REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

Similar documents
Bidders shall execute the following forms and return the signed original with their proposal.

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

GRAND PRAIRIE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. Program Management Services for Facilities Construction/Upgrades/Maintenance

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

N O T I C E T O B I D D E R S

Contractor s Qualification Statement

N O T I C E T O B I D D E R S

RFP# ATHLETIC TRAINER SUPPLIES RFP Opening Date: April 13, p.m.

Request for Qualifications Construction Manager at Risk

Contractor s Qualification Statement

N O T I C E T O B I D D E R S

Request for Qualifications Number 1470 General Construction Services

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR

Re: Financial Advisory Services, Request for Qualifications # RFQ. Solicitation Notice

SEALED BID. September 29, 2017

N O T I C E T O B I D D E R S

Request for Proposal (RFP) The Rhodes School. Project: 13 Unit Modular Move

OFFEROR S STATEMENT OF QUALIFICATIONS

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION

N O T I C E T O B I D D E R S

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

EXPERIENCE AND QUALIFICATION STATEMENT OF

State of North Carolina Prequalification for Single Prime Contractors

Job No REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES

SAN DIEGO CONVENTION CENTER CORPORATION

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M.

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY

SEALED BID. February 19, 2018

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION

REQUEST FOR PROPOSAL BRIDGEPORT ISD. PROPOSAL TITLE: Mowing and Weed Eating Services Proposal

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

PREQUALIFICATION PACKAGE FOR

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS

State of North Carolina Prequalification for Single Prime Contractors

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Request for Qualifications

Professional Auditing Services

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

Request for Proposals (RFP) P Private Duty Nursing Services

Alief Independent School District

Philadelphia County, Pennsylvania

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

I. PROJECT DESCRIPTION

ADVERTISEMENT FOR BIDS

RAYMONDVILLE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT BID SPECIFICATIONS FOR: CHARTER BUS SERVICES DISTRICT WIDE RFP #18-006

Request for Bid/Proposal

Human Resources and/or Student Medical Consultant RFQ September 2, 2014 at 11:00 am

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801)

PREQUALIFICATION QUESTIONAIRE

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

New Mexico Bidder s Number

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

Acknowledgment Form - page 1 of 2

5/17/2013 BEST VALUE PROCUREMENT METHOD RFP PROCUREMENT METHOD EVALUATION CRITERIA FOR GOODS & SERVICES RFP FACTORS

REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE: Apparel, Uniforms and Accessories (Supplemental II), RFP #

AUSTIN COMMUNITY COLLEGE DISTRICT

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Request for Proposals: Environmental Site Assessment for Single Property

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

INVITATION TO SUBMIT PROPOSAL

GENERAL CLAUSES AND CONDITIONS

INSTRUCTIONS TO BIDDERS

REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

NOTICE TO PROPOSERS. Proposal envelopes must be plainly marked as described below: May 31, 2017 at 4:00 pm

Management of Jobing.com Arena

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

MILESTONES. Dial-in: Passcode: # INSTRUCTIONS

Plano Independent School District Competitive Sealed Proposal

APPLICATION FOR AUBURN UNIVERSITY S REGISTERED CONTRACTOR'S LIST For Projects $50,000 and Greater

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Transcription:

LTISD PURCHASING DEPARTMENT 16101 HWY 71, BLDG B AUSTIN, TX 78738 February 14, 2018 REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS Lake Travis Independent School District ( LTISD or District ) invites qualified companies to submit Proposal responses for Lake Travis High School Performing Arts Center (PAC) and First Floor of C-Wing. The District will be utilizing the one-step process for this RFP, requiring Proposers to provide both qualification information as well as price proposals. Proposals will be received on or before the time and date indicated below by the Lake Travis ISD Purchasing Office at 16101 Highway 71 West, Bldg. B, Austin, Texas 78738. The package containing your Proposal response and all required forms (1 original signed and XX copies and 1 identical electronic copy) should be plainly marked in a sealed envelope. Fax proposals will not be accepted: Proposal Response for Lake Travis High School Performing Arts Center (PAC) and First Floor of C-Wing RFP # 18-02-002 Closes 2:00p.m., Thursday, March 8, 2018 The Board of Trustees reserves the right to reject any and / or all proposals, to award contracts for individual products or services as may appear advantageous, and to negotiate separately in any manner necessary to serve the best interest of the District. No proposals may be withdrawn for a period of forty-five (45) days subsequent to the deadline for receipt of Proposal responses without the prior written consent of the Board of Trustees, Lake Travis Independent School District. A Pre-Proposal Conference will be held at 11:00am, Wednesday, February 21, 2018, at Lake Travis High School, 3324 Ranch Road 620 South, Austin, Texas 78738. The conference is not mandatory but the District highly recommends Contractor representation. The District does not anticipate having additional walkthroughs or site visits; therefore any personnel or subcontractors who have a need to visit this site should plan to attend this conference. All vendors must sign in at the front desk and obtain a visitor s badge prior to attending the conference. A current driver s license is required to sign in and receive a badge. It is suggested the attendees arrive early for badge processing. It is requested that each potential attendee register for the conference so that the District can anticipate the number of individuals that will be attending. To register, email Angie Marsh at marsha@ltisdschools.org. Thank you for your interest. Angie Marsh, CTSBO Director of Purchasing, LTISD 512-533-6028 email: marsha@ltisdschools.org 1

SECTION I: INSTRUCTIONS TO PROPOSERS 1. INTRODUCTION. Pursuant to the provisions of Section 2269 of the Texas Government Code, the Lake Travis Independent School District ( LTISD or the District ) is seeking Proposal responses from firms ( Proposer ) qualified and experienced in providing Construction Manager-at-Risk ( CMR ) services associated with the construction and renovation of a Performing Arts Center and high school campus classrooms and office areas. This Request for Proposal (RFP) contains information and instructions to enable interested Proposers to prepare and submit a Proposal and describes the terms and conditions that the successful Contractor will be expected to accept as part of the performance of the Contract. The buyer assigned to this Solicitation is: Buyer: Angie Marsh Phone: (512) 533-6028 Email: marsha@ltisdschools.org Below is the anticipated project schedule: Architect: Pfluger Architects Start Construction: June 1, 2018 Completion/Start School: August 10, 2018 Project details: LTISD is planning to renovate the Performing Arts Center, including replace sound systems, lighting and required architectural work and the first floor of the C-Wing. 2. GENERAL TERMS, CONDITIONS AND REQUIREMENTS FOR SOLICITATIONS. This Request for Proposal shall be governed by the following documents unless an exception is otherwise taken within this Solicitation. 2.1. Section 2269 of the Texas Government Code (reference only) 2.2. LTISD Policies CH (Legal) and CH(Local), Purchasing and Acquisition (reference only) 2.3. LTISD Policies CVD (Legal) Facilities Construction (reference only) 2.4. General Terms and Conditions for Purchasing Solicitations and Contracts, Reference Document #GTC-01, Version 01, Effective Date of February 13, 2018 (attached) 3. DEMOGRAPHICS. Located approximately 20 miles west of Austin, Texas, LTISD serves the growing area of Lake Travis with a full continuum of instructional opportunities. In addition to language arts, mathematics, science, and social studies, LTISD offers UIL participation; band; fine arts; career and technology; health and physical education; and special programs. LTISD has more than 10,000 students and facilities to include: Bee Cave Elementary (Grades K-5) Lake Pointe Elementary (Grades K-5) Lake Travis Elementary (Grades K-5) Lakeway Elementary (Grades K-5) Serene Hills Elementary (Grades K-5) West Cypress Hills Elementary (Grades K-5) Elementary School #7 (Grades K-5) Opening Summer 2020 Lake Travis Middle (Grades 6-8) Hudson Bend Middle (Grades 6-8) Middle School #3 (Grades 6-8) Opening Summer 2019 Lake Travis High (Grades 9-12) 2

4. ANTICIPATED SCHEDULE OF EVENTS. Below are the anticipated schedule of events related to this RFP. These dates are set at the time of the release of the RFP and may be modified, changed, rescheduled or canceled as necessary by the District. The Proposer is fully responsible for tracking the District s notifications and District web sites for such changes. Pre-proposal Conference: Wednesday, February 21, 2018 Pre-response Questions: Thursday, March 1, 2018 @ 5:00 PM Response Due Date: Thursday, March 8, 2018 @ 2:00 PM Anticipated Interviews: To be determined 5. PRE-PROPOSAL CONFERENCE. A non-mandatory Pre-Proposal Conference will be held on the following date and location: Time: 11:00 AM Date: Wednesday, February 21, 2018 Location: Lake Travis High School, 3324 Ranch Road 620 South, Austin, Texas 78738 The conference is not mandatory but is highly recommended. It is requested that each potential attendee register for the conference so that the District can anticipate the number of individuals that will be attending. We request you e- mail the Buyer noted above of your interest in attending. 6. PRE-RESPONSE QUESTIONS. All questions regarding clarification or interpretation of the RFP will be submitted electronically by the Proposer, and must be received by the following date and time: Time: 5:00 PM Central Time Date: Thursday, March 1, 2018 With exception to the Pre-proposal Conference, no questions will be addressed unless provided in the electronic format required. To submit an electronic request, email the buyer directly. LTISD will provide a response to all questions at the Pre-proposal Conference, through an addendum or other medium as necessary. 7. CLOSING TIME. 7.1. All Proposal responses must be received in the LTISD Purchasing Department before 2:00 PM, Thursday, March 8, 2018. Address: Lake Travis Independent School District Purchasing Department 16101 Hwy 71, Bldg. B Austin, Texas 78738 7.2. On the closing date and at the above location, Proposal responses will be publicly opened and the respondent s names, fee, cost and percent as indicated on Attachment C Price Proposal Form will be read aloud. 7.3. Proposal responses received after the published time and date shall not be considered. 8. PREPARATION OF PROPOSALS. 8.1. Package. The package containing your Proposal response (1 original, 2 identical hard copies and one PDF on a thumb drive) should be plainly marked in a sealed envelope. Fax proposals will not be accepted: Proposal for Lake Travis High School Performing Arts Center (PAC) and First Floor of C-Wing RFP Number 18-02-002 Closes 2:00 PM, Thursday, March 8, 2018 3

8.2. Preparation. Each Proposer shall furnish the information required by this RFP. The person signing the Proposal response must be an authorized representative of the proposing firm. All erasures or other changes must be initialed by the submitting party. 8.2.1. Proposers shall familiarize themselves with existing conditions in the material and labor markets prior to submission of an offer. The fact that a Proposal is submitted will be construed by the District to indicate that the Proposer has familiarized itself with existing or future market conditions and agrees to perform in full accordance with the specifications and other contract documents notwithstanding existing material and labor markets conditions. 8.3. Exceptions. If any exceptions are taken to any portion of the RFP, the Proposer must clearly indicate the exceptions taken and include a full explanation as a separate attachment to the Proposal response. Failure to identify exceptions or proposed changes with a full explanation will constitute acceptance by the Proposer of the RFP as proposed by the District. The District reserves the right to reject a proposal response containing exceptions, additions, qualifications or conditions not called for in the Solicitation and considered major in scope by the District. 8.4. Addendums. The Proposer is to respond and acknowledge all addendums are required by this RFP. Failure to acknowledge addendums will be grounds for disqualification of associated Proposal response. 8.5. Open Records Requirement. Proposers are to be aware that all documents submitted as part of the Proposal response will be deemed confidential during the evaluation process. Proposal responses will not be available for review by anyone other than LTISD staff or its designated agents. Following award of contract, all Proposals become public documents and are available for public viewing upon written request to the District except where Proposal information, as deemed such by the Texas Office of the Attorney General, is considered to be confidential or a trade secret belonging to the Proposer and, if released would give advantage to a competitor. That information should be clearly marked: CONFIDENTIAL DO NOT DUPLICATE WITHOUT PERMISSION. 8.6. Tax Exemption. The District is usually exempt from City, State and Federal Taxes. Proposal responses may not include exempted taxes. If it is determined that tax was included in the Proposal response, it will not be included in the tabulation or any awards. Tax exemption certificates will be furnished upon request. Under no circumstances shall the District be liable to pay exempt taxes under any Contract. 9. PROJECT BUDGET. 9.1. Budget. The project budget is estimated to be $4,649,364.00. 10. COMPONENTS OF A RESPONSE. All Proposal responses will include all information solicited by this RFP and any additional material that the Proposer deems pertinent to the understanding and evaluation of their response. Incomplete responses may be disqualified from further consideration at the sole discretion of LTISD. 10.1. Proposer Affirmation of Understanding. For the Proposal response to be considered acceptable, the Proposer shall affirm, by authorized signature, that the Proposer understands of the entire document and all of its contents. It also ensures the Proposal response is submitted in accordance with the stated requirements of the RFP. Should the Proposer s response not fully comply with the requirements set forth in the RFP, the Proposer will clearly identify each deviation or proposed alternative. By affirmation of a signed Proposal response, the response will represent a true and correct statement and shall contain no cause for claim of omission or error. The Proposer shall provide an executed Attachment A Request of Proposal Certification and Representations with their Proposal response. Failure to provide an executed copy of the affirmation will deem the entire response invalid and non-responsive, and will not be considered further in the evaluation process. 4

10.2. Technical Response. 10.2.1. Attachment B - Qualification Questionnaire. 10.2.1.1. The Proposer shall complete and return Attachment B - Qualification Questionnaire. The form may also be requested by contacting the LTISD Purchasing Office at 512-533-6039. 10.2.1.2. The Proposer will address all questions completely and concisely within the area provided in the form. 10.3. Price Proposal. The Proposer shall complete and return the Attachment C - Price Proposal Form. The Proposer shall contain a straightforward, concise delineation of the Proposer s fees to satisfy the requirements of this RFP. NOTE: For Items 10.3.2. and 10.3.3. below, the District will only reimburse actual costs. The costs and percentage provided in the Price Proposal form are to be used only to establish the cost estimates. Estimated reimbursements will be made during the contract period based on these projected costs / percentages but will be reconciled via the audit performed during or at the end of the contract. The Proposal response is to include: 10.3.1. Construction Manager at Risk Fee. CM At-Risk Fee shall be the percentage paid to the Construction Manager-at-Risk based on the Actual Cost of Work. 10.3.2. Pre-construction Costs. The Pre-construction fee shall be based on the allowable expenses. 10.3.3. Labor Burden Percent. Reimbursable labor burden percentage shall be based on the allowable expenses. Labor burden costs will be limited to payroll taxes, worker s compensation insurance, the employer s portion of union benefit costs for union employees working on the project, and the actual verifiable fringe benefit costs incurred by Contractor for non-union individuals working on the Project. The reimbursable labor burden cost will be actual costs paid by Contractor or any subcontractor. 10.4. Proof of Financial Status. The Proposer shall provide proof of the company s financial status as required in Attachment D Proof of Financial Status. 10.5. Economically Disadvantaged Business Enterprises. The District promotes, to the maximum extent allowed by law, participation by economically disadvantaged business enterprises in all District competitive procurement. The Proposer shall complete and return Attachment E Economically Disadvantaged Business Enterprises. 10.6. Felony Conviction Notice. The Proposer shall complete and return Attachment F Felony Conviction Notice. 10.7. Federal Compliance For The Use Of Federal Funds. The Proposer shall complete and return Attachment G - Federal Compliance For The Use Of Federal Funds. 10.8. Conflict of Interest. The Proposer shall complete and return Attachment H Conflict of Interest. 10.9. Proof of Insurability. The Proposer shall submit proof of insurance coverage for the types of insurance listed below in the amounts stated in the Texas Labor Code Section 406.096 and 401.01(44): Workers' Compensation; Employer's Liability; Comprehensive General Liability; Comprehensive Automobile Liability; Owner's Protective Liability; Umbrella Liability; Builder's All Risk; and Flood. 11. COMPETITIVE SELECTION. 11.1. Selection Process. 11.1.1. THIS IS A NEGOTIATED PROCUREMENT, and as such, award will not necessarily be made to the Proposer submitting the lowest fee / cost Proposal. 11.1.2. The District shall accept the Proposal it deems to be in the best interest of the District. 5

11.1.3. The District may make an award without discussion with any Proposer, after Proposal responses are received and evaluated. Proposers should therefore be submitted on the most favorable terms. 11.1.4. In making that determination, the District shall consider the Proposer s technical expertise and experience, the proposed fees / costs, the Proposer's references and record of responsibility, and any other relevant factor that the District deems necessary to determine best value. Proposal Validity Process. The District reserves the right to retain all Proposal responses for a period of forty-five (45) days after the Proposal opening date for examination and comparison. 11.2. Evaluation. 11.2.1. The (CMR) will be selected via a one-step evaluation process, pursuant to Section 2269 of the Texas Government Code. 11.2.2. Upon receipt of proposals, the Evaluation Team will review and evaluate the proposals based on the following evaluation criteria: 11.2.2.1. Technical Evaluation: 75% of Score 11.2.2.2. Pricing Evaluation: 25% of Score 11.2.2.3. Financial Evaluation: Pass/Fail 11.2.2.4. References: Pass/Fail 11.3. Additional Evaluation Steps. The District reserves the right to conduct interviews of the key proposing company leaders and the proposed project staff, or other additional evaluation processes that are deemed necessary by the District to assist in a complete and thorough evaluation of the proposals. 11.4. Availability of Funds. In the event that sufficient funds are not available for the project, the District reserves the right to negotiate the scope of this contract, delay implementation, reject all Proposals, or award another type of contract other than that required in this RFP. 11.5. Board of Trustees Approval. District policy requires an administrative recommendation be made to the LTISD Board of Trustees at a future Board Meeting based on the Proposer receiving the highest evaluation score. 12. AWARD OF CONTRACT. 12.1. Upon successful negotiations between the District and the selected Proposer, the parties will be required to enter into a written Agreement with LTISD. 12.2. All scopes of work related to the project shall be governed by the executed agreement. 13. HB 1295 REQUIREMENTS. This procurement falls under the requirements of HB1295 (Government Code Section 2252.908). The awarded Contractor will be required to complete and submit form 1295. The form along with instructions are available on the Texas Ethics Commission website at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. 6

ATTACHMENT A: Request for Proposal Certifications and Representations The undersigned, by signing and executing this proposal, certifies and represents to the Lake Travis Independent School District ( District ) that the Proposer has not offered, conferred or agreed to confer any pecuniary benefit, as defined by 1.07(a)(6) of the Texas Penal Code, or any other thing of value, as consideration for the receipt of information or any special treatment or advantage relating to this proposal; the Proposer also certifies and represents that Proposer has not offered, conferred or agreed to confer any pecuniary benefit or other things of value as consideration for the recipient's decision, opinion, recommendation, vote or other exercise of discretion concerning this proposal; the Proposer certifies and represents that Proposer has neither coerced nor attempted to influence the exercise of discretion by any officer, trustee s agent or employee of the District concerning this proposal on the basis of any consideration not authorized by law; the Proposer also certifies and represents that Proposer has not received any information not available to other Proposers so as to give the undersigned a preferential advantage with respect to this proposal; the Proposer further certifies and represents that Proposer has not violated any state, federal or local law, regulation or ordinance relating to bribery, improper influence, collusion or the like and that Proposer will not in the future, offer, confer, or agree to confer any pecuniary benefit or other thing of value of any officer, trustees agent or employee of the District in return for the person having exercised the person s official discretion, power or duty with respect to this proposal. The Proposer certifies and represents that it has not now and will not in the future offer, confer, or agree to confer a pecuniary benefit or other thing of value to any officer, trustee, agent or employee of the District in connection with information regarding this proposal, the submission of this proposal, the award of this proposal or the performance, delivery or sale pursuant to this proposal. Proposer makes the assurance that vendor has not been debarred or suspended from conducting business with the US Government according to Executive Order 12549 entitled Debarment and Suspension. Proposer represents that to the best of its knowledge they are not indebted to the District. Indebtedness to the District shall be basis for non-award and/or cancellation and/or termination of any award. Proposer represents that criminal background checks/searches have been conducted (or will be conducted prior to start of Work if required) in accordance with the General Terms and Conditions (Criminal Background Check) and Instructions to School District Contractors Regarding Criminal History Background Searches Under Senate Bill 9, including all Sub-Contractors. "Non-Collusion Statement" and Anti-Lobbying Certification : "The undersigned affirms that they are duly authorized to execute this Representation and Certification, Offer, and/or Contract and that this company, corporation, firm, partnership, etc., or individual has not prepared this bid in collusion (An agreement between two or more persons to deceive the school district or defraud the school district of its rights) with any other bidder, school board member, or school district employee, and that the contents of this bid as to prices, quality of product, terms and/or conditions, etc., have not been communicated by the undersigned nor by any other employee, agent and/or representative of the company, corporation, firm, partnership, etc., or individual to any other person engaged in this type of business prior to the official opening of this bid for the intent or purpose of collusion." In accordance with Title 31, USC Section 1352, no attempt has been or will be made by this company s officers, employees, or agents to lobby, directly or indirectly, with the District s Board of Trustees between bid/proposal submission date and award by the Board. Addendum Acknowledgement. The Proposer shall acknowledge all addendums are required by this RFP. Failure to acknowledge addendums will be grounds for disqualification of associated Proposal response. Initials Initials Initials Addendum # Addendum # Addendum # Addendum # Addendum # Addendum # FAILURE TO SIGN AND SUBMIT THIS DOCUMENT WILL BE GROUNDS FOR DISQUALIFICATION. Firm Name Address: City / State / Zip: Proposal Contact: Telephone: Email: X Authorized Signature Name (printed) Title Date 7

ATTACHMENT B - Qualification Questionnaire The Proposer shall provide the following information in the sequence and format prescribed by this questionnaire. Supplemental materials providing additional information may be attached with reference to the appropriate question. 1. CORPORATE INFORMATION. 1.1. Firm Information Name of Firm Address of Principal Office Address of Local Office Phone and Fax of Local Office Form of Business Organization (corporation, partnership, individual, joint venture, other) Year Founded Primary Individual to Contact Phone and email of contact person Number of years at present location 1.2. Company History / Claims and Suits 1.2.1. How many years has your organization been in business in its current capacity? 1.2.2. How many years has your organization been in business under its present name? 1.2.3. Under what other or former names has your organization operated? 1.2.4. If your organization is a corporation, answer the following: Date of incorporation State of incorporation President's name Vice President's name(s) Secretary's name Treasurer's name 1.2.5. If your organization is a partnership, answer the following: Date of organization Type of partnership (if applicable) Name(s) of general partner(s) 1.2.6. If your organization is individually owned, answer the following: Date of organization Name of owner 1.2.7. If the form of your organization is other than those listed above, describe it and name the principals. 1.2.8. Claims and suits (If the answer to any of the questions below is yes, please attach details). 1.2.8.1. Has your organization ever failed to complete any work awarded? 1.2.8.2. Are there any judgments, claims, arbitration proceedings or suits, pending or outstanding against your organization or its officers? If yes, please include details. 1.2.8.3. Has your organization filed or been involved in any lawsuits or requested neutral third party arbitration with regard to construction contracts within the last five years? 1.2.8.4. Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? If the answer is yes, please include details as to why the contract was not completed. 1.2.8.5. Within the last five years, has any worker s compensation claims been filed by any workers on any job sites managed by your organization? If yes, please provide details of the incident and the outcome of the claim. 8

2. PERSONNAL INFORMATION. 2.1. Organizational Chart - Given the scope, complexity and schedule of the project, provide an organizational chart and identify the following positions with job descriptions: Project Manager Job Superintendent Manager of Preconstruction Services Estimator Other personnel which will be actively involved in the project Number of non-clerical personnel employed Number of clerical personnel employed 2.2. Assigned Personnel Resumes - Provide a resume and references for each individual noted in the organization chart. The minimum information to be provided per individual: Current job title with the proposing company and description of responsibilities Number of years of experience in the current job title Number of years with the proposing company Other titles / roles with the proposing company prior to the current title Formal education Number of years of construction related experience Projects the individual has been involved with in the current job title Other construction experience City of Residence Client Reference Architect/Engineer Reference 3. SUBCONTRACTOR PERFORMANCE BONDS AND/OR DEFAULT INSURANCE. 3.1. Conventional Subcontractors Bonding. If the Proposer chooses to use conventional subcontractors bonding, describe how the Proposer will fully disclose the following information regarding the policies: Actual policy including all declarations. Methodology for determining subcontractor s qualifications and which subcontractors (or trades) are to be included in coverage. Method used for calculating premium charged to the district. Provisions for making LTISD or the project as an additional insured. Terms of the insurance policy. 3.2. Subcontractor Default Insurance. If the Proposer chooses to use subcontractor default insurance, describe the Proposer s motivation to do so and how the following information will be fully disclosed regarding the subcontractor default insurance policy: Actual policy including all declarations. Methodology for determining subcontractor s qualifications and which subcontractors (or trades) are to be included in subcontractor default insurance coverage. Method used for calculating premium charged to the district. Provisions for making LTISD or the project as an additional insured. Disclosure of anticipated rebates/refunds/discounts from the insurance company pertaining to this project and methodology of crediting LTISD. Terms of the insurance policy. 9

4. PROJECT AUDIT PROCEDURES. 4.1. The District s Internal Audit Department requires full and detailed accounts for proper financial management for this project. The Proposer is to summarize how they manage and keep such full and detailed accounts as may be necessary for proper financial management. 4.2. Describe the financial system that will be used on this project. 4.3. Describe how the District will be afforded access to and the right to copy all the Contractor s records, books, correspondence, instruction, drawings, receipts, vouchers, memoranda and similar data relating to this Contract, and how the Contractor shall preserve all such records (minimum of 3 years) after the final payment. 5. SYSTEM APPROACH TO PROJECT MANAGEMENT CONTROL SYSTEMS. 5.1. Describe your organization s project management control system that will be used on the project. 5.2. Describe your organization's concept of pre-construction services provided in past school projects and the results of those services. Provide a listing of the types of services that can be expected by the CMR for this type of project. 5.3. Describe your organization's methods for in-house estimating construction costs during the design/documents phase that best describe the CMR s ability to control and/or avoid costs in today s marketplace. 5.4. Describe your organization's methods for scheduling during the design and contract documents phases of this project that best describe the CMR s ability to complete the project on time. 6. EXPERIENCE AND REFERENCES. Given the scope and schedule of the project, provide a list of up to ten (10) K-12 school projects and / or other projects within the last ten (10) years that are similar in size and complexity. This information will be used in the reference check process. Provide the following information for each project: Project Name Name of School District (if not a school give project s owner and location) Original Owner Budgeted Cost for Construction Final Construction Cost Project Square Footage Project Delivery Method used Type of Structure Completion date Name of Project Manager Name of Job Superintendent Name of the owner representative Telephone and email of the owner representative Name of the architect s representative Telephone and email of the architect s representative 10

ATTACHMENT C: Price Proposal Form The Proposer shall complete the following pricing. The Proposer shall contain a straightforward, concise delineation of the Proposer s fees to satisfy the requirements of this RFP. NOTE: For Items 2. and 3. below, the District will only reimburse actual costs as set forth in the Supplementary General Conditions, Construction Manager At-Risk. The costs and percentage provided in the Price Proposal form are to be used only to establish the cost estimates. Estimated reimbursements will made during the contract period based on these projected costs / percentages but will be reconciled via the audit performed during or at the end of the contract. Liquidated damages will be assessed at $1,000.00 per day unless otherwise noted by the District. Proposer Company Name: 1. Construction Manager at Risk Fee. CM At-Risk Fee shall be the percentage paid to the Construction Manager-at-Risk based on the Actual Cost of Work. % 2. Pre-construction Costs. The Pre-construction fee shall be based on the allowable expenses. $ 3. Labor Burden Percent. Reimbursable labor burden costs shall be based on the allowable expenses. % 11

ATTACHMENT D: Proof of Proposer Financial Status The Proposer shall provide with their Proposal response: 1. Financial statement, audited, including the organization's latest balance sheet and income statement showing the following items: 1.1. Current assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). 1.2. Non-current assets (e.g., net fixed assets, other assets). 1.3. Current liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). 1.4. Non-current liabilities (e.g., notes payable). 1.5. Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding shares par value, earned surplus, and retained earnings). 1.6. Revenues (e.g. sales, other income). 1.7. Expenses (e.g. cost of sales, administrative, general, interest expense, other). 1.8. Income (Loss) from Continuing Operations before Income Tax. 1.9. Income (Loss) from Continuing Operations before Cumulative Effect of Accounting Change. 1.10. Net Income (Loss). 2. Name and address of firm preparing attached financial statement and date thereof. Attach a copy of the auditor's report, compilation report, or review report from an independent CPA firm. 3. If the financial statement is not the identical name of the Proposer, provide an explanation as to the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent subsidiary). 4. If the organization identified in the financial statement will not act as Guarantor of the contract for construction, provide the Guarantor s company name and complete contact information. 5. Provide the following Financial Institution information. 5.1. Name of company; 5.2. Name of agent; 5.3. Address of agent; and 5.4. Phone number of agent. 6. Provide the following Surety Company information. 6.1. Name of bonding company; 6.2. Name of agent; 6.3. Address of agent; and 6.4. Phone number of agent. 12

ATTACHMENT E: Economically Disadvantaged Business Enterprises The District promotes, to the maximum extent allowed by law, participation by economically disadvantaged business enterprises in all District competitive procurement. Are you a qualified economically disadvantaged business enterprise, historically underutilized business, or minority/women owned business enterprise? (Check one) Yes No If yes, complete the following sections. SMALL, WOMEN-OWNED OR MINORITY BUSINESS IDENTIFICATION Please list your company s business code, the ownership status (indicate if your firm is a small, women-owned or minority business as defined herein) and certification affiliation, if applicable: Business Code (Check One) Sole Proprietorship Partnership Corporation Joint Venture Business Ownership (Check One) Small Business Woman Owned Minority Owned Large and/or Non-Minority Certification (Check One) State of Texas (HUB) Capital Metro (DBE) Self Proclaimed Other (Attached) CERTIFICATION I, the undersigned agent for the firm named below, certify that the information concerning Economically Disadvantaged Business Enterprises has been reviewed by me and the following information furnished is true to the best of my knowledge. Firm s Name: Signature of Company Official: Date: Please attach proof of certification to this submittal 13

ATTACHMENT F: Felony Conviction Notice Statutory citation covering notification of criminal history of contractor is found in the Texas Education Code 44.034. FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states "a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. PROPOSER'S NAME: AUTHORIZED COMPANY OFFICIAL'S NAME: A. My firm is a publicly-held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official: B. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official: C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony. Name of Felon(s): (attach additional sheet if necessary) Details of Conviction(s): (attach additional sheet if necessary) Signature of Company Official: 14

ATTACHMENT G: Federal Compliance For The Use Of Federal Funds The District has elected to solicit this invitation to bid under the requirements set forth by the Code of Federal Regulations (CFR) Title 2 Grants and Agreements, Part 200 Uniform Administrative Requirements, Cost Principals, and Audit Requirements for Federal Awards. (2 CFR 200). Following these federal requirements will allow for federal funds entrusted to the District to be used to make purchases through the anticipated contract. The CFR is the codification of the general and permanent rules published in the Federal Register by the departments and agencies of the Federal Government produced by the Office of the Federal Register (OFR) and the Government Publishing Office. The CFR may change during the term of the contract and the supplier may be required to make adjustments as necessary. The supplier must affirm as a company, understand, agree and affirm to all areas identified below and included in attachment titled Federal Compliance Guidelines and Requirements. Some of the areas may not be applicable to this solicitation and it is the supplier's sole responsibility to identify which areas are appropriate for the solicitation. Failure to affirm these requirements may, at the District s discretion, disqualify the associated response to this solicitation or limit the use of the awarded contract based on the funding source. By completing and signing this information, the company certifies and agree with the requirements set forth under the solicitation attachment titled Federal Compliance Guidelines for the Use of Federal Funds. Firm Name: Address: City: State: Zip: Telephone: Or Fax: email: (Signature of Person Authorized to Sign Proposal) Printed Name: (Please print or type) Date: Title: 15

ATTACHMENT H: Conflict of Interest Disclosure of Certain Relationships with Local Government Officials. Any individual or business entity that contracts or seeks to contract for the sale or purchase of property, goods, or services with Lake Travis ISD must file a Vendor Conflict of Interest Questionnaire with the LTISD Purchasing Office in accordance with Texas Local Government Code Chapter 176, not later than the 7th business day after the recipient becomes aware of facts that require filing. This requirement applies to a person who is an agent of a Vendor in the Vendor's business with the District. Forms and additional information are available https://www.ltisdschools.org/page/334. District Employees. In reference of LTISD Policies CH (Local) Purchasing and Acquisition, and DBD (Local) Employment Requirements and Restrictions, all Respondents must disclose the name of any LTISD employee who owns, directly or indirectly, an interest in the Respondent s firm or any of its branches. Failure to provide such information may be grounds for disqualification of the response or cancellation of a contract resulting from this request. Purchase of services or equipment from a business owned in whole or in part by a District employee shall be permitted only when approved by the Superintendent and executed through a documented competitive process. Services that might be provided by the employee as an extension of the employee's regular job responsibilities shall not be considered. 16