Sie sind auf Seite 1von 80

Benjamin Franklin Educational Foundation, Inc.

Request for Services


OWNERS PROJECT MANAGER SERVICES
Franklin, Massachusetts

Submission Deadline December 5, 2014

Please submit your qualifications to:


Donald Tappin
President, Benjamin Franklin Educational Foundation, Inc.
Benjamin Franklin Classical Charter Public School
201 Main St, Franklin, MA 02038

REQUEST FOR OWNERS PROJECT MANAGEMENT SERVICES (RFS)


1.

Introduction

The Benjamin Franklin Educational Foundation, Inc., (Owner) is seeking the services of a qualified Owners Project Manager
as defined in Massachusetts General Laws Chapter 149, Section 44A and as further defined by the provisions of this RFS, to
provide Project Management Services for the feasibility study, design, construction of a new facility for use by Benjamin Franklin
Classical Charter Public School to be opened in June 1, 2016 in Franklin Massachusetts or a contiguous community (Project).
The Owner is requesting the services of an Owners Project Manager to represent the Owner during a review of the schools strategic
plan, and schematic design phases of the Project initially.
The selection of a designer by the Massachusetts Designer Selection Board (DSB), financing, the contract between the Owner and
the Owners Project Manager may be amended to include continued Project Management Services through design development,
construction documents, bid and award, construction and final closeout of the potential Project. The Owner reserves the right not to
contract with the OPM for continued Project Management Services.
The potential approved Project may include a renovation of an existing facility or new construction (See Attachment A). The
estimated total project costs of an approved potential Project may range from $20 Million to $25 Million depending on the site
and the facility to be renovated or constructed.
Copies of the RFS are available at:
Charter School Support Services, Inc.
1661 Worcester Road
Suite 203
Framingham, MA 01701
www.csssinc.org

Benjamin Franklin Classical Charter Public School


201 Main St, Franklin, MA 02038
Or via email at cmelendy@csssinc.org
2.

Background

Benjamin Franklin Classical Charter Public School (BFCCPS) opened in 1995 as a Commonwealth Charter School. The mission
of BFCCPS is to assist parents in their role as primary educators of their children by providing the children with a classical
academic education coupled with sound character development and community service. The schools current five-year charter will
be subject to renewal in 2015.
On March 23, 2014, the Massachusetts State Board of Education approved BFCCPS request to become a Regional Charter
School serving: Franklin, Bellingham, Blackstone/Millville, Holliston, Hopedale, Medway, Mendon/Upton, Milford, Millis,
Norfolk, Plainville, Walpole and Wrentham. BFCCPS enrollment will increase from 450 to 900 students over the next several
years.
On October 29, 2014 the Board of Trustees issued an RFP Real Property Acquisition with a proposal deadline of December 1,
2014.

3.

Project Description, Objectives and Scope of Services

The Owner is seeking services of an Owners Project Manager (OPM) to:


A. Phase One
1. Review the schools strategic plan and proposed education program.
2. Evaluate the responses to the RFP for Real Property Acquisition.
3. Recommend by the end of the schematic design phase either a Design/Bid/Build (DBB), or Construction Manager
(CM) at risk delivery method for the Project.
4. Develop a preliminary Project Budget.
5. Develop a preliminary Project Schedule.
B. Phase Two Pre Construction Tasks for the OPM
1. Assist with the selection of Designer Selection Process as required by M.G.L c 7C.
2. If the CM approach is selected, administer the selection of Construction Manager as described in the Construction
Manager At Risk section of M.G.L. c.149.
3. If DBB is selected, administer the selection of the General Contractor (GC) and sub-contractors as required by
M.G.L. c.149. Section 44 D.
4. Administer the relationship between the Designer/Architect and the CM or GC including:
a. Managing the project design to insure compliance with BFCCPS program requirements.
b. Review design plans and specifications and provide value engineering to ensure that the project costs do not exceed
the Project Budget.
c. In the design review phase, make recommendations to the Owner for the MEP (mechanical, electrical
and plumbing) components for the building that will reduce owner-operating costs.
d. Update the Project Budget at 25%, 50%, 90% and 100% of the design drawings.
e. If the CM approach is selected in Phase One, negotiate the Guaranteed Maximum Price (GMP) or if the DBB
approach is chosen then oversee the bidding and contract award process.
f.

Assist and advise the Owner on drafting of the construction contract including all costs and conditions.

g. Serve as a member of any Prequalification Committee(s) for general bidders or filed sub bidders.
5. Assist the Owner with the permitting of the project with City and State officials, as needed. Follow up with all
permitting requirements with all public authorities in order to complete the permitting process in a timely manner.

C. Phase Three- Project Construction Management Tasks for the OPM


1. Administer the Construction Process in its entirety. The OPM responsibilities include:
a. Develop a detailed final Project Budget, updated monthly, and report variances to the Owner.
b. Develop a detailed Project Schedule, updated monthly, and report any variances to the Owner.
c. Attend and report on all Job Meetings.
d. Coordinate and schedule all project site visits and inspections by the Project Architects, Engineers and others.
e. Review all invoices and requisitions for the Owner and make recommendations for modifications, if any, for
payment.
f. Review all Change Orders (CO) and negotiate a fair resolution of disputes regarding compliance with
plans and specifications as well as fair pricing for Change Orders.
g. Assist the Owner, or the Owners designated representative, with specifications, procurement and pricing for
interior Furniture, Fixtures and Equipment (FFE) that will be required in the interior of the building.
h. Assist Owner, or the Owners representative, with specifications, procurement, pricing and installation for
all technology equipment in the building.
i.

Coordinate with the Owner, or the Owners representative, the installation of FFE and technology.

j.

Manage the Final Punch List and Closing Out process to insure full project completion and
compliance with Plans and Specifications.

k. Make sure that the Final Close Out will not compromise the integrity of any Warranties.
l.

Schedule systems training with Owners representatives.

m. Collect as builts and manuals for use by Owner.


n. Schedule a one-year warranty walk through.
4.

Expected Direction of the Project


A.

Review of proposals for acquisition of real property,


schools strategic plan and education program.

1 month

B.

Schematic Design Phase

1 month

C.

Design Development/Construction Documents/Bidding Phase

4 months

D.

Construction Phase

12 months

5.

Minimum Requirements and Evaluation Criteria:


A.

Minimum Requirements:

In order to be eligible for selection, each Respondent must certify in its cover letter that it meets the following minimum
requirements. Any Response that fails to include such certification in its response, demonstrating that these criteria have
been met, will be rejected without further consideration.
Each Respondent must designate an individual who will serve as the Project Director. The Project Director shall be
certified in the Massachusetts Certified Public Purchasing Officer Program as administered by the Inspector General
of the Commonwealth of Massachusetts and must meet the following minimum requirements:

B.

The Project Director shall be a person who is registered by the Commonwealth of Massachusetts as an architect or
professional engineer and who has at least 5 years experience in the construction and supervision of construction
and design of public buildings: or,
If not registered as an architect or professional engineer, the Project Director must be a person who has at least
seven (7) years experience in the construction and supervision of construction and design of public buildings.
Evaluation Criteria

In addition to the minimum requirements set forth above, all Respondents must demonstrate that they have significant
experience, knowledge and abilities with respect to public construction projects, particularly involving the
construction and renovation of public schools in Massachusetts. The Owner will evaluate Responses based on criteria
that shall include, but not be limited to, the following:
1.

Past performance of the Respondent, if any, with regard to public, private, Massachusetts Department of
Elementary and Secondary Education (DESE) funded and non-funded Massachusetts School Building
Authority funded school projects and Commonwealth Charter school projects as evidenced by:
a. Documented performance on previous projects as set forth in Attachment C, including the
number of projects managed, project dollar value, number and percentage completed on time,
number and dollar value of change orders, average number of projects per project manager per
year, number of accidents and safety violations, dollar value of any safety fines, and number and
outcome of any legal actions;
b. Satisfactory working relationship with designers, contractors and Owners.

2.

Thorough knowledge of the Massachusetts State Building Code, regulations related to the Americans with
Disabilities Act, and all other pertinent codes and regulations related to successful completion of the project.

3.

Thorough knowledge of Commonwealth construction procurement laws, regulations, policies and procedures
with both DBB and CM methodologies.

4.

Management approach: The Respondents approach to providing the level and nature of services required as
evidenced by proposed project staffing for a potential (hypothetical) proposed project for new construction
or renovations of up to 120,000 square feet of space; proposed project management systems; effective
information management; and examples of problem solving approaches to resolving issues that impact time
and cost.

5.

Key personnel: Provide an organizational chart that shows the interrelationship of key personnel to be
provided by the Respondent for this project and that identifies the individuals and associated firms (if any)
who will fill the roles of Project Director, Project Representative and any other key roles identified by the
Respondent, including but not limited to roles in design review, estimating, cost and schedule control.
Specifically, describe the time commitment, experience and references for these key personnel including
5

relevant experience in the supervision of construction of several projects that have been either successfully
completed or are in process that are similar in type, size, dollar value and complexity to the project being
considered.
6.

Capacity and skills: Identify existing employees by number and area of expertise (e.g. field supervision, cost
estimating, schedule analysis, value engineering, constructability review, quality control and safety).
Identify any services to be provided by Sub consultants.

7.

Identify the Respondents current and projected workload for projects estimated to cost in excess of $1.5
million.

8.

Thorough knowledge and demonstrated experience with life cycle cost analysis, cost estimating, value
engineering with actual examples of recommendations, and associated benefits to Owners.

9.

Financial Stability: Provide current balance sheet and income statement as evidence of the Respondents
financial stability and capacity to support the proposed contract.

In order to establish a short list of Respondents to be interviewed, the Owner will base its initial ranking of Respondents on the
above Evaluation Criteria. The Owner will establish its final ranking of the short-listed Respondents after conducting interviews
and reference checks.

6.

General Information

The Owner reserves the right to consider any other relevant criteria that it may deem appropriate, within its sole discretion. The
Owner may or may not, within its sole discretion, seek additional information from Respondents.
This Request for Services, any addenda issued by the Owner, and the selected Respondents response, will become part of the
executed contract. The key personnel that the Respondent identifies in its response must be contractually committed for the
Project. No substitution or replacement of key personnel or change in the Subconsultants identified in the response shall take
place without the prior written approval of the Owner.
The selected Respondent(s) will be required to execute a Contract for Project Management Services with the Owner in the form
that is attached hereto as Attachment A and incorporated by reference herein. Prior to execution of the Contract for Project
Management Services with the Owner, the selected Respondent will be required to submit to the Owner a certificate of insurance
that meets the requirements set forth in the Contract for Project Management Services.
Prior to execution of the Contract for Project Management Services, the fee for services shall be negotiated between the Owner
and the selected Respondent to the satisfaction of the Owner, within its sole discretion. The initial fee structure will be negotiated
through the Feasibility Study and Schematic Design Phase. The selected Respondent, however, will be required to provide pricing
information for all Phases specified in the Contract at the time of fee negotiation.
7.

Selection Process and Selection Schedule

The Owner will appoint an OPM Selection Committee that will include members of the Benjamin Franklin Educational
Foundation, school administration, faculty and staff, community members and Charter School Support Services. The OPM
Selection Committee will review all proposals submitted and then evaluate the proposals based on the criteria listed in section 5
above and the documentation provided by the Respondent. The OPM Selection Committee will develop a list of three potential
vendors for in person interviews. The OPM Selection Committee will then complete an additional review of the three vendors
using the criteria set forth in Section 5 above.
The OPM Selection Committee will then recommend the list of vendors to the Owner based on the ranking.
The Owner will commence fee negotiations with the first-ranked selection. If the Owner is unable to negotiate a contract with the
first-ranked selection, the Owner will then commence negotiations with its second-ranked selection and so on, until a contract is
successfully negotiated and approved by the Owner.

November 19, 2014: Advertise RFS in Central Register of the Commonwealth of Massachusetts and MetroWest Daily News.
November 24, 2014: Last day for questions from Respondents
December 5, 2014: Responses due
December 8, 2014: Respondents short-listed
December 15, 2014: Interview short-listed Respondents
December 22, 2014: Negotiate with selected Respondent
December 29, 2014: Execute contract
8.

Copies of the RFS are available at:


A. On or after November 18, 2014 from:
Charter School Support Services, Inc.
1661 Worcester Road
Suite 203
Framingham, MA 01701
www.csssinc.org
Benjamin Franklin Classical Charter Public School
201 Main St, Franklin, MA 02038
Or via email at cmelendy@csssinc.org
B. Any questions concerning this Request for Services must be submitted in writing to:
Michael Ronan
Charter School Support Services
1661 Worcester Road
Suite 203
Framingham, MA 01701
mronan@csssinc.org
by the close of business on November 24, 2014.
C. Sealed Responses to the Requests for Services for Owners Project Manager Services must be clearly labeled Owners
Project Management Services for Benjamin Franklin Classical Charter Public School and delivered to:
Donald Tappin
President Board of Trustees
Benjamin Franklin Educational Foundation, Inc.
201 Main St, Franklin, MA 02038
no later than 5:00 PM local time on December 5, 2014. The Owner assumes no responsibility or liability for late
delivery or receipt of Responses. All responses received after the stated submittal date and time will be judged
unacceptable and will be returned unopened to the sender. Faxed or emailed responses will not be accepted.
D. Requirements for content of response:
Submit ten (10) hard copies of the response to this Request for Services and one electronic version in PDF format on CD.
All responses shall be:
1. In ink or typewritten;
2. Presented in an organized and clear manner
7

3. Must include the required forms in Attachments A- G


4. Must include all required certifications
5. Must include the following information
a. Cover letter shall be a maximum of two pages in length and include:

An acknowledgement of any addendum issued to the RFS.

An acknowledgement that the Respondent has read the Request for Services. Respondent shall note
any exceptions to the RFS in its cover letter.

An acknowledgement that the Respondent has read the Standard Contract. Respondent shall note
any exceptions to the Standard Contract in its cover letter.

A specific statement regarding compliance with the minimum requirements identified in Item 5 of
this Request for Services to include identification of registration, number of years of experience and
where obtained (as supported by the resume section of Attachment C), as well as the date of the
MCCPO certification. (A copy of the MCCPO certification should be attached to the cover letter).

A description of the Respondents organization and its history.

The signature of an individual authorized to negotiate and execute the Contract for Project
Management Services, in the form that is attached to the RFS, on behalf of the Respondent.

The name, title, address, e-mail and telephone number of the contact person who can respond to
requests for additional information.

A list of 5 references with contact information.

b. Selection Criteria: The response shall address the Respondents ability to meet the Selection Criteria Section
including submittal of additional information as needed.
c. Respondents may supplement this proposal with graphic materials and photographs that best demonstrate its
project management capabilities of the team proposed for this project. Limit this additional information to a
maximum of 3 - 8 x 11 pages, double-sided.
9.

Payment Schedule and Fee Explanation:

The Owner will negotiate the fee for services dependent upon an evaluation of the level of effort required, job complexity,
specialized knowledge required, estimated construction cost, comparison with past project fees, and other considerations. As
construction, cost is but one of several factors, a final construction figure in excess of the initial construction estimate will not, in and
of itself, constitute a justification for an increased Owners Project Manager fee.

10.

Other Provisions

A. Public Record
All responses and information submitted in response to this RFS are subject to the Massachusetts Public Records Law,
M.G.L. c. 66, 10 and c. 4, 7 (26). Any statements in submitted responses that are inconsistent with the provisions of
these statutes shall be disregarded.
B. Waiver/Cure of Minor Informalities, Errors and Omissions
The Owner reserves the right to waive or permit cure of minor informalities, errors or omissions prior to the selection of a
Respondent, and to conduct discussions with any qualified Respondents and to take any other measures with respect to
this RFS in any manner necessary to serve the best interest of the Owner and its beneficiaries.
C. Communications with the Owner

Benjamin Franklin Classical Charter Public School Procurement Officer is:


8

Jennifer Powell

Benjamin Franklin Classical Charter Public School


201 Main St, Franklin, MA 02038
D. Respondents that intend to submit a response are prohibited from contacting any of Benjamin Franklin Classical Charter
Public School staff. An exception to this rule applies to Respondents that currently do business with the Benjamin
Franklin Classical Charter Public School, but any contact made with persons other than the Procurement Officer must be
limited to that business, and must not relate to this RFS. Respondents shall not discuss this RFS with the Owners legal
counsel or other advisors.
FAILURE TO OBSERVE THIS RULE MAY BE GROUNDS FOR
DISQUALIFICATION.
E. Costs
The owner will not be liable for any costs incurred by any Respondent in preparing a response to this RFS or for any other
costs incurred prior to entering into a Contract with an Owners Project Manager.
F. Withdrawn/Irrevocability of Responses
A Respondent may withdraw and resubmit their response prior to the deadline. No withdrawals or re-submissions will be
allowed after the deadline.
G. Rejection of Responses, Modification of RFS
The Owner reserves the right to reject all responses if the Owner determines, within its own discretion, that it is in the
Owners best interests to do so. This RFS does not commit the Owner to select any Respondent, award any contract, pay any
costs in preparing a response, or procure a contract for any services. The Owner also reserves the right to cancel or modify
this RFS in part or in its entirety, or to change the RFS guidelines. A Respondent may not alter the RFS or its components.
H. Subcontracting and Joint Ventures
Respondents intention to subcontract, or partner, or joint venture with other firm(s), individual or entity must be clearly
described in the response.
I.

Validity of Response

Submitted responses must be valid in all respects for a minimum period of ninety (90) days after the submission deadline.
ATTACHMENTS:
Attachment A: Contract for Owners Project Management Services
Attachment B: Evaluation Criteria
Attachment C: OPM Application Form
Attachment D-G: Required Certifications

ATTACHMENT A
PROPOSED CONTRACT WITH ADDENDA OPTIONS

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

ATTACHMENT B

EVALUATION CRITERIA

Rating System: The following rating system will be used by the OPM Selection Committee to evaluate responses received that
have been determined to meet the minimum evaluation criteria listed above. Any responses that do not meet any of the minimum
evaluation criteria will be judged unacceptable and not reviewed further.
Projector Director Must Meet At Least One Criteria

Check Box (es) Based on Documentation


Submitted

1. The Project Director shall be a person who is


registered by the Commonwealth of
Massachusetts as an architect or professional
engineer and who has at least 5 years
experience in the construction and supervision
of construction and design of public buildings
2. If not registered as an architect or professional
engineer, the Project Director must be a person
who has at least seven (7) years experience in
the construction and supervision of construction
and design of public buildings.

In addition to the minimum requirements set forth above, all Respondents must demonstrate that they have significant experience,
knowledge and abilities with respect to public construction projects, particularly involving the construction and renovation of
public schools in Massachusetts. The Owner will evaluate Responses based on criteria that shall include, but not be limited to, the
following:
Rating is on a scale of zero (disqualified) to 10 (high) based on the documentation submitted. Respondents will be initially ranked
by the total weighted score of all raters with the highest score is the top Respondent.

1.

Rater Name:___________ Date:______________


Criteria 1 Rating 0-10
Past performance of the Respondent, if any, with regard to public, private, DESE
funded and non-funded Massachusetts School Building Authority funded school
projects and Commonwealth Charter school projects as evidenced by:

Score

A. Documented performance on previous projects as set forth in Attachment


C, including the number of projects managed, project dollar value,
number and percentage completed on time, number and dollar value of
change orders, average number of projects per project manager per year,
number of accidents and safety violations, dollar value of any safety
fines, and number and outcome of any legal actions.
B. Satisfactory working relationships with designers, contractors and
Owners.

2.

3.

Criteria 2 Rating 0-10


Thorough knowledge of the Massachusetts State Building Code, regulations
related to the Americans with Disabilities Act, and all other pertinent codes and
regulations related to successful completion of the project.
Criteria 3 Rating 0-10
Thorough knowledge of Commonwealth construction procurement laws,
regulations, policies and procedures with both DBB and CM methodologies.

1.

2.

65

4.

5.

6.

7.

8.

9.

Criteria 4 Rating 0-5


Management approach: Describe the Respondents approach to providing the
level and nature of services required as evidenced by proposed project staffing for
a potential (hypothetical) proposed project for new construction or renovations of
up to 120,000 square feet of space; proposed project management systems;
effective information management; and examples of problem solving approaches
to resolving issues that impact time and cost.
Criteria 5 Rating 0-8
Key personnel: Provide an organizational chart that shows the interrelationship of
key personnel to be provided by the Respondent for this project and that identifies
the individuals and associated firms (if any) who will fill the roles of Project
Director, Project Representative and any other key roles identified by the
Respondent, including but not limited to roles in design review, estimating, cost
and schedule control. Specifically, describe the time commitment, experience and
references for these key personnel including relevant experience in the
supervision of construction of several projects that have been either successfully
completed or in process that are similar in type, size, dollar value and complexity
to the project being considered.
Criteria 6 Rating 0-8
Capacity and skills: Identify existing employees by number and area of expertise
(e.g. field supervision, cost estimating, schedule analysis, value engineering,
constructability review, quality control and safety). Identify any services to be
provided by Sub consultants.
Criteria 7 Rating 0 - 5
Identify the Respondents current and projected workload for projects estimated
to cost in excess of $1.5 million.
Criteria 8 Rating 0 - 8
Thorough knowledge and demonstrated experience with life cycle cost analysis,
cost estimating, value engineering with actual examples of recommendations, and
associated benefits to Owners.
Criteria 9 Rating 0-6
Financial Stability: Provide current balance sheet and income statement as
evidence of the Respondents financial stability and capacity to support the
proposed contract.
Total Score

3.

4.

5.

6.

7.

8.

9.

Maximum Points = 70
Highly Aadvantageous:

60- 70 -70 - meets or exceeds all of the requirements of the RFS.

Advantageous:

50 -59 meets or exceeds a majority of the requirements of the RFS.

Not advantageousNot Aadvantageous:

1- 49 dose not meet the majority of the requirements of the RFS.

Note Proposal is automatically eliminated from further consideration if a zero is received in any category.

66

ATTACHMENT C
Owners Project Manager Application Form - May 2008

1.Project Name/Location for Which Firm is Filing:

2a.

Respondent, Firm (Or Joint-Venture) - Name And Address Of Primary


Office To Perform The Work:

2b
.

Name And Address Of Other Participating Offices Of The Prime Applicant,


If Different From Item 3a Above:

2c.

Date Present And Predecessor Firms Were Established:

2d
.

Name And Address Of Parent Company, If Any:

2e.

Federal ID #:

2f.

Name of Proposed Project Director:

3.

Personnel From Prime Firm Included In Question #2 Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number Employed
Throughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline):

Admin. Personnel
Architects
Acoustical Engrs.
Civil Engrs.
Code Specialists
Construction
Inspectors

4.

Cost Estimators
Electrical Engrs.
Environmental
Licensed
Engrs. Site
Mechanical
Engrs.
Profs.

Has this Joint-Venture previously worked together?

Other

Total

Yes

No

67

5.

List ONLY Those Prime and Sub-Consultant Personnel identified as Key personnel in the Response to Request for Services. This Information Should Be
Presented Below In The Form Of An Organizational Chart modified to fit the firms proposed management approach. Include Name of Firm And Name Of The
Person:

Benjamin Franklin
Educational Foundation Inc.

Prime Consultant
Project Director

Schematic
Design/Design
Development

Construction
Phase

Subconsultant

Name of Project Representative

68

6.

a.

Brief Resume for Key Personnel ONLY as indicated in the Request for Services. Resumes Should Be Consistent With The Persons Listed On The
Organizational Chart In Question # 5. Additional Sheets Should Be Provided Only As Required For The Number Of Key Personnel And They Must Be In The
Format Provided. By Including A Firm As A Subconsultant, The Prime Applicant Certifies That The Listed Firm Has Agreed To Work On This Project, Should
The Team Be Selected.
Name And Title Within Firm:
a. Name And Title Within Firm:

b.

Project Assignment:

b.

Project Assignment:

c.

Name And Address Of Office In Which Individual Identified In 6a Resides:

c.

Name And Address Of Office In Which Individual Identified In 6a Resides:

d.

Years Experience: With This


Firm:

d.

Years Experience: With This


Firm:

e.

Education: Degree(s) /Year/Specialization

e.

Education: Degree(s) /Year/Specialization

f.

Date of MCCPO Certification:

f.

Date of MCCPO Certification:

g.

Applicable Registrations and Certifications :

g.

Applicable Registrations and Certifications:

h.

Current Work Assignments And Availability For This Project:

h.

Current Work Assignments And Availability For This Project

i.

Other Experience And Qualification Relevant To The Proposed Project:


(Identify Firm By Which Employed, If Not Current Firm):

i.

Other Experience And Qualification Relevant To The Proposed Project:


(Identify Firm By Which Employed , If Not Current Firm):

With Other Firms:

With Other Firms:

69

7a
a.

Past Performance: List all Completed Projects, in excess of $1.5 million, for which the Prime Applicant has performed, or has entered into a contract to
perform Owners Project Management Services for all Public Agencies within the Commonwealth within the past 10 years.
b.
c.
d.
e.
f.
g.
h.
i.
j.
Project Name And Brief Description Of
Project Dollar Completion
On Time Original
Change Number of Dollar
Number
Location Project
Project And Services
Value
Date (Actual
(Yes Or Construction
Orders Accidents Value of
And
Director
(Include Reference To
Or Estimate)
No)
Contract Value
and
any Safety Outcome
Areas Of Similar
Safety
fines
Of Legal
Experience)
Violations
Actions

(1)

(2)

(3)

70

(4)

(5)

71

7b.
Past Performance: Provide the following information for those completed Projects listed above in 7a for which the Prime Applicant has performed, or has
(con
entered into a contract to perform Owners Project Management Services for all Public Agencies within the Commonwealth within the past 10 years.
t)
a.
b.
c.
d.
e.
e.
f.
Project Name And
Original
Final
If different, provide reason(s) Original
Actual
If different, provide reason(s) for
Location
Project
Project
for variance
Project
Project
variance.
Project Director
Budget
Budget
Completion Completion
On Time
(Yes or No)
(1)

(2)

(3)

72

(4)

(5)

73

Capacity: Identify all current/ongoing Work by Prime Applicant, Joint-Venture Members or Subconsultants. Identify project participants and highlight any work
involving the project participants identified in the response.
Project Name And
b. Brief Description Of c. Original d. Current
d. Project
e. Current
f. Original
g. Number and h. Number and dollar
Location
Project And Services Project
Project
Completion forecast
Construction
dollar value
value of claims
Project Director
(Include Reference
Budget
Budget
Date
completion Contract
of Change
To Areas Of Similar
date
Value
Orders
Experience)
On Time
(Yes Or
No)
1.

8.

2.

3.

4.

5.

6.

7.

8.

74

9.
a.

References: Provide the following information for completed and current Projects listed above in 7 and 8 for which the Prime Applicant has performed, or
has entered into a contract to perform Owners Project Management Services for all Public Agencies within the Commonwealth within the past 10 years.
Project Name And Clients Name, Address and Project Name And
Clients Name, Address Project Name And
Clients Name, Address
Location
Phone Number. Include
Location
and Phone Number.
Location
and Phone Number.
Project Director
Name of Contact Person
Project Director
Include Name of
Project Director
Include Name of Contact
Contact Person
Person

1)

5)

9)

2)

6)

10)

3)

7)

11)

4)

8)

12)

75

9.

10.

Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And That
Of Your Subconsultants. If Needed, Up To Three, Double-Sided 8 X 11 Supplementary Sheets Will Be Accepted. APPLICANTS ARE
REQUIRED TO RESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED.

I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. The information contained in
this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.

Submitted By
(Signature)

________________________________

Printed Name And


Title

_________________________
_________________________

Date _____

76

ATTACHMENT D

CERTIFICATE OF NON-COLLUSION
The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and
without collusion or fraud with any other person. As used in this certification, the word person shall mean natural person,
business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals.
Signature: __________________________
___________________________________
Print Name & Title

___________________________
Date
___________________________________
Company Name

77

ATTACHMENT E

CERTIFICATE OF TAX COMPLIANCE

Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I
____________________________, authorized signatory for _____________________________
Name of individual
Name of owner
Do hereby certify under the pains and penalties of perjury that said owner has complied with all laws of the Commonwealth of
Massachusetts, and Benjamin Franklin Classical Charter Public School, relating to taxes, permit or other fees, reporting of
employees and contractors, and withholding and remitting child support.
___________________________________
____________________
Signature
Date
(Note: This form must be included in the proposal submission)

78

ATTACHMENT F
CONFLICT OF INTEREST CERTIFICATION
The Proposer hereby certifies that:
1. The Proposer has not given, offered, or agreed to give any gift, contribution, or offer of employment as an
inducement for, or in connection with, the award of a Contract pursuant to this RFP.
2. No consultant to, or subcontractor for, the Proposer has given, offered, or agreed to give any gift, contribution, or
offer of employment to the Proposer, or to any other person, corporation, or entity as an inducement for, or in
connection with, the award to the consultant or subcontractor of a Contract by the Proposer.
3. No person, corporation, or other entity, other than a bona fide full time employee of the Proposer has been
retained or hired to solicit for or in any way assist the Proposer in obtaining a Contract pursuant to this RFP upon
an agreement or understanding that such person, corporation or entity be paid a fee or other compensation
contingent upon the award of a Contract to the Proposer.
4. The Proposer understands that the Massachusetts Conflict of Interest Law, Chapter 268A of the Massachusetts
General Laws (M.G.L.), applies to the Proposer and its officers, employees, agents, subcontractors, and affiliated
entities with respect to the transaction outlined in the Request for Proposals.
5. The Proposer understands that the Proposer and its officers, employees, agents, subcontractors, and affiliated
entities, shall not participate in any activity which constitutes a violation of the Massachusetts Conflict of Interest
Law or which creates an appearance of a violation of the Massachusetts Conflict of Interest Law.
_____________________________
Name of Proposer
_____________________________
Address of Proposer
_____________________________
_____________________________
Telephone Number_____________
By: _________________________
(Signature)
_________________________
Printed Name

79

ATTACHMENT G
CERTIFICATE OF NON-DEBARMENT
The Proposer hereby certifies that it is presently not debarred, suspended, or otherwise prohibited from practice by
any federal, state, or local agency, and that, should any proceeding arise in which it is debarred, suspended, or
otherwise prohibited from practice by any federal, state, or local agency, the Proposer shall inform the School
within one (1) business day of such debarment, suspension, or prohibition from practice.
_____________________________
Name of Proposer
_____________________________
Address of Proposer
_____________________________
_____________________________
Telephone Number_____________
By: _________________________
(Signature)
____________________________
Printed Name
____________________________
Printed Title
______________________
Date

80

Das könnte Ihnen auch gefallen