(ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction project

expired opportunity(Expired)
From: Savannah-Chatham County School System(School)
C24-01

Basic Details

started - 12 Jul, 2023 (9 months ago)

Start Date

12 Jul, 2023 (9 months ago)
due - 27 Jul, 2023 (9 months ago)

Due Date

27 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
C24-01

Identifier

C24-01
Savannah Chatham County School System

Customer / Agency

Savannah Chatham County School System
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SGOPSS5 Savannah-Chatham County Public School System 208 Bull Street / Savannah, Georgia 31401 / (912) 395-5600 June 11, 2023 Ladies and Gentlemen: The Savannah-Chatham County Public School System (SCCPSS) would like to take this opportunity to announce that it is requesting proposals for (RFP) (ESPLOST) RFP C24-01 for Construction Manager at Risk (CMR) Services for Groves Athletic Fields and Fieldhouse Construction project. Enclosed is a Request for Proposal (RFP) packet, which provides instructions for the submission of proposals and identifies the goods and/or services requested by the SCCPSS. On April 2, 2023, a Mandatory Pre-Qualification Process for the Construction of Athletic Field and Field House Construction for the New K-12 Campus was posted under RFQ C23-17. Four (4) vendors submitted Qualification Statements and all Four (4) vendors were deemed Qualified Vendors, which allows only the following vendors to submit a proposal in response to this solicitation, RFP C24-01
(ESPLOST) CMR Services for Groves Athletic Fields and Field House Construction. None of the qualified vendors is required to submit a response, and none of the qualified vendor is guaranteed an award. JE Dunn Construction TQ Constructors, Inc McKnight Construction Roy Anderson Corp. All qualification Statements should be submitted electronically through e-Builder, an online procurement platform that is made available at no cost to all potential bidders at the following web address: https://gateway.app.e-builder.net/app/bidders/landing ?accountid=264b947c-7aa7-45ff-9a33- 9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1 &bidpackageid=beb88337-3a3b-466e-99e2- 9e73461d5724 Proposals will be accepted prior to 11:00 A.M. on Thursday, July 13, 2023, at which time they will be registered by the Purchasing Department and the SCCPSS will be begin its review of the Proposals to determine which offerors are responsible, which proposals are responsive, and which proposals are reasonably susceptible for award and eligible to negotiate with SCCPSS for the award of a contract. All offerors who submit Proposals will be notified as to whether they are considered responsible, whether their proposals are considered responsive, whether they are considered reasonably susceptible for award and eligible to negotiate with SCCPSS for the award of a contract, and whether they will be recommended for an award of a contract or not, before the awards of any contracts for the goods and/or services are made as a result of this solicitation. Proposals received after 10:59:59:99 A.M. on the due date will not be accepted. Time is of the essence, and any Requests for Proposals received after this deadline for submission will not be accepted. Offerors are responsible for ensuring that their Requests for Proposals are timely received. The time of receipt shall be determined by the time stamp assigned by the e-Builder program. Please include with your bid all documents requested by this solicitation. Failure to include all the information and/or documents requested by this RFP could result in the Proposals not being considered by the SCCPSS. } at : arina L. Scales, NIGP-@PP, CPPB Purghasing Director Mission - To ignite a passion for learning and teaching at high levels. Vision - From school to the world: All students prepared for productive futures AN EQUAL OPPORTUNITY EMPLOYER RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 1 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 2 REQUEST FOR PROPOSALS RFP C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction I. INTRODUCTION The Board of Public Education for the City of Savannah and the County of Chatham (the District), the body corporate responsible for public education in Chatham County, which is commonly known as the Savannah- Chatham County Public School System (SCCPSS), seeks sealed proposals for Construction-Manager-at-Risk (CMR) Services for Groves Athletic Fields and Fieldhouse Construction project as specified in this Request for Proposals (RFP). It is worth noting at the outset that the competitive sealed proposal (RFP) process differs from competitive sealed bidding in two important ways: 1) It permits discussions between the District and competing Offerors and allows for changes in Offerors proposals including price; and 2) It allows comparative judgmental evaluations to be made on various criteria (in addition to cost) for award of the contract. Pre-Approved vendors who wish to be awarded a contract by the District to provide the goods and/or services requested by this RFP shall be referred to herein as the Offeror(s). To be considered for an award of a contract under this RFP, Offerors should carefully read this solicitation document, which is called Request for Proposals (RFP) # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction, and all of the forms, product specifications, service requirements, contract documents, or other materials that may attached hereto or referenced herein. This RFP and the associated documents identify the goods/and or services requested by the District, contain the instructions for preparing and submitting proposals, and outline the process by which the District will award a contract for those goods and/or services, if it decides to award a contract at all. II. GENERAL TERMS AND CONDITIONS FOR THIS RFP A. A Cone of Silence Applies to this RFP. A Cone of Silence is imposed upon this RFP after advertising and terminates at the time the District awards a contract. Except as specifically set forth below, the Cone of Silence prohibits any communications in any form (whether written, oral, or electronic) by, or on behalf of, a prospective Offeror for this solicitation, including any persons affiliated with or in any way related to a prospective Offeror, with any District employee, any member of the elected Board of Education that serves as the Districts governing body, the Superintendent or her staff, and any other persons involved in evaluating the bid, such as program managers or members of any selection committee. The Cone of Silence is intended to prohibit lobbying for, or against, a particular Offeror or Offerors and to prevent prospective Offerors from circumventing the process for selection set forth in this RFP. The Cone of Silence does not apply to oral communications with the Director of Purchasing, or the Director of Purchasings designees, at pre-proposal conferences, site visits (as applicable), presentations before selection committees, contract negotiations with offerors selected for award, or at other times expressly allowed by this solicitation. Written communications expressly authorized by this solicitation, such as (1) the submission of the proposal itself, (2) requests for interpretation, requests for material substitutions, protests, or similar inquiries to the purchasing department, (3) documents circulated at oral presentations before selection committees, or (4) documents circulated in connection with contract negotiations with the Offeror(s) selected for award are also permitted in communication with the Director of Purchasing or the Director of Purchasings designees. The Cone of Silence does not apply to presentations allowed by Board policy or to the Board of Education at a duly called public meeting. RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 3 In addition to any other penalties provided by law, violation of the Cone of Silence by any Offeror may result in the rejection of the Offerors response and disqualify the Offeror from being awarded any contract as a result of this solicitation. Any person having personal knowledge of a violation of these provisions shall immediately report such violations to the Districts Purchasing Department. B. The Goods and/or Services Requested by the District. The goods and/or services requested by the District in this RFP are described in more detail in Attachment A- Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements, which is incorporated into this RFP by this reference. C. The Advertising Dates for this RFP. This RFP is being advertised on the Purchasing Department page of the District website, http://internet.savannah.chatham.k12.ga.us/, and in the Savannah Morning News, the newspaper for legal notices in Chatham County, Georgia. The advertising date(s) for this Request for Proposals (RFP) in the Savannah Morning News are as follows: Sunday, June 11, 2023, and Sunday, June 25, 2023 D. Optional Pre-Proposal Conferences Held by the Purchasing Department. Monday, June 26, 2023 10:00 a.m. Capital Projects Conference Room located at 3609 Hopkins Street, Savannah, GA 31405. E. The Deadline for Submitting Proposals in Response to this RFP. The deadline for submitting proposals in response to this RFP, unless extended by the District, shall be as follows: Thursday, July 13, 2023 @ 11:00 A.M. Time is of the essence, and any Proposals received on or after this deadline for submission, whether electronically, by mail, or otherwise, will not be accepted. Bidders are responsible for ensuring that their Proposals are timely received and stamped by Purchasing Department personnel through E-Builder. The time of receipt shall be determined by the time assigned by E-Builder. It shall not be sufficient to show that a Proposal was sent before the scheduled deadline. Proposals received on or before 10:59:59:99 A.M. on the due date will be accepted. Proposals received after 10:59:59:99 A.M. on the due date will be rejected. This deadline may be extended for all prospective Offerors within the discretion of the Director of the Purchasing Department or her designee for any reason. A non-exclusive list of reasons why the deadline may be extended include: the issuance of addenda to this RFQ or the associated specifications, a total absence of Qualifications Statements, District closure due to inclement weather, etc. The Director of the Purchasing Department will either extend the deadline for all bidders or not all. Offerors may withdraw Proposals at any time up to the scheduled time for receipt of Proposals. Offerors may resubmit Proposals prior to the scheduled time for receipt of Proposals. Care should be taken to ensure that information provided in Qualification Statements is accurate, complete, and consistent. Omission of any of the required information may subject the Offer to disqualification. The District reserves the right to request information or respond to inquiries for clarification purposes only. http://internet.savannah.chatham.k12.ga.us/ RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 4 F. Delivery and Submission of Proposals/Use of E-Builder Offerors shall timely deliver bids electronically or by submitting a physical paper copy to the Purchasing Department. Electronic submission may be accomplished through the Districts online E-Builder web portal, which may be accessed at no charge by all prospective bidders at: https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33- 9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e- 99e2-9e73461d5724 The E-Builder web portal will allow bidders to fill in the forms required by the RFQ in an electronic format and allow bidders to upload any supporting documents in the PDF format that bidders wish to submit. After an Offeror submits a Proposal through e-Builder, the District may send additional communications to the Offeror through E-Builder. It is Offerors responsibility to check E-Builder for additional communications from the District after Proposal submittal. G. Receipt and Registration of Proposals. Proposals and modifications shall be time-stamped by the Purchasing Department upon receipt. After the deadline for submissions of proposals has past, proposals shall be registered publicly, and then subsequently opened in the presence of two or more Purchasing Department officials. Proposals and modifications shall be shown only to District personnel or consultants having a legitimate interest. Only after award of the contract shall proposals be open to public inspection. H. Timely-filed, Signed Proposals Considered an Offer. An Offerors timely-filed, signed proposal shall be considered an offer on the part of the Offeror which may become a binding contract on the Offeror if accepted by the District at the conclusion of the proposal evaluation process. By submitting a proposal in response to this RFP, Offeror agrees that proposal will remain open for acceptance by the District for at least 120 days without any changes in terms or pricing. In event that the Offeror refuses to perform its promises made in its offer after acceptance by the District, the District may take such action as it deems appropriate to redress the Offerors failure to perform, including legal action for damages or equitable relief, including specific performance, for the Offerors lack of required performance. I. Non-Response by Prospective Offerors If an Offeror does not wish to submit a proposal in response to this RFP but would like to remain on the list of potential vendors for the District, please complete and return only the No Proposal Statement Form included with this RFP packet and clearly mark the outside of the envelope with the words No Response. J. Form and Formatting of Proposals. The form and formatting requirements for proposals requested by this RFP are described in Attachment A- Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements. K. Bid Bonds. A bid bond in the amount five percent (5%) of the GMP Proposal is required with Offerors proposal for this RFP. https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33-9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e-99e2-9e73461d5724 https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33-9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e-99e2-9e73461d5724 https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33-9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e-99e2-9e73461d5724 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 5 L. Performance and Payment Bonds. Performance and payment bonds are not required at the time of submitting RFP but will be required in the full amount of the GMP of the Contract and increased as the contract amount is increased. Offeror shall provide documentation during the solicitation process that it has the bonding capacity to provide performance and payment bonds in the full amount of the contract a mount meeting the requirements for such bond set for in the Georgia Local Government Public Works Construction Law, O.C.G.A. 36-91-1 et seq. Performance bonds shall be increased as the contract amount is increased. Payment bonds shall be increased if requested by the District as the contract amount is increased. M. Offerors Essential Credentials and Business Structure to be considered a Responsible Offeror. To even be considered for a possible award of a contract for the goods and/or services requested by this RFP, an Offeror must be deemed a responsible Offeror by the Districts Purchasing Department. To be considered a responsible Offeror for the purpose of this RFP, an Offeror must be licensed and have the capacity to provide the goods and/or perform the services requested by this RFP and must be able to meet the minimum licensing, bonding, insurance, and contractual requirements of this RFP. The District reserves the right to request an Offeror to provide additional information or documentation to demonstrate that it is a responsible Offeror. Failure to provide the requested additional information, in itself, will be sufficient grounds for the District to declare the Offeror to be not responsible for the purposes of this RFP. To be considered a responsible Offeror, the Offerors majority (51%) ownership, whether public or private, must be held by citizens or lawful permanent residents of the United States. To be considered a responsible Offeror, the Offeror must attach to its proposal a copy of any and all business licenses needed for the Offeror to provide the requested goods and/or services, including any local business licenses needed to provide the good and/or services requested by this RFP in Chatham County. If the Offeror is a corporation, a copy of a current Annual Corporate Registration issued by the State in which the Offeror is incorporated is required to demonstrate that the Offeror is a responsible offeror. While any lawful form of business may be a responsible Offeror, if the Offeror is a partnership or joint venture, a copy of the contractual agreement between the partners or the participants in the joint venture must be provided with the Offerors proposal. The partnership or joint venture agreement must be adequate to its purpose of establishing a safe and well-structured good faith relationship between the participants, and must comply with all applicable laws, including Antitrust Laws. The agreement must include adequate provisions to address unforeseen events such as the demise of any one of the partners or joint venture companies, and the like. If the Offeror is a partnership or joint venture between two existing business entities, including, but not limited to, a corporation or LLC, then all partners should be routinely and on a daily basis in the business of providing services which are closely similar or identical to those Services solicited by this RFP. If the District determines that the form of the Offerors business, including a partnership or joint venture, was not created for a legitimate business purpose, could impair the Offerors performance in response to this solicitation, poses a liability to the District, or is otherwise not in the best interest of the District, then the District reserves the right to disqualify the Offeror and determine that it is not responsible. If the Offeror is a joint venture, information and documentation must be provided to establish whether the joint venture is a business entity created for the purpose of functioning as the joint venture, or whether the joint venture is operated through the existing legal status of the venture partners. All information regarding the legal structure and reporting of income for tax purposes of the joint venture must be provided. It is the Districts intent to only enter into a contract as a result of this RFP with a single Offeror. The District reserves the right to reject as non-responsive or not responsible any proposal that requests the District to enter into contracts with multiple Offerors. RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 6 N. Insurance, Warranty, Indemnity and Other Requirements for Responsible Offerors. To be considered a responsible Offeror, all Offerors may be required to meet minimum insurance, warranty, indemnity and other requirements set forth in more detail in Attachment A- Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements, which is incorporated by this reference. O. O.C.G.A. 13-10-91 and E-Verify Compliance Required for Responsible Offerors. To be considered a responsible Offeror, all Offerors are required to comply with O.C.G.A. 13-10-91, a Georgia statute that prohibits a public employer such as the District from entering into any contract with a contractor who fails to participate in the federal work authorization program E-Verify or fails to demonstrate that it is not required to participate in the E-Verify program. In order to be deemed a responsible Offeror eligible for this RFP, the Offeror must provide the affidavit(s) or other documentation required O.C.G.A. 13-10-91. While the District provides sample O.C.G.A. 13-10-91 affidavit forms in this RFP, Offerors are solely responsible for familiarizing themselves with their obligations under O.C.G.A. 13-10-91 and making sure that they provide the District with the required documentation. P. Local and/or Minority/Women Business Enterprise (LMWBE) Policies. It is the policy of the District to maximize the utilization of qualified local, minority, and women owned business enterprises (LMWBEs) who provide professional services or who serve as prime contractors, subcontractors or suppliers as a part of the Districts facilities construction, maintenance and repair programs. Prime contractors on district construction projects shall make and document good faith efforts to maximize the utilization of qualified LMWBEs as subcontractors and suppliers and provide proof of such efforts and contracts with and payments made to LMWBEs upon request. The District also promotes capacity building within the local construction community and encourages the use of partnerships, teaming and mentorships to provide LMWBEs with relevant and necessary experiences to grow their business. For the purposes of this policy, good faith efforts may include, but not be limited to, the following: Attend pre-solicitation meetings to inform LMWBEs of subcontracting opportunities. Advertise in general circulation media, trade association publications, and minority and women business enterprise media to provide notice of subcontracting opportunities. Communicate with the City of Savannahs Office of Economic Development to identify available and qualified LMWBE firms. Review the Districts list of vendors indicating an interest in providing services to the District. Select portions of work for subcontracting in areas with established availability of LMWBE subcontractors. Solicit and negotiate with available and qualified LMWBEs for specific subcontracting opportunities. Assign substantive work to LMWBEs or LMWBE teaming partners. For the purposes of this policy, a local business enterprise is defined as (1) having established a regular, physical place of business other than a job site office with at least one employee within the geographical boundaries of the Savannah, Georgia Metropolitan Statistical Area (MSA) prior to the closing date on the solicitation (a post office box address will not satisfy this requirement); (2) having a current Business Tax Certificate and other licenses, certificates, or permits required by law to operate a business in that location; and (3) performing a commercially useful function within the local office. For the purposes of this policy, a Minority Business Enterprise is an independent, continuing venture that is at least 51% owned by a minority person or persons that meets the criteria for a Disadvantaged Business. A Disadvantaged Business is a small business which is owned, controlled and managed on a daily basis by a majority or persons, not limited to members of minority groups, who have been deprived of the opportunity to develop and maintain a competitive position in the economy because of social disadvantage. This includes: RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 7 1. African American: A person with origins in any of the Black racial groups of Africa; 2. Hispanic American: A person with origins from Mexico, South America, Central America or the Caribbean Basin, regardless of race; and 3. Asian American: A person with origins from the Indian subcontinent, countries of the Asian Pacific region, and surrounding countries; and 4. American Indian: A person with origins from the indigenous people of North America. For the purposes of this policy, a Women Business Enterprise is an independent, continuing venture that is at least 51% owned by one or more women. To qualify as an LMWBE, the owner must be a citizen or lawful permanent resident of the United States, be involved in daily business operations, and provide a commercially useful function. The ownership interest must be real and continuous and not created solely to meet the local/minority/women business or local/minority/women contractor good faith efforts. The District shall, through their program management and construction management providers, engage in efforts to communicate opportunities afforded by the Districts facilities construction, maintenance and repair programs to LMWBEs, including but not limited to: Communicate opportunities associated with District facilities construction, maintenance and repair programs to the citizens of Chatham County. Work with other local governments and relevant community organizations to provide technical assistance and guidance to LMWBEs; Develop strategies to assist prime contractors in maximizing their utilization of LMWBEs; Develop and provide informational sessions to educate LMWBEs in the requirements of the Districts procurement process; Provide notices as outlined above and maintain a list of vendors who have provided or are interested in providing services to the District, as outlined above. The District may, from time to time, audit vendor contracts with and payments to LWMBE contractors and subcontractors and may require that proof of such contracts and payments be provided to the District. All bidders must read, complete and return all of the LMWBE forms attached to this RFP and provide an LMWBE plan meeting the requirements set forth in Attachment A as part of their Proposal. Q. The Districts Reservation of Rights to Cancel this RFP, to Amend the RFP Process, to Disqualify Offerors, and to Waive Irregularities and Technicalities. The District, in the discretion of the Purchasing Director, the Director of Budgeting Services, the Superintendent, or the Districts governing body, the elected School Board, may cancel this RFP at any time before the District awards a contract to any Offeror(s). The District may decline to purchase the goods and/or services solicited in this RFP at all or it may decide to purchase some or all of the same goods and/or services through a similar or different procurement process. The District, in the discretion of the Purchasing Director, the Director of Budgeting Services, the Superintendent, or the Districts governing body, the elected School Board, reserves the right to amend this RFP and all attachments in any way and at any time (without cancelling it in its entirety) before the deadline for the submission of proposals. Any addenda amending this RFP will be made available to all Offerors on the Districts website. As stated above, the submission deadline will be extended at least seventy-two (72) hours if any addenda is issued less than seventy-two (72) hours before the submission deadline. The District further reserves the right to amend this RFP in any way after the deadline for the submission of proposals (without cancelling the RFP in its entirety), except the District will not amend the proposal formatting or submission requirements, the criteria for determining whether the Offeror is a responsive or responsible Offeror, or any of the initial evaluation criteria used for determining whether the Offeror is reasonably susceptible of being selected for award or short-listed, phrases commonly used by the Purchasing Department to indicate that an Offeror performed well enough on the initial evaluation criteria to be eligible to participate in interviews or subsequent rounds of evaluations. A non-exclusive example of such an amendment to an RFP may be changes to second RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 8 round evaluation criteria to help differentiate those short-listed Offerors determined to be reasonably susceptible of being selected for award. The District further reserves the right to redo any stage of this RFP (without cancelling it in its entirety) if the District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the Districts governing body, the elected School Board, has concerns that a stage of the RFP should be redone to eliminate any question of whether it was conducted properly. The District reserves the right to reject any and all proposals submitted in response to this RFP, and to waive any irregularities or technicalities in proposals received whenever such rejection or waiver is in the best interest of the District. The District has the right to disqualify a proposal of any Offeror on the basis that the proposal is nonresponsive or the Offeror is not responsible. A proposal shall be deemed nonresponsive if it fails to include all of the information or documents required by this RFP. An Offeror shall be deemed not responsible if the District determines that the Offeror fails to meet the minimal requirements to be eligible for consideration, including but not limited to, a lack of capacity to do the work or provide the services requested, a lack of proper insurance, the lack of a valid business license, failure to satisfy e-Verify requirements, negative past performance ratings on District projects, being disqualified from working for the District because of poor performance on a prior project, or some other reason that gives the District reason to question the responsibility or reliability of the Offeror. The District reserves the right to request an Offeror to provide additional information in response to any concern that an Offeror may not be a responsible Offeror. Failure to provide the requested additional information, in itself, will be sufficient grounds for the District to declare the Offeror to be not responsible for the purposes of this RFP. Offerors represent that, to the best of their knowledge, all information that they submit to the District in response to this RFP, whether through a proposal or otherwise, is true and correct. If the District determines that information submitted by the Offeror is incorrect, the District may disqualify a proposal as non-responsive. If the District determines that an Offeror intentionally misrepresented information submitted in response to the RFP, the District may disqualify the Offeror on the basis that it is not responsible for this solicitation and in future solicitations. R. Evaluation and Award of Contract. A contract with the District, if one is awarded at all, for the goods and/or services requested in this RFP will be awarded by means of the evaluation process described in in Attachment A - Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements. Depending on the nature of the goods and/or services the District may provide a sample of the contract it is willing to execute with a successful Offeror. If such a sample contract is attached, then the Offeror is deemed to have agreed that all of the terms contained therein will be acceptable by submitting a proposal. If the Offeror wants to propose materially different terms, then the Offeror should file a request for Material Substitution using the procedure outlined above before submitting its proposal. For other goods and/or services, the District may ask Offerors to provide a proposed contract. The terms of that proposed contract will be evaluated as part of the selection process and the District may ask short-listed Offerors determined to be reasonably susceptible for award to negotiate specific terms. The specifications for the goods and/or services requested by this RFP may also include specific contract terms outlined in Attachment A - Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements that should be included in any contract proposed by an Offeror. RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 9 By way of a non-exclusive example, the specifications may provide that the District will not agree to any contract provision requiring the District to indemnify any Offeror as such provisions are prohibited by District policy and state law. Conversely, there may be times when the District requires an Offeror to maintain certain levels of insurance, to honor certain warranties, or to provide indemnities to the District. S. Consideration of Offeror Past Performance. Successful Offerors should be advised that they will be evaluated by the District over the duration of the contract period. Performance will be documented. Poor performance may result in the Offeror being disqualified on future RFPs or may result in the deduction of points from the Offeror on a future RFP. Good performance may result in the Offeror receiving additional points on future RFPs. T. Public Information. It is the policy of the District that at the conclusion of the selection process, the contents of all proposals will be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and are protected by law may be withheld, if clearly identified as such in the proposal. Failure to list all proprietary sections of the submitted proposal shall relieve the District from any responsibility should such information be viewed by the public, a competitor, or be in any way accidentally released. If this RFP is cancelled before an award is made, proposals will not be made available for public inspection to prevent Offerors from having an unfair advantage in future solicitations for the same goods or services. U. Bidder Questions, Requests for Interpretations, Requests for Substitution of Services or Changes to Proposed Contract terms, and Issuance of Addenda. If a Bidder should have any questions relating to this RFP including but not limited to the interpretation of RFP language, the specifications for the goods and/or services requested, the terms of sample contract provisions attached to this solicitation, the preparation or submission of bids, or the evaluation and contract award process outlined in this RFQ, the Bidder may deliver written requests for interpretation to the following to the Purchasing Department through the e-Builder program, which may be accessed at no cost to Offerors using the link listed below. https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33- 9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e- 99e2-9e73461d5724 For technical support questions with using e-Builder only, please contact support@e-builder.net or call 888-288-5717. All answers to questions or requests to substitute services or contract terms shall be made by addenda to the ITB and shall be made available to all Bidders through e-Builder and on the Districts website. While the District will also make a good faith effort to send any addenda to all Bidders who have registered to respond to this solicitation through the e-Builder Portal, submitted requests for interpretations to the District, or otherwise communicated an interest to receive notice of addenda through e-Builder, the Districts failure to provide a Bidder with individualized notice of an addenda will not provide a Bidder with grounds to protest the implementation of this ITB. Bidders are ultimately responsible themselves for keeping track of addenda issued by the District before the deadline for submitting bids in response to this ITB. All requests for interpretation or substitutions must be submitted to the Purchasing Department before the close of business, 12:00 P.M. on Friday, June 30, 2023, through e-Builder. The District shall not be required to answer any questions about this ITB submitted after 4:59:99 p.m. on the due date, as may be amended. https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33-9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e-99e2-9e73461d5724 https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33-9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e-99e2-9e73461d5724 https://gateway.app.e-builder.net/app/bidders/landing?accountid=264b947c-7aa7-45ff-9a33-9fe32d5e6d02&projectid=e5acf00b-324a-4155-aca4-78a93c3910e1&bidpackageid=beb88337-3a3b-466e-99e2-9e73461d5724 mailto:support@e-builder.net RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 10 The Purchasing Department will extend the deadline for submitting bids for all Bidders by at least seventy- two (72) hours if it issues any addenda within seventy-two (72) hours before the scheduled bid submission deadline. The Purchasing Director, or her designee, in her discretion, may extend the deadline for submitting requests for interpretation for all Bidders if the deadline for submitting bids is also extended. V. Protests Any actual Offeror or bona fide prospective Offeror who is aggrieved in connection with this RFP may protest to the Purchasing Director by email, mail, private courier, such as Fed-Ex or UPS, or hand-delivery, Savannah-Chatham County Public School System Attn.: Sabrina L. Scales, Purchasing Director 208 Bull Street, Room 213 Savannah, GA 31401 Fax No.: (912) 201-7648 Email: purchasing@sccpss.com By submitting a Proposal in response to this RFP without filing a protest observing the deadlines set forth below, the Offeror waives any objection to the content of this RFP (including any attachment or addenda) issued prior to as well as any objection to any procedure outlined therein. Protests filed after the deadline for submissions shall only concern the implementation of the RFP as applied to the Offeror or addenda issued after the submission date. Any protest to the content of this RFP (including any attachment or addenda) as well as any objection to any procedure or evaluation criteria outlined therein must be received by the District (not just sent) no later than five (5) business days prior to the deadline for submissions of proposals, unless the objection concerns an addenda issued fewer than five (5) business days prior to the deadline for submissions of proposals, in which case, an objection must be received to that addenda at any time before the submission deadline. Any protest made after the submission deadline must be received by the District within five business (5) days after the action by the District on which the grievance is based, but in no case later than five business (5) days after the date of the Districts notice of intent to award a contract for the provision of goods and/or services requested in his RFP, which will be transmitted by email to all Offerors. The District shall not intentionally withhold information that is stated in this RFP to be forthcoming at certain intervals, but failure of the District to notify an Offeror who might be aggrieved by the content of such notification shall not give rise to any claim or rights resulting from said failure. Only formal protests will be considered, and in order for a protest to be considered as formal, it must be presented in written form, and must contain a minimum of the following: A specific identification of the statutory or regulatory provision(s) that the Districts purchasing staff member or department is alleged to have violated, A specific description of each act alleged to have violated the statutory or regulatory provision(s) identified above, A precise statement of the relevant facts that include timelines and all involved parties, and An identification of the issue(s) that needs to be resolved that support the protest. The letter of protest shall be taken under consideration by the Chief Financial Officer and/or the Superintendent, who shall respond to the protesting Offeror within ten (10) business days of receipt of the letter of protest. The initial written response may explain that the Chief Financial Officer and/or the Superintendent need additional time to review the Protest. In any event, a final decision will be issued on the Protest by the Chief Financial Officer and/or the Superintendent before the execution of a final contract with the successful Offeror. This written decision shall be final and conclusive. mailto:purchasing@sccpss.com RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 11 W. Offerors Not Entitled to Reimbursement for their Costs Associated with Submitting Proposals. The District recognizes that participating in this RFP process, or any government procurement process, can be time consuming and expensive for Offerors. In participating in part of this process, Offerors acknowledge that their costs in participating in this process are the costs of attempting to do business with the District. All Offerors or potential Offerors, including unsuccessful Offerors or Offerors or potential offerors who file protests, agree that the District shall not be responsible for reimbursing the Offeror for any costs they may incur in connection with this RFP, including staff time, printing costs, attorneys fees, or expenses of litigation. X. Gratuity Prohibition. No Offeror shall offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the District for the purpose of influencing consideration of this solicitation. Y. Certification of Independent Submission of Proposals. By submitting a proposal in response to this RFP, the Offeror must certify that: 1. The information in this Proposal has been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition with any other Offeror or with any competitor; 2. The information in this Proposal has not been knowingly disclosed by the Offeror and will not knowingly be disclosed by the Offeror prior to the Districts final determination regarding this RFP, directly or indirectly to any other Offeror or to any competitor; 3. No attempt has been made or will be made by the Offeror to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition; and, 4. In the event the Offeror is a partnership or joint venture, each party thereto certifies the above. RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 12 III. RFP ATTACHMENTS, SPECIFICATIONS, SAMPLE CONTRACTS, AND FORMS The following attachments, specifications, sample contracts and forms are part of this RFP and are herein incorporated by this reference. A. Attachment A: Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements. B. Attachment B: Forms to be submitted with this RFP. 1. Solicitation Form 1: Proposal Submission Checklist (to be included on the front of any proposal) 2. Solicitation Form 2: Proposal Certification Form (to be included behind the checklist and before the Offerors proposal) 3. Solicitation Form 3: Contractor Affidavit Under O.C.G.A. 13-10-91 4. Solicitation Form 4: Subcontractor Affidavit Under O.C.G.A. 13-10-91 (only needed if subcontractors will be used) 5. Solicitation Form 5: Sub-Subcontractor Affidavit Under O.C.G.A. 13-10-91 (only needed if sub-subcontractors will be used) 6. Solicitation Form 6: GMP Proposal Form 7. Solicitation Form 7: Non-Influence Affidavit 8. Solicitation Form 8: Bid Security Form RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 13 Attachment A to RFP # C24-01 (ESPLOST): CMR Services for Groves Athletic Fields and Fieldhouse Construction Goods and/or Services Requested, Format of Proposals, Evaluation Criteria for Award, and Contract Requirements. The project specifications listed in this section supersede any contradictory references made in the General Terms and Conditions section of this RFP. 1.0 General Intent. The intent of these specifications is to solicit formal sealed proposals from firms prequalified to provide Construction Management at Risk (CMR) Services for the Groves Athletic Fields and Fieldhouse Construction project at 100 Priscilla Thomas Way, Savannah GA 31408. Only firms prequalified under RFQ C23-17 are approved to submit a response to this RFP. Those firms are as follows: JE Dunn Construction Company McKnight Construction Company, Inc. Roy Anderson Corporation TQ Constructors, Inc. The firm selected through this RFP will be awarded a Guaranteed Maximum Price (GMP) contract. The Contract used for this Project will be Construction Management at Risk Agreement. The architect for the project is LS3P. Plans and specifications are made available to each Offeror. 2.0 Background Information. ESPLOST III provides the funding for the Athletic Fields and Field House Construction work for Groves HS. The District is seeking Guaranteed Maximum Price proposals for the construction work associated with the project and as defined in the Scope of Services. The successful contractor will enter into a contract directly with the school district and must assume all the responsibilities and duties of a direct contract. 3.0 Scope of Services Requested by this RFP The scope of services completed under the GMP by the CMR includes but is not limited to: Construction of Athletic Fields and Field House Construction including artificial turf field, track, scoreboards, grandstands and bleachers, all buildings, parking, drives, utilities, and landscaping. All permits, bonds, insurance, and other requirements as specified and as required for the project. Athletic field lighting and site lighting will be provided by Georgia Power under a direct contract with the District and is not included in the Contractors GMP. [Solicitation Continues on Next Page] RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 14 4.0 RFP Response Requirements Please provide written responses to the following parts of the evaluation to be submitted in response to the RFP. Part A. Staffing Plan (15%) (TAB B) Provide information on the firms proposed staff. Identify project key individuals and provide resumes, job description, responsibilities, and project organizational chart. Part B. Schedule and Ability to Complete Project According to Schedule with Contractors Anticipated Workload (15%) (TAB C) Provide the proposed schedule for the project. Assume a Board award date of August 9, 2023 and Notice to Proceed on or before August 19, 2023. Schedule should detail anticipated completion dates of various facilities that indicates when each would be able to be occupied for its intended purpose, e.g. when a game could be played at the field house, when a game could be played at the football field with spectators, when practice fields could be for students, etc. Offerors shall also demonstrate how it plans to remain on the proposed schedule given its overall workload considering other District projects or other projects in the region. Part C. Proposed Project Management and Quality Control (10%) (TAB D) Offeror shall demonstrate how it proposes to approach project management and quality control, including how Offeror plans to handle supervision from its central offices and locally to ensure careful performance of the Work by subcontractors and Contractors own forces and to timely respond to and address Owner concerns and emergencies that might arise in the course of the performance of the Work. Offeror should describe how it proposes to stage its forces and subcontractors, the proposed space on the Project needed for the storage of materials on site, project security and safety, sanitation and working conditions for staff, and maintenance of a professional and organized workplace. Part D. LMWBE Program (10%) (TAB E) Provide the firms proposed LMWBE plan and goals for this project that are responsive to the Boards policy. Describe the good faith efforts that will be undertaken to maximize the utilization of qualified LMWBEs and promote capacity building within the local construction community by use of partnerships, teaming and mentorships to provide LMWBEs with relevant and necessary experiences to grow their business. The Offerors own status as an LMWBE does not excuse the Offeror from submitting an LMWBE plan and does not guarantee Offeror points for their plan. Furthermore, an Offeror that does not meet the criteria of an LMWBE enterprise, itself, may still obtain points based on the quality of its LMWBE plan. Part E. GMP Proposal (50%) (TAB F) Provide proposed GMP as outlined and described in GMP Proposal Form. 5.0 Silence of Specifications. The apparent silence of these specifications and any supplemental specifications as to any detail or the omission from the specifications of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and correct type, size and design are to be used. All interpretations of these specifications shall be made on the basis of this statement. 6.0 Evaluation Procedure and Procedure for Award. By the proposal submission deadline, Offerors will submit their proposals in response to this RFP. Proposals shall be formatted as described in Section 7.0, Manner of Preparation, Order of Required Forms and Documents, and Organization of Proposals, and Submission of Fee Proposals, and should be submitted with RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 15 all of the forms and documents requested. Proposals will initially be reviewed by the Purchasing Department to determine whether the Proposals are responsive and the Offerors are responsible as described in the General Terms and Conditions of this RFP in light of the goods and/or services requested in this RFP as described more fully in this attachment A. If any proposal is determined not to be responsive, the Purchasing Department will inform the Offeror in writing that its proposal will not be considered on the basis that it is not responsive. If any Offeror is determined by the Purchasing Department to not be responsible, the Purchasing Department will inform the Offeror in writing that its proposal will not be considered on the grounds that the Offeror is not a responsible Offeror. After the Purchasing Department determines whether the proposals are responsive and the Offerors are responsible, an Evaluation Committee will evaluate all of the responsive proposals from all of the responsible Offerors using the evaluation criteria set forth below and score the proposals. The Evaluation Committee may determine that all proposals are good enough to be reasonably susceptible for award or it may determine that only a certain number of Offerors are reasonably susceptible of being selected for award and create a short list of those Offerors that the SCCPSS is most interested in contracting with. After the Evaluation Committee has completed its final ranking of short-listed Offerors determined to be reasonably susceptible for award, the Superintendent or her designees may allow discussions, negotiations, and revision of proposals for the purposes of obtaining best and final offers; or recommend for award the best ranked Offeror. If the Superintendent or her designees allow discussions, negotiations, and revision of proposals for the purposes of obtaining best and final offers; all Offerors determined to be reasonably susceptible for award may be given an opportunity to participate in such discussions, negotiations, and revisions. Such discussions, negotiations, and revisions shall be conducted in such a way so as not to disclose the contents of competing Offerors. After best and final offers have been obtained from all Offerors reasonably susceptible for award, the Superintendent or her designee shall recommend for approval to the Districts governing body, the elected School Board, the proposal determined to be the most advantageous to the District, taking into consideration the evaluation factors set forth in the request for proposals. The elected School Board may vote to approve the recommendation, reject the recommendation and request that the Superintendent or her designees continue negotiations with Offerors in an attempt to find a more acceptable proposal, or reject the recommendation and cancel the solicitation in its entirety. If the solicitation is canceled, the District may seek to obtain the same good and/or services through a similar or different competitive process. The Superintendent or her designees may make their own assessment of the evaluation factors set forth in this request for proposals and they are not bound by the evaluation of the Evaluation Committee. The Evaluation Committees scoring is meant to serve as a tool to assist the Superintendent, her designees, and the elected School Board, and to make an initial determination of whether an Offeror is reasonably susceptible for award and eligible for contract negotiations. Similarly, the elected School Board may make its own assessment of the evaluation factors set forth in this request for proposals, and it is not bound by the evaluation of the Evaluation Committee, the Superintendent, or her designees. 7.0 Manner of Preparation, Order of Required Forms and Documents, and Organization of Proposals, and Submission of Fee Proposals. 7.1 Manner of Preparation. All proposals shall be: Typewritten or legibly printed in ink and signed by an authorized representative either by hand or electronically by typing the signature using the following format: s/Representatives Name. All proposals shall be submitted in the PDF format. A paper copy may be scanned to PDF or an electronic copy may be save directly to PDF RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 16 Please include with your proposal all documents requested by this solicitation, including, but not limited to, a copy of your firms current business license and certificate of insurance. Failure to include all of the information and/or documents requested by this solicitation could result in the offerors proposal not being considered by the SCCPSS. While all forms are required, Offerors will not be required to submit notarized forms with their initial proposal due to COVID-19. However, all forms must be signed. The successful Offeror will be required to submit notarized forms when normal operations resume. If the successful Offeror fails to supplement the notarized forms with notarized copies or if it appears that a form originally submitted was false, then the District reserves the right to rescind any contract before or after award and/or hold the Offeror liable for damages. Offerors are encouraged to review carefully all provisions and attachments of this document prior to submission. Each proposal constitutes an offer and may not be withdrawn except as provided herein. 7.2 Order of Required Forms and Documents. For this solicitation, the proposal, forms, and requested documentation should be submitted to the Purchasing Department in the following order to facilitate Purchasing Department review. The total absence of any of these forms or documents will result in the proposal being declared to be nonresponsive. TAB A 1. Solicitation Form 1: Proposal Submission Checklist 2. Solicitation Form 2: Proposal Certification Form 3. Solicitation Form 3: Contractor Affidavit Under O.C.G.A. 13-10-91 4. Solicitation Form 4: Subcontractor Affidavit Under O.C.G.A. 13-10-91 (submit only if contractor may use subcontractors) 5. Solicitation Form 5: Sub-Subcontractor Affidavit Under O.C.G.A. 13-10-91 (submit only if subcontractors may use sub-subcontractors) TAB B 1. Staffing Plan Created by Offeror TAB C 1. Schedule - Created by Offeror TAB D 1. Proposed Project Management and Quality Control-Created by Offeror TAB E 1. LMWBE Program- Created by Offeror TAB F 1. Solicitation Form 6: GMP Proposal Form 7. Solicitation Form 7: Non-Influence Affidavit 8. Solicitation Form 8: Bid Security Form 7.3 Organization of Proposals. Offerors typewritten or legibly printed proposals shall be organized and tabbed to track the evaluation criteria that will be used by the DISTRICT to evaluate proposals: 8.0 Evaluation Criteria For this solicitation, Proposals will be evaluated using the following Evaluation Matrix by an Evaluation Committee of District staff and/or outside consultants (unaffiliated with any Offeror) engaged by the SCCPSS for the purpose of evaluating proposals. If the Evaluation Committee elects to shortlist and conduct interviews the committee will use the same Evaluation Matrix and may make changes to the point score based on the RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 17 interview for final ranking. Evaluation Criteria for Shortlist Available Points Company Information (Tab Section A) 0 Staffing Plan (Tab Section B) 15 Schedule (Tab Section C) 15 Proposed Project Management and Quality Control (Tab Section D) 10 LMWBE Program (Tab Section E) 10 GMP Proposal (Tab Section F) 50 Total Points 100 9.0 Terms of Contract. For this solicitation, the District has attached a Sample Contract for the provision of the goods and/or services requested by this RFP. By submitting a proposal, the Offeror agrees that all of the terms of the Sample Contract are acceptable to the Offeror. If any of the terms of the Sample Contract are not acceptable to the Offeror, then District requests that the Offeror provide a Request for Material Substitution before submitting its Proposal asking to substitute different terms. The District reserves the right to reject any proposals that does not contain the terms of the Sample Contract or contains other terms unacceptable to the District. End of Attachment A Forms to Follow RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 18 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP # C24-01 (ESPLOST) ATTACHMENT B SOLICITATION FORMS 6. Solicitation Form 1: Proposal Submission Checklist (to be included on the front of any proposal) 7. Solicitation Form 2: Proposal Certification Form (to be included behind the checklist and before the Offerors proposal) 3. Solicitation Form 3: Contractor Affidavit Under O.C.G.A. 13-10-91 4. Solicitation Form 4: Subcontractor Affidavit Under O.C.G.A. 13-10-91 (only needed if subcontractors will be used) 8. Solicitation Form 5: Sub-Subcontractor Affidavit Under O.C.G.A. 13-10-91 (only needed if sub-subcontractors will be used) 6. Solicitation Form 6: GMP Proposal Form 7. Solicitation Form 7: Non-Influence Affidavit 8. Solicitation Form 8: Bid Security Form RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 19 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP # C24-01 (ESPLOST) - SOLICITATION FORM 1 Proposal Submission Checklist Please include this Proposal Submission Checklist on the front of your proposal and check which documents are included. TAB A 1. Solicitation Form 1: Proposal Submission Checklist 2. Solicitation Form 2: Proposal Certification Form 3. Solicitation Form 3: Contractor Affidavit Under O.C.G.A. 13-10-91 4. Solicitation Form 4: Subcontractor Affidavit Under O.C.G.A. 13-10-91 (submit only if contractor may use subcontractors) 5. Solicitation Form 5: Sub-Subcontractor Affidavit Under O.C.G.A. 13-10-91 (submit only if subcontractors may use sub-subcontractors) TAB B 1. Staffing Plan Created by Offeror TAB C 1. Schedule - Created by Offeror TAB D 1. Proposed Project Management and Quality Control-Created by Offeror TAB E 1. LMWBE Program- Created By Offeror TAB F 1. Solicitation Form 6: GMP Proposal Form 6. Solicitation Form 7: Non-Influence Affidavit 7. Solicitation Form 8: Bid Security Form Solicitation Form 1 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 20 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP # C24-01 (ESPLOST) SOLICITATION FORM 2 Proposal Certification Form Please complete this form and sign it in the presence of a notary: A. Local and/or Minority/Woman Business Enterprise Development Information. It is the desire of the District to maximize participation of local and disadvantaged business enterprises at all levels in the procurement process. In order to accurately document participation, businesses submitting bids or proposals are required to report ownership status. Local Woman Asian-American African-American Hispanic American Indian Majority Non-Local B. Offerors Certification. This is to certify that I, on behalf of the undersigned Offeror, have read this RFP in its entirety (including all attachments) and agree to be bound by the provisions of the contained herein. This ____day of _____________________ 202 ___ By: ________________________________________ Name (printed) ____________________________________ ________________________________________ Title Signature ____________________________________________________________________________________ Company ____________________________________________________________________________________ Address (Street. City, State , Zip) ________________________________________ ___________________________________________ Phone No. Fax No. _______________________________________ ____________________________________________ Federal Taxpayer I.D. No. e-Verify No. ______________________________________ ______________________________________________ Contact Person for This Bid Phone Number Acknowledge Receipt of Addendum(s) # ____#____ # _____#_____#_____#_____ D. NOTARY: Subscribed and sworn before me on This the _____day of ___________________ , 202_______ _______________________________________ Notary public _______________________________________ My commission expires Solicitation Form 2 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 21 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP # C24-01 (ESPLOST)- SOLICITATION FORM 3 Contractor Affidavit Required by O.C.G.A. 13-10-9l(b) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services on behalf of Savannah-Chatham County Public School System has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period, if awarded a contract, and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: ________________________________________________ ______________________________________ Federal Work Authorization User Identification Number Date of Authorization ________________________________________________________________________________________ Name of Contractor RFP C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction The Board of Public Education for the City of Savannah and the County of Chatham Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ___________________, 202_________ in _____________________, and ___________________________ City State ____________________________________________________________________________________ Signature of Authorized Officer or Agent ____________________________________________________________________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____DAY OF __________________ , 202_______ _______________________________________ NOTARY PUBLIC _______________________________________ My Commission Expires Solicitation Form 3 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 22 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP #C24-01 - SOLICITATION FORM 4 (Required only if the Offeror may use subcontractors) Subcontractor Affidavit Required by O.C.G.A. 13-10-9l(b) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10- 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with on behalf of the Savannah-Chatham County Public School System (SCCPSS) has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period, if awarded a contract, and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. 13-10-91(b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned subcontractor receives notice that a sub-subcontractor has received an affidavit from any other contracted sub-subcontractor, the undersigned subcontractor must forward, within five business days of receipt, a copy of the notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: ________________________________________________________ _______________________________ Federal Work Authorization User Identification Number Date of Authorization _______________________________________________________________________________________ Name of Subcontractor RFP C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction Name of Project Savannah-Chatham County Public School System Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ________________ in _____________________________________, and __________________________ Date City State ___________________________________________________________________________________ Signature of Authorized Officer or Agent _______________________________________________________________________________________ Printed Name and Title of Authorized Officer or Agent Subscribed and sworn before me on this _________ day of ______________________ , 202___ ___________________________________________________ Notary Public ____________________________________________________ My commission expires Solicitation Form 4 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 23 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP # C24-01 (ESPLOST) - SOLICITATION FORM 5 (Required only if the Offeror may use subcontractors) Sub-Subcontractor Affidavit Required by O.C.G.A. 13-10-9l(b) By executing this affidavit, the undersigned sub-subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with ______________________________ (prime contractor) and ______________________________ (subcontractor) on behalf of the Savannah-Chatham County Public School System (SCCPSS) has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned sub- subcontractor will continue to use the federal work authorization program throughout the contract period, if awarded a contract, and the undersigned sub-subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. 13-10-91(b). Additionally, the undersigned sub-subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned sub-subcontractor receives notice that a sub-subcontractor has received an affidavit from any other contracted sub-subcontractor, the undersigned subcontractor must forward, within five business days of receipt, a copy of the notice to the contractor. Sub-subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: ________________________________________________________ _______________________________ Federal Work Authorization User Identification Number Date of Authorization _______________________________________________________________________________________ Name of Sub-Subcontractor RFP C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction Name of Project Savannah-Chatham County Public School System____________________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ________________ in _____________________________________, and __________________________ Date City State ___________________________________________________________________________________ Signature of Authorized Officer or Agent _______________________________________________________________________________________ Printed Name and Title of Authorized Officer or Agent Subscribed and sworn before me on This _________ day of _____________________ , 202_______ ___________________________________________________ Notary Public ____________________________________________________ My commission expires Solicitation Form 5 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 24 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM RFP # C24-01 (ESPLOST) - SOLICITATION FORM 6 Proposal Form The CMR Guarantee Maximum Price (GMP) proposal is the total of the CMR overhead and expenses, cost of the Work, CMR fee, and CMR construction contingency. The following matrix provides the structure to list proposed costs and the proposed GMP for the project. The CMR construction contingency is the CMRs estimate for the project contingency fund; however, the contingency fund may be changed in final negotiation by the Owner in determining the final GMP. The CMR fee amount will not include the CMR contingency in the GMP proposal. Bidders do not need to provide costs for every line item on the proposal form under CMR Overhead Costs and Expenses. The costs listed are typical for this category of costs however Bidders may use any of the line items to state the CMR Overhead Costs and Expenses in their bid. CMR Overhead Costs & Expenses Cost of Work CM Field Office, Furniture & Furnishings, utilities $ Office Supplies $ Field Office Equipment & Maintenance $ Jobsite Radios/Beepers $ Jobsite Utilities - Electric & Gas for Construction $ Jobsite Security $ Jobsite Clean up and Trash Removal $ Temporary Fencing $ Temporary Protection $ Copy Machine & Maintenance $ Computers, Usage, Software & Maintenance $ Field Office Telephone $ Field Office Janitorial $ Postage & Expressage $ Plans & Specifications (6 sets per bid pkg.) $ Scheduling Expenses $ Construction Photos & Supplies $ Job Meetings & Ceremony Expense $ Partnering Sessions $ RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 25 Construction Trade Training Program $ Drawing Coordination Consultant $ Marked-up (as built) Drawings $ Advertising (for bids) $ Engineering Equipment $ Engineering Supplies $ Licensed Survey Layout $ Messenger/Runner/Courier $ Audit $ Records Storage $ Building Permits $ Special Permits, Licenses, Fees $ Utility Connection Permits $ Builders Risk Insurance $ Boards Protective Insurance $ Liability & Property Insurance for Project $ Performance & Payment Bonds $ Maintenance Bonds for Roofing only. $ Construction Management Labor $ Safety Officer $ QC/QA Manager $ Cost of Work Trade/Subcontractor Cost $ Self-Perform Labor & Materials $ Allowances Per Section 01 21 00 $ 430,000 COLUMN TOTALS: $ $ TOTAL CMR OVERHEAD COSTS & EXPENSES AND COST OF WORK $ RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 26 Fees & Contingency CMR Fee - _____% on CMR Overhead Costs & Expenses and Cost of Work $ TOTAL GMP w/o CONTINGENCY $ CMR CONTINGENCY $ TOTAL GMP w/ CMR CONTINGENCY $ Synthetic Turf Manufacturer _______________________________________ Synthetic Track Surface Manufacturer ________________________________ UNIT PRICES SECTION 01 22 00 1. Excavated unsuitable soils off haul $_______/CY 2. Structural infill delivered and placed $_______/CY 3. Sub-grade drainage pipe $_______/LF 4. Additional light duty cut for pavement $_______/CY 5. Additional heavy duty cut for pavement $_______/CY ALTERNATES SECTION 01 23 00 A. Alternate No 1 (add): Panel Sign $_________________ B. Alternate No 2 (add): Fieldhouse Drive $_________________ C. Alternate No 3 (add): HVAC Equipment $_________________ D. Alternate No 4 (add): School Zone on Highway 21 $_________________ E. Alternate No 5 (add): Pedestrian Entrance at Byck Ave $_________________ RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 27 In submitting this proposal, I agree to the following: 1. To hold my proposal and all fees valid for a period of one-hundred twenty (120) days. 2. To enter into and execute a contract, if awarded on the basis of this proposal. 3. To accomplish the work in accordance with the contract documents and specifications. 4. To complete the work by the time as proposed in the RFP. 5. I will deliver and complete the services outlined in the solicitation documents. The undersigned, having read and examined the documents and Attachment A specifications, understands the requirements of this proposal and agrees to provide the required services in accordance with this proposal, and all other attachments, exhibits, etc. and further understands that the Savannah/Chatham County Public School System will not be responsible for any cost not specifically set forth in this proposal. Individual Name: __________________________________________________________________ Signature: __________________________________________________________________ Firm Name: __________________________________________________________________ Address: __________________________________________________________________ Telephone: __________________________________________________________________ Fax: __________________________________________________________________ Email: __________________________________________________________________ SOLICITATION FORM 6 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 28 NON-INFLUENCE AFFIDAVIT Certification under Oath: O.C.G.A. 36-91-21 provides in pertinent part: (d) Whenever a public works construction contract for any governmental entity subject to the requirements of this chapter is to be let out by competitive sealed bid or proposal, no person, by himself or herself or otherwise, shall prevent or attempt to prevent competition in such bidding or proposals by any means whatever. No person who desires to procure such work for himself or herself or for another shall prevent or endeavor to prevent anyone from making a bid or proposal therefore by any means whatever, nor shall such person so desiring the work cause or induce another to withdraw a bid or proposal for the work. (e) Before commencing the work, any person who procures such public work by bidding or proposal shall make an oath in writing that he or she has not directly or indirectly violated subsection (d) of this Code section. The oath shall be filed by the officer whose duty it is to make the payment. If the contractor is a partnership, all of the partners and any officer, agent, or other person who may have represented or acted for them in bidding for or procuring the contract shall also make the oath. If the contractor is a corporation, all officers, agents, or other persons who may have acted for or represented the corporation in bidding for or procuring the contract shall make the oath. If such oath is false, the contract shall be void, and all sums paid by the governmental entity on the contract may be recovered by appropriate action. STATE OF GEORGIA COUNTY OF _______________________ I do solemnly swear on my oath that, as to the Contract dated _______________________, 20________, between ___________________________________________________ and The Board of Public Education for the City of Savannah and the County of Chatham, Georgia, I have not directly or indirectly influenced or the attempted exertion of any influence on behalf of the firm on behalf of which this affidavit is made, in any way, manner, or form in the purchase of materials, equipment, or other items involved in construction, manufacture, or employment of labor under the aforesaid Contract by or on any employee, officer, or agent of the Board, or any person connected with SCCPSS in any way whatsoever and I have not directly or indirectly violated subsection (d) of OCGA 36-91-21. BY: ______________________________________________ Authorized Signature (BLUE INK PLEASE) _______________________________________________ Printed Name Title Sworn to and subscribed before me this Day of , 20 . ________________________________________ Notary Public My commission expires: ______________ (SEAL) NOTE: THE NOTARY SEAL MUST BE APPLIED UNDER GEORGIA LAW, WHETHER OR NOT THE LAW OF THE STATE WHERE EXECUTED PERMITS OTHERWISE. SOLICITATION FORM 7 RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction | Page 29 BID SECURITY FORM KNOW ALL BY THESE PRESENTS, That we, {Insert Contractors Legal Name and Address} as Bidder, hereinafter called the Principal, and {Insert Legal Name and Address of Surety}, a corporation duly organized under the laws of the State of {Insert State of Corporate Organization}, as Surety, are held and firmly bound unto: DISTRICT: Attention: Phone Number: Facsimile Number: as Obligee, hereinafter called the Obligee in the sum of ______________________________________________ (Not less than five percent of the Bid) Dollars ($ _______________________ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a Bid for: RFP # C24-01 (ESPLOST) CMR Services for Groves Athletic Fields and Fieldhouse Construction. NOW, THEREFORE, if the Obligee shall accept the Bid of the Principal and (1) the Principal shall enter into a Contract with the Obligee in accordance with the terms of such Bid, and the Principal shall execute the Contract and give such bond or bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) in the event of the failure of the Principal to enter such Contract and give such bond or bonds, and the Principal shall pay to the Obligee the difference not to exceed the difference hereof between the amount specified in said Bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said Bid; then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this _______ Day of _______________, 20___ Name of Contractor ______________________________________ _________________________________________________ By: [Insert Name of Contractors Principal] (Seal) Title; __________________________________________ Name of Surety: _________________________________________________ By: [Insert Name of Suretys Agent] (Seal)(*) Title: __________________________________________ (*) Attach Power of Attorney Sworn to and subscribed before me this ________ day of __________________, 20____. _____________________________________________ Notary Public My Commission expires this __________ day of ________________________, 20_____ SOLICITATION FORM 8 NOTE TO CONTRACTOR: Use of Suretys standard Bid Bond form is acceptable as long as it substantially complies with the following form.

208 Bull Street Savannah, GA 31401Location

Address: 208 Bull Street Savannah, GA 31401

Country : United StatesState : Georgia

You may also like

Turf Management for Athletic Fields

Due: 01 Dec, 2024 (in 7 months)Agency: Fauquier County

LYJO 290111 CMR SERVICES

Due: 30 Jun, 2025 (in 14 months)Agency: NATIONAL PARK SERVICE

ATHLETIC FIELDS IMPROVEMENTS FOR FRANCIS WALSH INTERMEDIATE SCHOOL

Due: 13 May, 2024 (in 14 days)Agency: Town of Branford

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.