Georgia Regents University at its discretion. Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final award. Costs to Prepare Responses: The Owner assumes no responsibility or obligation to the respondents and will make no payment for any costs associated with the preparation or submission of the proposal. Equal Employment Opportunity: During the performance of this Contract, the Construction Manager agrees as follows: The Construction Manager will not discriminate against any employee or applicant for employment because of race, creed, color, sex, age, national origin, place of birth, or physical handicap. CM must have a history of being non-discriminating and will not discriminate on the basis of race, creed, color, sex, or national origin in any of its employment practices, or procurement practices with respect to the work force of the firm, or procurement services in connection with this project. A minority participation plan must be maintained for both work force and procurement practices. BOR does not desire to enter into “joint-venture” agreements with multiple Construction Management firms. In the event two or more firms desire to “joint-venture”, it is strongly recommended that one incorporated firm become the Construction Management firm with the remaining firms being consultants. XT-14-23 Construction Management Services RFQ 15 EXHIBIT E CM/GC FEE PROPOSAL (Submit In a Sealed Envelope with Attachment A and B at Interview) AB-13-02, AB-108 Classroom Renovations, Georgia Regents University 1. CM/GC’S FEE: Basis of Fee. The CM/GC’s fee is the amount, established by and agreed to by both parties, which is the full amount of compensation due to the CM/GC as gross profit, and for any and all expenses of the Project not included and identified as a Cost of the Work, provided that the CM/GC performs all the requirements of the Contract Documents within the time limits established. (See Article 4.1.1 of the General Requirements.) If applicable, the fees and costs should be broken down by each site within a multi-site project. A. PRECONSTRUCTION FEE: Pre-Construction Fee. Representing the gross profit for the pre-construction consulting services provided by CM/GC as set forth in Section 2, Parts 1 and 2 of the General Requirements, and as described in Paragraph 4.1.1.1(a), Owner shall pay to CM/GC a Preconstruction Fee: TOTAL Pre-Construction Fee (fixed fee) B. $0 CONSTRUCTION FEE: Construction Fee. Representing the gross profit for the construction services provided by CM/GC as set forth in Section 3, Part 1 of the General Requirements, and as described in Paragraph 4.1.1.1(b) Owner shall pay to CM/GC a Construction Fee. TOTAL Construction Fee (fixed fee) 2. $ CM/GC’S PRECONSTRUCTION COSTS AND CONSTRUCTION OVERHEAD COSTS: The CM/GC’s Overhead Costs. The maximum amount for the CM/GC’s Pre-Construction Costs and Expenses and Construction Overhead Costs are inclusive of all direct and incidental expenses are as described in Paragraph 4.1.1.2 . AMOUNT A. Maximum Pre-construction Costs & Expenses (From Attachment A. Do not include the Pre-Construction Fee in this amount) $0 B. Maximum Construction Overhead Costs (From Attachment B. Do not include the Construction Fee in this amount) $ Total Maximum Overhead Cost (Sum of A & B) $ ____________________________________________________________ CM/GC Name By:_________________________________________________________ Signature of CM/GC Officer ____________________________________________________________ XT-14-23 Construction Management Services RFQ 16
© Copyright 2026 Paperzz