fremont city schools 2008/multimedia/contractors... · 2009-12-03 · fremont city schools ... any...

27
FREMONT CITY SCHOOLS Contractor’s Open House December 3, 2009 New Middle School STRONG ACADEMICS STRONG CHARACTER STRONG COMMUNITY

Upload: ngohuong

Post on 11-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

FREMONT CITY SCHOOLS

Contractor’s Open HouseDecember 3, 2009

New Middle School

STRONG ACADEMICS ●

STRONG

CHARACTER ●

STRONG

COMMUNITY

Fremont City Schools: Dr. Traci McCaudy 1220 Cedar Street, Suite A

Fremont, Ohio 43420

(419) 332-6454

[email protected]

Construction Manager: Touchstone CPM

Chris Moore, PE, CCM, LEED AP

2301 Baton Rouge Avenue

Lima, Ohio 45805

(419) 228-7272

[email protected]

Architect: Fanning/Howey Associates, Inc.

Curt South

Steve Wilczynski, AIA, LEED AP

540 E. Market Street

Celina, Ohio 45822

(419) 586-7771

[email protected]

[email protected]

FREMONT CITY SCHOOLS Contractor’s Open House

This meeting is for informational purposes only. Interested bidders are encouraged to attend the scheduled pre-bid meeting.

Power point presentation is available at TCPM’s web site www.touchstonecpm.com

Additional information on some of the topics discussed today can be found at the OSFC website http:/osfc.ohio.gov/ under Construction Management Documents.

AGENDA

PROJECT OVERVIEW●

PRIME CONTRACTS●

TENTATIVE SCHEDULE●

DRAWING AND SPECIFICATIONS●

PROJECTED ESTIMATES OF WORK●

BID REQUIREMENTS (Bonding, Insurance, EDGE, etc.)●

BID AWARD PROCESS●

LEED REQUIREMENTS●

SUBCONTRACT BIDDING●

QUESTIONS

PROJECT OVERVIEW FANNING/HOWEY

PROJECT OVERVIEW FANNING/HOWEY

PROJECT OVERVIEW FANNING/HOWEY

PROJECT OVERVIEW FANNING/HOWEY

PROJECT OVERVIEW FANNING/HOWEY

PROJECT OVERVIEW FANNING/HOWEY

PRIME CONTRACTS

Prime Contracts to be bid in 2010 will be issued for the following categories:

General TradesRoofingFood ServicePlumbingFire SuppressionHVACElectrical

TENTATIVE SCHEDULE

►Project Advertisement:

End of January, 2010

► Pre-bid Meeting: February 4, 2010 1:00 pm

► Bid Opening:

February 18, 20101:00 pm

► Construction:

Early April start work

► Building Completion: October, 2011

FUTURE BID CATEGORIES

TO BE BID IN 2011

► Loose Furnishings

► Technology Equipment

► Demolition

DRAWINGS AND SPECIFICATIONS Drawings and Specifications will be available

from:Key Blue Prints

195 East Livingston AvenueColumbus, Ohio 43215

1-800-537-1907www.keycompanies.com

Drawings and Specifications will require a refundable deposit of $250.00 Drawings will be made available to Dodge and

Builders Exchange Plan Rooms

PROJECTED ESTIMATES OF WORK

General Trades

$12,000,000Roofing

$650,000

Food Service

$350,000Plumbing

$980,000

Fire Suppression

$320,000HVAC

$ 3,000,000

Electrical

$ 2,200,000

BID REQUIREMENTSBID SUBMISSION

Completed Bid Form with all addendums noted and fully executed.

Bond or Certified check.

CONDITIONS PRECEDENT FOR EXECUTION OF CONTRACT

Current Ohio Workers' Compensation Certificate;

Certificate of Insurance (ACORD form is acceptable) and copy of additional insured or loss payee endorsement. The School District Board reserves the right to request and receive a certified copy of the Contractor's insurance policies;

If the Bidder is a foreign corporation, i.e., not incorporated under the laws of Ohio, a Certificate of Good Standing from the Secretary of State showing the right of the Bidder to do business in the State;

If the Bidder is an individual or partnership, nonresident of the State, the Bidder must submit a Power of Attorney designating the Secretary of State as the Bidder's agent for the purpose of accepting service of summons in any action brought under ORC Section 153.05, or under ORC Sections 4123.01 to 4123.94, inclusive.

Affidavit of Delinquent Personal Property Tax (Form DPT).

Enrollment in good standing in the Ohio Bureau of Workers’ Compensation (“OBWC”) Drug-Free Workplace Program (“DFWP”) or an equivalent OBWC-approved DFWP in accordance with ORC Sections 153.03 through 153.031, inclusive, including placement of its employees in a pool with a random drug testing rate of at least 5%.

Commitment of EDGE Business Participation. By designation on the EDGE BP Form, the Bidder either indicates the intent to meet or exceed the participation goal of 5 percent of each Contract award amount, calculated as a portion of the Base Bid plus all accepted Alternates (Option A); or indicates the intent to meet a lesser participation percentage (Option B) which requires information about the Bidder’s good faith efforts to locate and engage the services of EDGE business enterprises in connection with the Project; or indicates the intent to fulfill the requirements of the approved local inclusion/diversity program (Option C).

Declaration Regarding Material Assistance/Nonassistance to a Terrorist Organization.

Certificate of Compliance with Affirmative Action Programs, issued by the Ohio Department of Administrative Services, Equal Opportunity Division. Application form and instructions for completing the form are available at: http://das.ohio.gov/eod/CC.htm.

Plumbing, electrical, hydronics, refrigeration, and heating, ventilating and air conditioning Contractors must submit proof of current licensing required by Applicable Law.

BONDINGBID GUARANTY AND CONTRACT BOND

The Bidder shall submit a Bid Guaranty with the Bidder’s Bid, payable to the School District Board and the Commission, in the form of either:

The signed Bid Guaranty and Contract Bond contained in the Contract Documents for the amount of the Base Bid plus all add Alternates; or

A certified check, cashier's check or letter of credit in the amount of ten (10) percent of the Base Bid plus all add Alternates. Any letter of credit shall expressly provide that it is revocable only by the School District Board.

The Bid Guaranty and Contract Bond must be signed by an authorized agent, with Power of Attorney, from a Surety. The Bid Guaranty and Contract Bond must be issued by a Surety licensed by the Ohio Department of Insurance to transact business in Ohio.

The requirements of ORC Section 3905.41 may be applicable requiring an Ohio resident agent to countersign the Bid Guaranty and Contract Bond. The Bidder shall determine the applicability of this provision .

Bid Guaranties will be returned to all unsuccessful Bidders ninety (90) days after the bid opening. Bid Guaranties in the form of a certified check, cashier’s check, or letter of credit shall be returned to the successful Bidder upon providing the Bond required by Applicable Law in form and substance, and from a Surety satisfactory to the School District Board and the Commission.

INSURANCELiability Insurance

The Contractor shall purchase and maintain a Commercial General Liability policy and Business Automobile Liability policy to provide insurance and limits as indicated below. An Umbrella or Excess Liability policy may be used to reach such limits.

Policy Limits – Commercial General Liability$2,000,000 General Aggregate (minimum – see below)$2,000,000 Products/Completed Operations Aggregate$1,000,000 Occurrence Limit (minimum – see below)$1,000,000 Personal and Advertising Injury Limit$ 100,000 Fire Legal Liability Limit$ 10,000 Medical PaymentsPolicy Limits – Business Automobile$ 500,000 Combined Single Limit

Contracts in the amount of $100,000 or less require coverage in the amount of not less than $2 million general aggregate and $1 million per occurrence.

Contracts in excess of $100,000, but not more than $5 million, require coverage in the amount of not less than $3 million general aggregate and $3 million per occurrence.

Contracts exceeding the amount of $5 million require coverage in an amount to be determined by the School District Board and identified in the Special Conditions, but in no case less than $5 million general aggregate and $5 million per occurrence.

Such policies shall be endorsed to provide that the General Aggregate Limit applies separately to each of the insured Contractor's projects.

For any demolition, blasting, excavating, tunneling, shoring or similar operations, the Contractor shall provide and maintain Property Damage Liability insurance with a limit of liability equal to such limit as specified in the applicable sections of general conditions.

Builders Risk Insurance

Owner will provide builders risk insurance, however, each contractor will be responsible for the deductable. The deductable will be stated in the bid documents.

EDGE

Encouraging Diversity, Growth and Equity

As its name suggests, the State of Ohio’s EDGE program provides an EDGE to small businesses by Encouraging Diversity, Growth and Equity in public contracting. EDGE is an assistance program for economically and socially disadvantaged business enterprises.

The overall goal of the EDGE program is to encourage, nurture and support the growth of economically and socially underutilized businesses to foster their development and increase the number of qualified competitors in the marketplace.

EDGE establishes goals for state agencies, boards and commissions in awarding contracts to certified EDGE eligible businesses. An EDGE participant must be a small socially and economically disadvantaged business enterprise owned and controlled by U.S. citizens who are Ohio residents. Additional information regarding EDGE is available at the EDGE Web Site at www.EDGE.ohio.gov

OSFC-funded construction projects first advertised after May 16, 2006 must incorporate the EDGE component into the project. The EDGE Participation Goal is 5% of the contract award amount unless otherwise stated.

Prime contractors interested in bidding on school facilities projects must:

Meet or exceed the 5% participation goal or demonstrate Good Faith Effort

COMMITMENT TO PARTICPATE

COMMITMENT TO PARTICIPATE IN THE

EDGE BUSINESS ASSISTANCE PROGRAM

Bidder: Mark only one option. Use “” or “X” to mark option included in Bid

If marking Option B, also show percentage of proposed participation.

Option A Bidder commits to meet or exceed the advertised EDGE Participation Goal of 5 percent

of the Contract award amount, calculated as a portion of the Base Bid plus allaccepted Alternates, by using certified EDGE Business Enterprise(s).

Bidder agrees that if selected for consideration of the Contract, it shall provide (if not

provided with the Bidder’s Bid) a Certified Statement of Intent to Contract and toPerform form for each certified EDGE Business Enterprise proposed for use by the Bidder if awarded the Contract for this Project.

Option B (also indicate percentage -- see text ) Bidder does not meet the advertised EDGE Participation Goal percentage, but, if

awarded the Contract for this Project, commits to provide ______ % of the Contract award amount, calculated as a portion of the Base Bid plus all accepted Alternates, by using certified EDGE Business Enterprise(s).

Bidder acknowledges it understands the requirement for it to provide and agrees to

provide, if selected for consideration of the Contract, a detailed Demonstration of Good Faith describing its efforts undertaken prior to submitting its Bid to meet the advertised EDGE Participation Goal percentage for the Contract for this Project.

Bidder agrees that if selected for consideration of the Contract, it shall provide (if not

provided with the Bidder’s Bid) a Certified Statement of Intent To Contract and ToPerform form for each certified EDGE Business Enterprise proposed for use by the Bidder if awarded the Contract for this Project.

Option C Bidder declares that the Bidder is a certified EDGE Business Enterprise and that if

awarded this Contract, the EDGE Participation percentage will be 100% of the Contract award amount.

FORM 28: EDGE PARTICIPATING DECLARTION

INPUT FORM NO 28: EDGE PARTICIPATION DECLARATION Certified Statement of Intent to Contract and Perform

Submit one fully-completed form for each EDGE Business Enterprise

Project Name and Location:

School District Name/County: A. Bidder Company Name: B. Certified EDGE Business Enterprise information (for project contract at ANY tier) Mark all that apply: __ Bidder __ Subcontractor __ Material Supplier __ Professional Services __ Goods/Services EDGE Business Name: EDGE Business Address: EDGE Business Federal Tax I.D. E-mail: Contact Person: Phone: ( ) Description of materials, supplies, labor, etc. to be provided by certified EDGE Business Enterprise (may use industry codes)

C. Certification of Intent By signing below, Bidder certifies that it intends to contract with the certified EDGE Business Enterprise for the portion of the Contract described above related to the Contract for this Project and for the estimated cost shown below. By signing below, the certified EDGE Business Enterprise certifies that it intends to contract with the Bidder and intends to provide the portion of the Contract described above related to the Contract for this Project for the estimated amount of: and /100 dollars ( $ ).

EDGE Business Enterprise Authorized representative name, title (print or type) Signature of authorized representative

Bidder Authorized representative name, title (print or type) Signature of authorized representative

BID AWARD PROCESS 1BID EVALUATION PROCEDURE

The Contract will be awarded to the lowest responsive and responsible Bidder as determined in the discretion of the School District Board, with the approval of the Commission, or all Bids may be rejected in accordance with Applicable Law.

In determining whether a Bidder is responsible, factors to be considered include, without limitation:

Whether the Bidder’s Bid responds to the Contract Documents in all material respects and contains no irregularities or deviations from the Contract Documents that would affect the amount of the Bid or otherwise give the Bidder a competitive advantage.

Preferences required by law;

The experience of the Bidder;

The financial condition of the Bidder;

The conduct and performance of the Bidder on previous contracts;

The facilities of the Bidder;

The management skills of the Bidder

The Bidder’s ability to execute the Contract properly, including past performance of the Bidder and the Subcontractors that the bidder proposes to use on the Project

A Bidder’s compliance with the EDGE participation goals or the requirement to make a good faith effort to locate and engage the services of EDGE business enterprises in connection with the Project;

Whether a finding for recovery has been issued by the Auditor of State for the Bidder and that finding is unresolved.

BID AWARD PROCESS 2The Construction Manager shall obtain from the lowest Bidder and such other Bidders as the Construction Manager determines to be appropriate any information appropriate to the consideration of factors showing responsibility, including without limitation the following:

Overall experience of the Bidder, including number of years in business under present and former business names;

Complete listing of all ongoing and completed public and private construction projects of the Bidder in the last three years, including the nature and value of each contract and a name/address/phone number for each owner;

Complete listing of any public or private construction projects for which the Bidder has been declared in default; also, any EPA, OSHA or other regulating entity issues or citations in the last ten (10) years;

Certified financial statement and bank references;

Description of relevant facilities of the Bidder;

Description of the management experience of the Bidder’s project manager(s) and superintendent(s);

Complete list of major Subcontractors with an estimated contract value of $250,000 or more, which the Bidder proposes to employ on the Project;

BID AWARD PROCESS 3

The school district, through the construction manager, will meet with each low bidder to conduct a thorough review to verify that the bidder has included all specified work in its bid amount and has the resources and manpower to complete the work.

Construction Manger, in conjunction with the AE, make recommendations to the school board on contract awards.

School district makes contract awards by formal action at a school board meeting.

LEED

o Leadership in Energy and Environmental Design

o LEED is an internationally recognized green building certification system, providing third-party verification that a building or community was designed and built using strategies aimed at improving performance across all the metrics that matter most: energy savings, water efficiency, CO2 emissions reduction, improved indoor environmental quality, and stewardship of resources and sensitivity to their impacts.

o Developed by the U.S. Green Building Council (USGBC), LEED provides building owners and operators a concise framework for identifying and implementing practical and measurable green building design, construction, operations and maintenance solutions.

o Fremont Middle School is seeking the highest level of certification offered through the USGBC of Platinum.

o Contractors will be assigned specific LEED duties and be required to compile the necessary documentation required for submission to the USGBC.

SUBCONTRACT BIDDING

Sub bids for trade work and material go directly to prime contractors.

TCPM, Fanning/Howey, and Fremont City Schools do not receive bids from subcontractors.

Current Plan Holders List will be kept by the printing company, Key Blue Prints

QUESTIONS & ANSWERS