(step i) request for qualificationslitigation history, financials, and other pertinent elements of...

21
(Step I) Request for Qualifications & (Step II) Request for Project Proposals/Bids (Using the Best Value Selection Process) To Provide Design, Fabrication, and Installation Services to Kennesaw State University Facilities Services 1000 Chastain Road Kennesaw, GA 30144 for “Digital Sign/Billboard” KSU Project No. 555-09-16 RFQ No.: 54300-15-027 January 29, 2015

Upload: others

Post on 23-Aug-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

(Step I)

Request for Qualifications

&

(Step II)

Request for Project Proposals/Bids

(Using the Best Value Selection Process)

To Provide

Design, Fabrication, and Installation Services

to Kennesaw State University

Facilities Services 1000 Chastain Road

Kennesaw, GA 30144

for

“Digital Sign/Billboard”

KSU Project No. 555-09-16 RFQ No.: 54300-15-027

January 29, 2015

Page 2: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

TABLE OF CONTENTS

I. REQUEST FOR QUALIFICATIONS (RFQ) Page 1

1. GENERAL PROJECT INFORMATION Page 1

2. OVERVIEW OF REVIEW PROCESS Page 3

3. SCHEDULE OF EVENTS (STEP I) Page 5

4. SUBMITTAL OF QUESTIONS AND REQUESTS FOR CLARIFICATION

Page 5

5. INSTRUCTIONS FOR PREPARING STATEMENTS OF QUALIFICATIONS

Page 6

6. PROPOSER’S DISCLOSURE STATEMENT Page 9

7. SUBMITTAL OF STATEMENTS OF QUALIFICATIONS Page 9

II. REQUEST FOR PROPOSALS (RFP) from Qualified Finalists Page 11

1. PROJECT INFORMATION Page 11

2. PROPOSAL REVIEW PROCESS Page 11

3. SCHEDULE OF EVENTS (STEP II) Page 12

4. PRE-PROPOSAL CONFERENCE Page 13

5. SUBMITTAL OF QUESTIONS AND REQUESTS FOR CLARIFICATIONS

Page 13

6. DRAWINGS AND SPECIFICATIONS

Page 13

7. TYPE OF CONTRACT Page 14

8. INSTRUCTIONS FOR PREPARING PROPOSALS Page 14

9. PROJECT PROPOSAL Page 15 10. SEALED PRICING PROPOSAL Page 17 11. SUBMITTAL OF PROJECT PROPOSAL AND SEALED PRICING PROPOSALS

Page 17

12. INTERVIEW FORMAT Page 18

13. ADDITIONAL TERMS AND CONDITIONS Page 18

Page 3: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

1 RFQ # 54300-15-027 / KSU Project No. 555-09-16

I. REQUEST FOR QUALIFICATIONS (RFQ) Contractor Services

Project No. 555-09-16, “Digital Sign/Billboard” Kennesaw State University, Kennesaw, Georgia

The Board of Regents of the University System of Georgia, by and on behalf of Kennesaw State University,

(“Owner/Using Agency”) is soliciting Statements of Qualifications and Sealed Proposals using the Best Value approach for

selection of a firm to provide Design, Fabrication, and Installation Services for Project No. 555-09-16, “Digital

Sign/Billboard”, (“Project”). This Request for Qualifications (RFQ) seeks to identify the most qualified potential providers

of the above-mentioned services. Some firms which respond to this RFQ, and who are determined by the Owner to be

especially qualified, may be deemed eligible and may be invited to offer Proposals for these services. The Owner may

then select the Proposal that offers the “best value” for the Using Agency based on published selection criteria and on its

ranking evaluation. All respondents to this RFQ are subject to instructions communicated in this document and additional

terms and conditions listed in the Owner’s Request for Proposals (RFP). Kennesaw State University reserves the right to

reject any or all statements of qualifications or proposals, and to waive technicalities and informalities at the discretion of

Kennesaw State University.

1. PROJECT INFORMATION

General Project Information

The objective of this Request for Proposal (RFP) is to obtain the services of a qualified firm to provide a turn-key

project for design, fabrication, and installation of an exterior stand-alone digital sign/billboard that achieves the

look of the concept drawing, refer to Attachment “C”, “KSU Digital Sign – Concept Design”. Proposed location of

the digital sign/billboard is shown on Attachment “D”, by the red box and “x” on KSU property at Big Shanty Road

and I-75. The digital sign/billboard is expected to be in place and operational no later than January, 2016.

a. Proposer will be expected to provide site specific certified engineering for the design with all structural and

aesthetic elements needed to achieve the final sign/billboard, with stamped drawings from Licensed

Professional Engineers (including Structural, Electrical and others that may be required).

b. Proposer shall provide all the necessary labor, materials, software, and equipment required to provide and

install the outdoor digital sign/billboard to include the necessary and required training to operate and maintain

the digital sign/billboard.

c. Proposer will be responsible for all ancillary equipment and materials.

d. Proposer must provide all necessary systems training for KSU staff. Upon completion of installation and

training, the provider shall turn over all operational control to KSU.

e. Proposer shall provide web-based software that shall allow user to update and/or change content in real time.

KSU staff must be able to edit, alter, reschedule and/or delete any and all content on an immediate need or

emergency basis. The new sign/billboard shall be able to operate on the same software platform as our existing

digital signage on campus, unless otherwise approved by KSU ITSS. In addition to hardware, installation

equipment must include and account for any and all i t e m s t h a t are required to schedule, deliver and

maintain all forms of content for all potential screen uses.

Page 4: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

2 RFQ # 54300-15-027 / KSU Project No. 555-09-16

f. Proposer will be required to meet with KSU ITSS personnel to discuss web-based and software requirements.

g. Proposer shall also outline all service equipment and utility needs that will be required by KSU and outline a plan

for payment/rental of such services if needed.

h. Proposer must provide detailed drawings/photos of the proposed digital sign/billboard and associated equipment

and the routes and sources of all power and data feeds for approval in hard copy and electronic format. At the

completion of the installation, provide as-built documents i n hard copy and in electronic format. Title to any

system infrastructure (cables, conduit, etc.) affixed to KSU property shall be transferred to KSU.

i. Proposer is encouraged to use environmentally-friendly, energy efficient materials and equipment. j. Proposer will be responsible for the methods of construction, safety, and the procurement, scheduling and

coordination of the work of all construction and miscellaneous trades and supply contracts required for completion

of the project within the bid price and schedule.

k. Proposer shall adhere to Attachment “A”, “Statement of Work”, and Attachment “B”, “KSU Supplementary

General Conditions”.

2. OVERVIEW OF REVIEW PROCESS

Selection of the Contractor will be a multi-step process. Notwithstanding actions required to protect the best interest

of Kennesaw State University, the review process and the subsequent selection of the general contractor will be by a

Selection Committee consisting of representatives of Kennesaw State University. By submitting a Statement of

Qualifications in response to this RFQ, the Respondent accepts the evaluation process has been designed to

maximize fairness and objectivity during the selection.

Step I- Qualifications Review, is initiated with this RFQ, which is issued for the purpose of acquiring Statements of

Qualifications from prospective firms. The Selection Committee will receive and review Statements of Qualifications

submitted in response to this RFQ. To be deemed eligible for evaluation, firms must meet the following minimum

qualifications:

Minimum Qualifications Required

Firm MUST have a safety Experience Modification Rate (EMR) average of less than 1.2 over the last three

years.

Firm MUST have sufficient bonding capacity to provide payment and performance bonds for the anticipated

total cost of work. (Total cost of work is estimated to be significantly less than $1 million).

The surety that will underwrite the bonds for the General Contractor MUST be included on the most recent

U.S. Treasury listing and MUST have an A.M. Best rating of A- or better and MUST be licensed to do

business in the State of Georgia.

Firm MUST have a current Contractor’s Public Liability Insurance policy, and must be insurable in the

following amounts: Bodily injury, including death- limits of $1,000,000 for each accident. Property damage-

limits of $1,000,000 for each accident and $2,000,000 for the aggregate of operations. (The Owner reserves

the right to require additional limits and/or coverage for actual contract.)

Page 5: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

3 RFQ # 54300-15-027 / KSU Project No. 555-09-16

Firm MUST have a current Builder’s Risk Insurance Policy or the ability to obtain a project specific Builder’s

Risk Insurance Policy for the project.

Firm MUST have all the necessary, valid and current licenses to do business in the State of Georgia as

issued by the respective State Boards and Government Agencies responsible for regulating and licensing the

services to be provided and performed.

All properly submitted Statements of Qualifications meeting the minimum qualifications stated above will be reviewed,

evaluated and ranked by the Selection Committee. It is envisioned that the initial review and evaluation of the

submittals will result in a shortlist of approximately four (4) finalists firms determined by the Selection Committee to be

especially qualified to perform as the Contractor for this Project in accordance with the qualification criteria herein and

these firms may be invited to participate in Step II of the selection process. The maximum number of points a

submittal can receive in the Step I evaluation is 100 points scaled on a percentage basis. The information criteria for

the evaluation of all submittals in Step I of the selection process found to be minimally compliant are listed below:

Criteria for Evaluation of Statements of Qualifications

30% Factor: Stability of the firm, including the firm’s corporate history, growth, resources, form of ownership,

litigation history, financials, and other pertinent elements of demonstrated stability. The firm must be

able to provide favorable financing options for one or more digital billboard signs.

50% Factor: Firm’s relevant project experience and qualifications, including the demonstrated ability of firm in

construction of facilities comparable in complexity, size, and function, for Owners such as the State of

Georgia and other similarly-structured organizations. This includes relevant and comparative

experience and qualifications of the firm’s Project Director, Project Manager and Superintendent. A

minimum of five years of similar project experience is required.

20% Factor: Firm’s suitability to provide services for project, including the firm’s apparent fit to the project type

and/or needs of the Owner, any unique qualifications for the project, current and projected workloads,

the proximity of office to project location, non-discrimination policies, and record of addressing public

safety, social, environmental concerns, accessibility for persons with disabilities and special needs,

and special services for project-related concerns. Experience incorporating sustainable practices into

project delivery will be considered.

Step II of the GC Selection will be initiated by the issuing the firms ranked highest in Step I of the selection process an

invitation to participate in the Step II (RFP) process. Finalist firms are required to submit a written Project Proposal

and a Sealed Pricing Proposal as instructed in the Owner’s RFP; and participate in an interview with the selection

committee. An overall ranking and apparent successful Contractor will be determined based upon a combination of

the submitted Project Proposal, interviews and the Sealed Pricing Proposal representing the overall combined Best

Value to the Owner. Any firms selected for Step II of this process will be provided with information needed to provide a

complete proposal. Various options of digital signs/billboards may be proposed and priced for the owner to consider at

that time.

Page 6: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

4 RFQ # 54300-15-027 / KSU Project No. 555-09-16

3. SCHEDULE OF EVENTS (STEP I)

The following Schedule of Events represents the Owner’s best estimate of the schedule that will be followed. All times

indicated are prevailing times in Atlanta, Georgia. The Owner reserves the right to adjust the schedule as the Owner

deems necessary.

4. SUBMITTAL OF QUESTIONS AND REQUESTS FOR CLARIFICATION

It is the responsibility of each respondent to examine the entire RFQ and RFP, seek clarification in writing, and review

its submittal for accuracy before submitting the document. Questions about any aspect of the RFQ, RFP, or the

project, shall be submitted in writing (e-mail is preferable) to:

Email: [email protected]

Andrew Yakimovich

Facilities Design and Construction Services

Kennesaw State University

Courier/FedEx/UPS:

1200 Chastain Road, Building 100, Suite 105,

Kennesaw, GA 30144-5591.

Please reference project name on sealed envelope.

USPS:

1200 Chastain Road

MD 3602

Kennesaw, GA 30144

Please reference project name on sealed envelope.

A. Deadlines. The deadline for submission of questions relative to the RFQ is the time and date shown in the

Schedule of Events (Section 3). All relevant questions and requests for clarification received by Kennesaw State

University and the corresponding responses will be posted on the Georgia Procurement Registry as an

STEP I (RFQ) Estimated Time Line

Event Projected

Date Projected

Time

a. Owner issues public advertisement of RFQ for a period of 30 days 01/29/2015 NA

b. Deadline for submission of written questions and requests for clarification (See 4. Submittals of questions and request for clarification below)

02/12/2015 2:00 PM

c. Deadline for submission of Statements of Qualifications 03/03/2015 2:00 PM

d. Owner completes Step I evaluation and issues Invitation to Finalist firms 03/12/2015 ----------

Page 7: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

5 RFQ # 54300-15-027 / KSU Project No. 555-09-16

attachment to the original solicitation for services. Once the submission deadline has passed, all submissions will

be final. The Owner will not request clarification from individual respondents relative to their submission, but

reserves the right to ask for additional information from all parties who have submitted qualifications.

B. Prohibition of Extraneous Communications. From the issue date of this solicitation until a successful proposer

is selected and the selection is announces, all parties are prohibited from communication in any manner or for any

reason with any members or employees of Kennesaw State University. Parties will be allowed to communicate

only as sanctioned by Kennesaw State University. Communications will be accepted as submission of questions

as instructed in the RFQ, or during the proposer’s conference (if applicable), or as provided by any existing work

agreement(s). For violation of this provision, the Owner shall reserve the right to reject the proposal of the

offending proposer.

5. INSTRUCTIONS FOR PREPARING STATEMENTS OF QUALIFICATIONS

Provide one (1) original, five (5) hard copies. Each submittal shall be identical and include a transmittal letter.

Submittals must be typed on standard (8 ½” x 11”) paper. The pages of the qualification submittals must be

numbered. A table of contents, with corresponding tabs, must be included to identify each section. Responses are

limited to twenty (20) two-sided pages or less using a minimum of an 11-point font. The transmittal letter will not count

as part of the page limit. Any exhibits, affidavits, or other enclosure information called for may be included in an

appendix and will not count toward the page limit. Submittals that include qualifications of more than one firm shall

not exceed the page limit. Such submittals shall be prepared with careful consideration to the limit. Each Statement of

Qualifications shall be prepared simply and economically, to provide a straightforward and concise delineation of

respondent’s capabilities. Emphasis must be on completeness, relevance, and clarity of content. To expedite the

review of submittals, it is essential that respondents follow the format and instructions outlined below. The content of

all Statements of Qualifications must be categorized and numbered as outlined below, and responsive to all requested

information:

STATEMENT OF QUALIFICATIONS

(DELIVERABLES “A”, “B”, and “C” FOR ALL FIRMS)

A. Description and Resources of Firm

A1. Provide basic company information: Company name, address, name of primary contact, telephone

number, fax number, e-mail address, and company website (if available). If the firm has multiple offices,

the qualification statement shall include information about the parent company and branch office

separately. Identify office from which project will be managed and this office’s proximity to the project

site. Provide form of ownership, including state of residency or incorporation, and number of years in

business. Is the offeror a sole proprietorship, partnership, corporation, Limited Liability Corporation

(LLC), joint venture, or other structure? For joint venture entities that have not undertaken at least two

projects together, each firm should submit its qualifications separately. Joint submittals are subject to

the same submittal page limit.

Page 8: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

6 RFQ # 54300-15-027 / KSU Project No. 555-09-16

A2. Briefly describe the history and growth of your firm(s). Provide general information about the firm's

personnel resources, including disciplines and numbers and classifications of current employees, and

locations and staffing of offices.

A3. List the firm’s annual average revenue for the past 5 years, provide firm’s current Ratio (Current

Assets/Current Liabilities) and supply main financial and banking references. (If the parent company’s

financial resources are not available to the office that will perform the contract, only the financials of the

office with the prospect of a contract with the Owner should be provided).

A4. Has the firm been involved in any litigation in the past five (5) years? Describe your experience with

litigation with Owners, Subcontractors and/or Architects. List any active or pending litigation and

explain. List any claims against your firm or against Owners where your firm is named.

A5. Has the firm or member thereof, ever been removed from a contract or failed to complete a contract as

assigned? Has the firm ever refused to sign a contract at the original bid amount submitted?

A6. Has the firm made payments of actual or liquidated damages in the last five years for failure to meet a

completion date? If so, provide explanation.

A7. Has a surety made payments on Payment or Performance Bonds on the firm’s account in the last five

years? If so, provide explanation.

A8. The firm, in order to be deemed eligible for further evaluation, must issue the following statement

asserting that the firm meets the minimum qualifications required for this project (supporting

documentation is required and can be included as an Appendix). The SIGNED statement shall

read and certify as follows:

a. We certify that our firm has sufficient bonding capacity to provide payment and performance

bonds for anticipated total cost of work.

b. Our firm has a current Contractor’s Public Liability Insurance policy, and our firm is insurable in

the following amounts: Bodily injury, including death- limits of $1,000,000 for each accident.

Property damage- limits of $1,000,000 for each accident and $2,000,000 for the aggregate of

operations. (The Owner reserves the right to require additional limits and/or coverage for actual

contract.)

c. The surety that will underwrite the bonds for the General Contractor MUST be included on the

most recent U.S. Treasury listing and MUST have an A.M. Best rating of A- or better and MUST

be licensed to do business in the State of Georgia.

d. Our Firm has a current Builder’s Risk Insurance Policy.

e. Firm MUST have a safety Experience Modification Rate (EMR) average of less than 1.2 over the

last three years.(Along with the signed statement required in A-6, submit a letter from the firm’s

insurance carrier stating the Workers Compensation Experience Modification Rate (EMR) for the

past three years).

f. Firm MUST have all the necessary, valid and current licenses to do business in the State of

Georgia as issued by the respective State Boards and Government Agencies responsible for

regulating and licensing the services to be provided and performed.

Page 9: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

7 RFQ # 54300-15-027 / KSU Project No. 555-09-16

B. Experience and Qualifications

B1. Provide professional qualifications and description of experience for proposed construction team,

including, at a minimum the following: Superintendent, Project Manager and Project Director. Firm’s

Project Director, Project Manager, and Superintendent shall have at least five (5) year's experience on

projects of similar scope and complexity as this project. (At this stage, firms may list more than one

person qualified and available for the proposed project. If the firm is selected as a finalist, the Owner

will request additional detailed information on the exact proposed expanded team and their relevant

experience in accordance with the (Step II) RFP.

B2. Provide information on the firm’s experience on projects of similar, size, function, and complexity

(similar type of construction, dollar value, facility purpose, delivery method, and sustainability features).

In particular, the Selection Committee is interested in the firm’s demonstrated experience. Describe no

more than five (5) and no less than three (3) projects, in order of most relevant to least relevant, which

demonstrate the firm's capabilities to perform the project at hand. For each project the following project

information should be provided:

a. Project name, location, dates during which services were performed, and photograph of project.

b. Brief description of project and physical description

c. Services performed by your firm and (if multiple offices) the location of the office involved.

d. Respective Owner’s stated satisfaction in construction and service of your firm. Provide any

Owner-written letters of reference/recommendation about the firm’s performance on the project.

Employees of Kennesaw State University may not be used as references.

e. List the names and roles of proposed team members identified in B1, if any, who participated in

these projects.

C. Statement of Suitability

C1. Provide a statement or specific information that may serve to differentiate the firm from other firms in

suitability for the project. Suitability may include, but is not limited to, the firm’s fit to the project and/or

needs of the Owner, any special or unique qualifications for the project, current and projected

workloads, the proximity of office to project location, and any techniques or methodologies offered by

the firm that may be particularly suitable for this project type.

C2. Provide non-discrimination policies and describe the firm’s record and methodologies of addressing

public safety, social, environmental, sustainability, historical preservation, accessibility for persons with

disabilities and special needs, or other related concerns.

C3. Organizational philosophy and mission of firm should be included in this section.

6. PROPOSER’S DISCLOSURE STATEMENT (REQUIRED)

All proposers should be aware that the project you are submitting a proposal on is a public project, and the Owner

(Kennesaw State University) is a public agency. Pursuant to the laws, rules and Executive Orders of the State of

Georgia, Kennesaw State University shall make every effort to avoid even the appearance of a conflict of interest or

Page 10: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

8 RFQ # 54300-15-027 / KSU Project No. 555-09-16

any impropriety in both the selection process for this project and the negotiation and performance of any resulting

contract. As part of any submittal you intend to make for this project, you must include a Disclosure Statement that

answers the following specific questions:

1) Describe any business transactions occurring within the prior two years between your firm and KSU, or the

ultimate end-user of the proposed project.

2) Describe any gift, loan, gratuity, discount, favor, hospitality, service, or benefit of any sort that your firm has

provided to KSU, or any employee of Kennesaw State University within the prior one-year period.

3) A conflict of interest is defined as any action, decision, or recommendation by a person acting in a capacity as a

public official, the effect of which would be to the private monetary or financial benefit or detriment of the person, the

person’s relative, or any business with which the person or a relative is associated. A potential conflict of interest is

defined as any action, decision, or recommendation by a person acting in a capacity as a public official, the effect of

which could be to the private monetary or financial benefit or detriment of the person, the person’s relative, or any

business with which the person or a relative of the person is associated. The potential conflict of interest is viewed

form the perspective of a reasonable person who has knowledge of the relevant facts. Based upon these two

definitions, describe any conflict of interest or potential conflict of interest that your firm has with KSU, or the ultimate

end-user of this project.

This Disclosure Statement should be dated and signed by an authorized signator for the Proposer. Only one (1)

original Disclosure Statement is required and should be submitted at the time the Statements of Qualifications are

submitted as a separate document under a separate cover. (Do not include the Disclosure Statement in the bound

Statements of Qualifications submittals).

7. SUBMITTAL OF STATEMENTS OF QUALIFICATIONS

Submit one (1) original, (CLEARLY MARKED), five (5) hard copies. Firms are reminded to submit the Proposer’s

Disclosure Statement as directed in section 6 above. All responses must be sealed in an opaque envelope or box,

and reference to the Project No. 555-09-16 on envelopes or boxes. Statements of Qualifications must be physically

received by the Owner prior to the deadline indicated in the Schedule of Events (Section 3 of RFQ) at the exact

address below:

Andrew Yakimovich

Facilities Design and Construction Services

Kennesaw State University

Courier/FedEx/UPS:

1200 Chastain Road, Building 100, Suite 105,

Kennesaw, GA 30144-5591.

Please reference project name on sealed envelope.

Page 11: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

9 RFQ # 54300-15-027 / KSU Project No. 555-09-16

USPS:

1200 Chastain Road

MD 3602

Kennesaw, GA 30144

Please reference project name on sealed envelope.

No submittals will be accepted after the time set for receipt. Statements of Qualifications submitted via facsimile or e-

mail will be rejected. Kennesaw State University reserves the right to reject any and all submittals.

Page 12: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

10 RFQ # 54300-15-027 / KSU Project No. 555-09-16

II. REQUEST FOR PROPOSALS (RFP) (From Qualified Finalists)

Contractor Services Project No. 555-09-16, “Digital Sign/Billboard” Kennesaw State University, Kennesaw, Georgia

To firms who have been issued notification as having been deemed eligible, Kennesaw State University, (“Owner/Using

Agency”), issues this Request for Proposals (RFP), for those firms to offer proposals for Contractor services for the

specific project. The Owner may then select the Proposal that offers the “best value” for the Using Agency based on the

published criteria and on its ranking evaluation.

1. GENERAL PROJECT INFORMATION

Refer to Section 1 of the Step I RFQ Document.

2. PROPOSAL REVIEW PROCESS

Step II of the Contractor Selection will be initiated by the issuing the firms ranked highest in Step I of the selection

process an invitation to participate in the Step II (RFP) process. Finalist firms are required to submit a written Project

Proposal, Sealed Pricing Proposal and Interview with the Selection Committee. An overall ranking and apparent

successful Contractor will be determined based upon a combination of the submitted Project Proposal, the Interview

and the Sealed Pricing Proposal representing the overall combined “Best Value” to the Owner. Approximately sixty

percent (40%) of the evaluation will be based on the Respondent’s Sealed Pricing Proposal; the remaining forty

percent (60%) will be attributed to the Respondent’s Project Proposal and Interview. The maximum number of points

any Respondent can receive is 100 points. The evaluation and scoring of all of the Respondent’s Project Proposals

and Interview will be completed prior to the evaluation of the Sealed Pricing Proposals. The criteria for the evaluation

are listed below:

Evaluation of Project Proposals and Interview (Non-Price Criteria) – up to 60 points

30% Factor: Qualifications of the Proposed Project Team: Includes the relevant project qualifications of the

firm and the major trade subcontractors, including the demonstrated ability of firm and its

subcontractors in construction of projects of similar facility size, type, and complexity; This

includes the relevant qualifications of the major trade subcontractors’ Project Managers and

Superintendents as well as the firm’s proposed personnel. Any professional engineers that will be

utilized by firm should also be included.

30% Factor Previous Performance of Proposed Project Team: Includes past experience of the proposed

project team working together (including work history with the proposed major trade

subcontractors) on projects of similar size, type and complexity as well as the level of quality of

Page 13: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

11 RFQ # 54300-15-027 / KSU Project No. 555-09-16

the services of the firm to previous customers and the customer’s statements of the that quality.

Past experience of the firm’s ability to meet established time requirements, the firm’s response to

project needs during construction, The Owner may use references from stakeholders of the

Owner’s choosing from previous projects of the finalists, among other information as necessary.

20% Factor: Quality of proposed Management Plan: Includes the firm’s cost and schedule management plan

during construction. Also includes work force place and the firm’s ability to resolve issues while

still completing the project within the time and cost budgeted. Include the firm’s quality assurance

program and the firm’s safety plan and site logistics plan.

20% Factor: Committee’s Overall Impression of the firm and the overall impression of key team members

(project manager, superintendent, project director, project executive, etc.) to engender confidence

in the ability of the firm to successfully complete the project within the time and cost budgeted,

including the effectiveness in communication of the team members during the interview process,

and the firm’s ability to effectively answer project questions and provide solutions during the

interview. This category also includes the Firm’s ability to provide services for the project,

including the firm’s apparent fit to the project type, needs of the Owner, and any unique

qualifications duly stated for the Project.

Evaluation of Sealed Pricing Proposal – up to 40 Points

Respondents will be awarded up to forty (40) points for the Sealed Pricing Proposal. The Pricing Proposal

representing the most favorable costs will be assigned a maximum of forty (40) points and all other Pricing Proposals

will receive a prorated cost score. Additional information regarding the preparation of the Pricing Proposal is included

in Section 10 below.

3. SCHEDULE OF EVENTS (STEP II)

The following Schedule of Events represents the Owner’s best estimate of the schedule that will be followed. All times

indicated are prevailing times in Atlanta. The Owner reserves the right to adjust the schedule as the Owner deems

necessary.

Page 14: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

12 RFQ # 54300-15-027 / KSU Project No. 555-09-16

4. PRE-PROPOSAL CONFERENCE

A pre-proposal conference will be conducted by the Owner, and attendance of all firms interested in proposing will be

mandatory. The date for the conference is provided in the “Schedule of Events”. The Owner will issue additional

information on the time and location of the mandatory pre-proposal conference to all Finalist Firms. Failure to attend

the mandatory conference may result in disqualification from the selection process.

5. SUBMITTAL OF QUESTIONS AND REQUESTS FOR CLARIFICATION

It is the responsibility of each respondent to examine the entire RFP, seek clarification in writing, and review its

submittal for accuracy before submitting the document. No oral interpretation will be made to proposers. Requests

for interpretation must be made in writing to the Procurement Services Representative. Failure on the part of the

successful proposer to request clarification shall not relieve him as Contractor of the obligation to execute such work

in accordance with a later interpretation by the Owner or Design Professional. Once the submission deadline has

passed, all submissions will be final. The Owner will not request clarification from individual respondents relative to

their submission, but reserves the right to ask for additional information from all parties who have submitted

qualifications. Questions about any aspect of the RFP, or the project, shall be submitted in writing (e-mail is

preferable) to:

Andrew Yakimovich, Director, Facilities Design & Construction Services

E-mail: [email protected]

The deadline for submission of questions relative to the RFP is the time and date shown in the Schedule of Events

(Section 3). Any clarifications or interpretations of this RFP that materially affect or change its requirements will be

issued by the Owner as an Addendum on the Georgia procurement Registry. It is the responsibility of all respondents

to obtain this information in a timely manner. All such Addenda issued by the Owner before at least five (five)

calendar days before the Proposals are due are part of this RFP, and respondents shall acknowledge receipt of each

Addendum to the RFP and /or the Bidding Documents in its Sealed Pricing Proposal

STEP II (RFP) Estimated Time Line

Event Projected

Date Projected

Time

a. Owner issues notice to finalist firms to propose as instructed in RFP 03/12/2015 ----------

b. Owner conducts Mandatory Pre-Proposal Conference 00/00/0000 TBD

c. Deadline for submission of written questions and requests for clarification

03/26/2015 2:00 PM

d. Deadline for submission of Sealed Pricing Proposals 04/02/2015 2:00 PM

e. Deadline for submission of Project Proposals 04/02/2015 2:00 PM

f. Interviews Week of

04/06/2015 TBD

Page 15: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

13 RFQ # 54300-15-027 / KSU Project No. 555-09-16

6. DRAWINGS AND SPECIFICATIONS

Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

Requirements consist of the Advertisement, the Request for Qualifications, the Request for Proposals, and the Sealed

Pricing Proposal Form. The proposed Contract Documents include the Form of Contract between the Owner and the

Contractor, Performance and Payment Bonds, General Requirements, Supplementary General Requirements, other

forms and exhibits identified in the Form of Contract, Drawings, Specifications, and all Addenda issued prior to receipt

of Proposals, and Change Orders issued after execution of the Contract.

The Advertisement, Request for Qualifications and Request for Proposals, the Sealed Pricing Proposal Form and all

Addenda will be posted on the Georgia Procurement Registry.

7. TYPE OF CONTRACT It is anticipated that the Owner will use the standard BOR Design-Bid-Build Construction Contract. The contract, if

awarded, will be on a lump sum basis. Kennesaw State University does not intend to modify any language contained

in the general requirements of the contract, and any significant exceptions proposed by a firm could lead to a firm

being deemed non-responsive.

8. INSTRUCTIONS FOR PREPARING PROPOSALS

Proposals shall be submitted as two (2) separate documents:

1) Project Proposals (Section 9), and

2) Sealed Pricing Proposals (Section 10).

Each submittal must be typed on standard (8½” x 11”) paper. The pages of the Project Proposal must be sequentially

numbered. A table of contents, with corresponding tabs, must be included to identify each section. Responses are

limited to forty (40) double-sided pages or less using a minimum of an 11-point font. The cover, table of contents,

divider sheets, exhibits, affidavits, or other enclosure information called for may be included in an appendix and will

not count toward the page limit. Submittals that include proposals of more than one firm shall not exceed the page

limit. Such submittals shall be prepared with careful consideration to the limit. Each Project Proposal shall be

prepared simply and economically, providing straightforward, concise delineation of respondent’s services. Fancy

bindings, colored displays, and promotional materials are not desired or encouraged. Emphasis must be on

completeness, relevance, and clarity of content. To expedite the review of submittals, it is essential that respondents

follow the format and instructions outlined below. The content of all Project Proposals must be categorized and

numbered as outlined in the Section 9, and responsive to all requested information. Failure to comply with all

requirements contained in this RFP may result in the rejection of the Proposal.

Page 16: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

14 RFQ # 54300-15-027 / KSU Project No. 555-09-16

9. PROJECT PROPOSAL

(DELIVERABLES “D”, “E”, and “F” FOR FINALIST FIRMS ONLY)

D. Qualifications and Experience of Project Team

D1- Provide resumes and descriptions of relative and specific similar project experience of each of the

proposed team members that will be directly involved in the project. Include as applicable: Project

Manager(s), Superintendent(s), Assistant Project Managers, Assistant Superintendents, Expeditors,

Project Scheduler, Quality Control Inspectors, Safety Coordinator, Foreman or critical position(s).

D2- For all personnel identified above, please provide his/her current status, when each team member will be

available to provide services for this project and percentage of the person’s time to be committed to this

project.

D3- Please identify the individual who, from project start to finish, will be the leader of your construction team

and the principal point of contact between your firm and the Owner, the Design Professional, and other

consultants. Provide detailed information on the qualifications of this individual and the direction,

authority, and management tools that will be provided to the individual by the firm. This individual’s

competence, his/her leadership, and his/her ability to achieve customer satisfaction will be heavily

considered in the selection of a general contractor.

D4- Provide an organizational chart showing the lines of responsibility and accountability for your team and

proposed sub-contractors. If a joint-venture, identify responsibility relationships, where there may be past

experience at such relationships, and levels of experience.

D7- For each of the examples which were included in your previous response to the RFQ, provide the

following information:

a) Provide an owner reference familiar with your performance on the project. (Please note that it is the

Proposer’s responsibility to provide current and accurate contact information for your references.)

E. Project Planning and Management Plan

E1- Describe your approach to assuring timely completion of this Project, including methods of schedule

recovery, including how you would make immediate revisions to the work force, work hours, material

deliveries or any other aspect of the work if necessary. From any of the projects listed in the response of

this RFP, provide examples of how these techniques were used, including specific scheduling

challenges/requirements and actual solutions.

E2- Provide a narrative description of your firm’s work plan and methodology anticipated for the Project.

Page 17: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

15 RFQ # 54300-15-027 / KSU Project No. 555-09-16

F. Quality Control and Job Safety

F1- Provide your quality assurance plan for this Project. Describe your firm’s approach for validating

compliance with the construction documents. Explain your process for ensuring quality workmanship.

Provide specific examples of how these techniques or procedures were used during any of the projects

listed in the response to this RFP.

F2- Describe your job site safety program for this Project and specific safety policies in which employees must

be in compliance.

10. SEALED PRICING PROPOSAL

The Owner will issue all Finalist Firms a “PRICING PROPOSAL” form. No Proposal may be withdrawn for a period of

one hundred twenty (120) days after the time and date Pricing Proposals are due (See Schedule of Events in Section

3). Proposals must be accompanied by a Proposal Bond made payable to the Owner in an amount equal to not less

than five (5) percent of the Proposal.

a. Proposer shall provide overall detailed proposed cost to KSU, to be broken down in design, fabrication and

installation categories, as well as any other (if applicable), proposed prices or rates, and anticipated cost savings,

stated payment terms, discounts and additional charges. Any items proposed that might result in an impact to

operation costs of the Owner will be a part of this evaluation.

b. KSU reserves the right to negotiate the modification of proposed terms and conditions with the Proposer offering

the best value KSU, in conjunction with the award criteria contained herein, prior to the execution of a contract to

ensure a satisfactory contract.

c. Modifications to the design and/or financial terms may be negotiated with the selected firm, including, but not

limited to, additional signs, design enhancements, additional services, lease options, etc.

11. SUBMITTAL OF PROJECT PROPOSALS AND SEALED PRICING PROPOSALS

Three (3) originals of the Pricing Proposal must be sealed in an opaque envelope with clear reference to Project No.

555-09-16 on the outside of the envelope. Base Bid pricing must meet all owner criteria including dimensions and

look of sign as shown on KSU Digital Sign Concept Drawing, dated January 22, 2009, that is included in this package.

Additive and deductive pricing options can be included. Option and terms to finance should also be included.

A total of six (6) identical copies of the Project Proposal, prepared in accordance with Section 8, with clear reference

to Project No. 555-09-16 on the outside of the envelope or box. The Owner will receive Pricing Proposals and Project

Proposals until 2:00 PM on April 2, 2014 at the exact address below:

Andrew Yakimovich

Facilities Design and Construction Services

Kennesaw State University

Page 18: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

16 RFQ # 54300-15-027 / KSU Project No. 555-09-16

Courier/FedEx/UPS:

1200 Chastain Road, Building 100, Suite 105,

Kennesaw, GA 30144-5591.

Please reference project name on sealed envelope.

USPS:

1000 Chastain Road

MD 3602

Kennesaw, GA 30144

Please reference project name on sealed envelope.

No submittals will be accepted after the time set for receipt. Kennesaw State University reserves the right to reject

any and all submittals.

12. INTERVIEW INFORMATION

Interview Format

All Finalist firms will be invited to interview with the Selection Committee within the time outlined in section 3,

“Schedule of Events”. Each firm will be notified in writing and informed of a place and time for the interview session.

The time allotted to each firm for the interview will not exceed 45 minutes to include: 5 minutes for setup, 20 minutes

for proposer presentation, 15 minutes for Committee questions, and 5 minutes for knockdown. Electronic

presentations, such as PowerPoint presentations, are allowed. The presentation may involve flip charts or boards

along with oral presentation. All members of the Selection Committee will be present during all of the presentations

and interviews. Firms are not allowed to address any questions, prior to the interview, to anyone other than

designated contact.

Interview Requirements

The intent of the formal interview process is to provide the Selection Committee with additional information from the

firm in order to make a final selection of the best-suited firm for the contract award. Firms should focus their

presentations on: their approach for the design and managing the construction, schedule, subcontractors and quality

on the project and any unique characteristics or services the firm offers. Firms are discouraged from reviewing

general company history and past experience previously submitted in Statements of Qualifications and/or Project

Proposals unless this information is particularly relevant to the presentation. All key personnel directly involved with

this project should be present at the interview including, at a minimum, the project manager and project executive. No

more than (3) representatives should be present.

13. ADDITIONAL TERMS AND CONDITIONS

13.1 Restriction of Communication

From the issue date of this (RFP) solicitation until a successful proposer is selected and the selection is

announced, proposers are not allowed to communicate for any reason with any members of the Selection Committee,

Page 19: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

17 RFQ # 54300-15-027 / KSU Project No. 555-09-16

the Using Agency, or the Design Professional, except for submission of questions as instructed in the RFP, or during

the proposer's conference, or as provided by any existing work agreement(s). For violation of this provision, the

Owner reserves the right to reject the proposal of the offending proposer. Please direct all inquiries to Andrew

Yakimovich, Director, Facilities Design and Construction Services.

13.2 Examination of Site

In undertaking the work under this Contract, the Contractor acknowledges that he has visited the Project Site and has

taken into consideration all observed conditions that might affect his work.

13.3 Surety and Insurance Companies

The Contract provides that the surety and insurance companies must be acceptable to the Owner. Only those

sureties listed in the Department of Treasury’s Listing of Approved Sureties (Department Circular 570) are acceptable

to the Owner. At the time of issuance, all insurance and bonds must be issued by a company licensed by the Georgia

Insurance Commissioner to transact the business of insurance in the State of Georgia for the applicable line of

insurance. Such company shall be an insurer (or, or qualified self insurers or group self insureds, a specific excess

insurer providing statutory limits) with an A.M. Best Financial Strength rating of “A-“ or better with an A.M. Best

Financial Size Category of Class V or larger.

13.4 Submittal Costs and Confidentiality

All expenses for preparing and submitting responses are the sole cost of the party submitting the response. The

Owner shall not be obligated to any party for reimbursement of expenses incurred in preparation, delivery or

managing of the proposal response. All submittals upon receipt become the property of the Owner. Labeling

information provided in submittals “proprietary” or “confidential”, or any other designation of restricted use will not

protect the information from public view. Subject to the provisions of the Open Records Act, the details of the proposal

documents will remain confidential until final award.

13.5 Owner’s Reservation of Rights

The Owner may evaluate the Proposals based on the anticipated completion of all or any portion of the Project. The

Owner reserves the right to divide the Project into multiple parts, to reject any and all Proposals and re-solicit for new

proposals, or to reject any and all Proposals and temporarily or permanently abandon the Project. Owner makes no

representations, written or oral, that it will enter into any form of agreement with any respondent to this RFP for any

project and no such representation is intended or should be construed by the issuance of this RFP.

13.6 Award Conditions

Upon receipt and review of responses, the Owner will determine the party (ies) and proposal that in the sole judgment

of the Owner represents the “best value” (if any is so determined), with respect to the evaluation criteria stated herein.

The Owner anticipates that the contract will be awarded to the “best value” firm.

Page 20: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

18 RFQ # 54300-15-027 / KSU Project No. 555-09-16

13.7 Sales Tax

Unless otherwise provided for in the Contract Documents, the Contractor shall include in his Pricing and Delivery

Proposal all sales taxes, consumer taxes, use taxes, and all other applicable taxes that are legally in effect at the time

set for receipt of proposals.

13.9 Employment of Georgia Citizens and Use of Georgia Products

The work provided for in this Contract is to be performed in Georgia. It is the desire of the Owner that materials and

equipment manufactured or produced in Georgia shall be used in the work and that Georgia citizens shall be

employed in the work at wages consistent with those being paid in the general area in which the work is to be

performed. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase

the cost of the work; nor shall the fulfillment of this desire be asserted by the Contractor as an excuse for any

noncompliance or omission to fulfill any obligation under the contract.

13.10 Trading with the State Statutes, Ethics

By submitting a proposal, the proposer certifies that the provisions of the law contained in O.C.G.A. Sections 45-10-20

to 45-10-71, which prohibit officials and employees of the states from engaging in certain transactions with the state

and state agencies, and the Governor’s Executive Orders governing ethics, have not and will not be violated in any

respect in regard to this contract and further certifies that registration and all disclosures required thereby have been

complied with.

13.11 Pricing Proposals

(a) Pricing Proposal Opening. There will not be a public opening of the Pricing Proposals.

(b) Pricing Proposal Submission. All proposals must be submitted on the Pricing Proposal issued by the Owner and

must be signed, notarized, and sealed by a notary public. All blanks for information entry in proposal forms submitted

to Owner should be filled. Blanks left unfilled constitute irregularities in the proposal and place the proposer at risk of

having the proposal rejected unless the Owner rules the irregularity to be an informality or technicality that the Owner

can waive. Numbers shall be written in English words and in Arabic numerals.

(c) Proposal Security. Proposals must be accompanied by a Proposal Bond made payable to the Owner in an

amount not less than five (5) percent of the Proposal Amount. Proposal bonds should be furnished on forms

accepted as standard by the insurance industry, but shall be substantially in accordance with the Proposal Bond Form

which will be issued by the Owner to all Finalist Firms.

(d) Withdrawal of Proposals. Proposals may be withdrawn by proposers prior to the time set for receipt of proposals.

After that date and time, no proposal may be withdrawn for a period of sixty (60) days after the time and date set for

receipt of proposals except as provided in O.C.G.A Section 13-10-22 (applicable error in calculation of bid).

Negligence or error on the part of any proposer in preparing his Pricing Proposal confers no right of withdrawal or

modification of his proposal after the time and date for receipt of proposals has passed except as provided by Georgia

law.

Page 21: (Step I) Request for Qualificationslitigation history, financials, and other pertinent elements of demonstrated stability. The firm must be able to provide favorable financing options

19 RFQ # 54300-15-027 / KSU Project No. 555-09-16

13.12 Reciprocal Preference Law

For the purposes of evaluation only, a proposer that resides in the State of Georgia will be granted the same

preference over proposers that reside in another State in the same manner, on the same basis, and to the same

extent that preference is granted in awarding bids for the same goods or services by such other State to proposers

that reside therein. For the purposes of this law, the definition of a resident proposer is one who maintains a place of

business with at least one employee inside the State of Georgia. A P.O. Box address will not satisfy this requirement.

13.13 Not Used

13.14 Small and Minority Business Enterprise

It is the policy of the State of Georgia that small businesses, female-owned businesses and minority businesses have

a fair and equal opportunity to participate in the State purchasing process. Therefore, the Owner encourages all small

businesses, female-owned businesses and minority-owned businesses to compete for contracts to provide goods,

services, and construction, and encourages contractors to solicit female-owned businesses and minority-owned

businesses in procuring subcontractors and suppliers. This desire on the part of the Owner is not intended to restrict or

limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that

seeks to include responsible businesses and provides ample opportunity for business growth and development.

Contractors and subcontractors who utilize qualified minority subcontractors may qualify for a Georgia state income tax

credits for qualified payments made to minority subcontractors. See O.C.G.A. Section 48-7-38.

13.15 Immigration Reform Compliance Requirement

The successful Proposer will be required to certify its compliance with the Immigration Reform and Control Act of

1986 (IRCA), D.L. 99-603 and the Georgia Security and Immigration Compliance Act OCGA 13-10-90 et seq. The

successful Proposer will also be required to warrant that Contractor has included a similar provision in all written

agreements with any subcontractors engaged to perform services under this Contract.

13.16 Statement of Agreement

With submission of a proposal, the Proposer agrees that he/she has carefully examined the Request for Proposal,

and the Proposer agrees that it is the Proposer’s responsibility to request clarification on any issues in any section of

the Request for Proposal with which the Proposer disagrees or needs clarified. The Proposer also understands that

failure to mention these items in the proposal will be interpreted to mean that the Proposer is in full agreement with

the terms, conditions, specifications and requirements therein. With submission of a proposal, the Proposer hereby

certifies: (a) that this proposal is genuine and is not made in the interest or on behalf of any undisclosed person, firm,

or corporation; (b) that Proposer has not directly or indirectly included or solicited any other Proposer to put in a false

or insincere proposal; (c) that Proposer has not solicited or induced any person, firm, or corporation to refrain from

sending a proposal.