Loading...
HomeMy Public PortalAboutLowell GC RFQ 05.03..21 Draft 4 AC[CONO\SP Town of Watertown Watertown, Massachusetts PROJECT FOR LOWELL ELEMENTARY SCHOOL PROJECT NUMBER 2022-02 GENERAL CONTRACTOR PREQUALIFICATION REQUEST FOR QUALIFICATIONS AND STATEMENT OF QUALIFICATIONS SUBMISSION DEADLINE: 1:00 PM, Thursday, JULY 22, 2021 Submit Statement of Qualifications to: Town of Watertown—Administration Building Purchasing Department 149 Main Street Watertown, MA 02472 Attn: Raeleen Bandini— Director of Purchasing STANDARD FORMS FOR GENERAL CONTRACTOR PREQUALIFICATION COMMONWEALTH OF MASSACHUSETTS (Pursuant to M.G.L. c. 149, §44D1/2 and 810 CMR 9.00) INDEX Part One: Request for Qualifications (to be completed by Awarding Authority) Section I: General Project Information Section II: Detailed Project Description Section III: General Instructions Section IV: Overview Of Prequalification Process Section V: Administration/Schedule For Prequalification Process Section VI: Evaluation Procedure/Criteria For Prequalification Selection Section VII: Additional Information Part Two: SOQ Application Forms/Schedules (to be completed by General Contractor) GC SOQ Form 1: RFQ Interest Form GC SOQ Form 2: SOQ Application Form Schedule A: Business Owner Information Schedule B: Management Personnel Information Schedule C: Similar Project Experience Schedule D: Terminations Schedule E: Legal Proceedings Schedule F: Safety Record Schedule G: MBE/WBE and Workforce Compliance Records Schedule H: Project References Schedule I: Credit References Schedule J: Public Project References Schedule K: Revenue Under Contract GC SOQ Form 3: RFQ Response Checklist Part One: RFQ Section I: General Proiect Information Awarding Authority: Town of Watertown Project Name: Lowell Elementary School Project No: 2022-02 Project Location: 175 Orchard Street Watertown, MA 02472 Project Description: Project consists of a renovation of the existing 71,000 GSF of the Lowell Elementary School (LES) building and two additions, on the north end of the existing building an addition of 3,100 GSF and the other on the south end of the existing building an addition of 20,000 GSF. Project includes the abatement of the existing Lowell Elementary School as required. The project is located at 175 Orchard Street, Watertown, Massachusetts on approximately 8.18 acres of land which is bisected into two lots by Lowell Ave. The school sits on the southern parcel of land which is approximately 4.50 acres. No exterior improvements are anticipated on the northern parcel of land except those required to facilitate underground utility and parking improvements along Lowell Ave. Construction will start in March 2022 and be completed in June 2023. The abatement and specific demolition of the existing building exterior and interior space is included in the scope of work. The construction delivery method will be Design-Bid-Build. RFQ Informational Meeting N/A (if applicable): 2 Optional Site Visit N/A (if applicable): Submission Deadline: (for submission of SOQs in response to this RFQ) July 22, 2021 at 1:00 pm Submission Address: Town of Watertown—Administration Building Purchasing Department 149 Main Street Watertown, MA Attn: Raeleen Bandini-Director of Purchasing Estimated Construction Cost: $37,000,000.00 Estimated Project Duration: 16 months for construction of the Lowell Elementary School. Owner's Project Manager: Hill International, Inc. 75 2nd Avenue, Suite 300 Needham, MA 02494 Email: thomasfinnegan@hillintl.com Project Designer: Ai3 Architects 526 Boston Post Road Wayland, MA 01778 Phone: 508-358-0790 Fax: 508-358-0791 Project Specific Requirements (if applicable): Workforce Compliance Records 3 Section II: Detailed Proiect Description 1.2 PROJECT DESCRIPTION A. The Project consists of renovation of the existing 71,000 GSF Lowell Elementary School and two additions, one on the north end of the 1926 building of 3,100 GSF and the other on the south end of the 1996 addition of 20,000 GSF. 1. The existing Lowell Elementary School was constructed in two major phases. The original building was constructed between 1926 and 1930 with a major addition and renovation occurring in 1996. Renovations will include reconfiguration of existing rooms, window and roof replacement, the addition of a two-pipe cooling loop to feed new unit ventilators, addition of a pad-mounted chiller on site and replacement of existing interior lighting and finishes. 2. The project is located at 175 Orchard Street, Watertown, Massachusetts on approximately 8.18 acres of land which is bisected into two lots by Lowell Ave. The School sits on the southern parcel of land which is approximately 4.50 acres. No exterior improvements are anticipated for the northern parcel of land except those required to facilitate underground utility and parking improvements along Lowell Ave. 3. Exterior sitework for the project will include additional parking and a retaining wall along Lowell Avenue, a new raised main entry area and exterior stairs,pedestrian sidewalks, underground utilities, on- site service and access roadways, playground, site amenities and raised planting beds. 4. The construction delivery method will be Design-Bid- Build. 5. Contract Term: The successful Bidder may begin on-site work on, or after Monday, February 28, 2022, with receipt of a written Notice to Proceed, or suitable Letter of Intent. After commencement of work, the General Contractor shall pursue the Work continuously and with diligence, and bring the Project to Substantial Completion by the date indicated in the Owner-General Contractor agreement. a. Substantial completion is the stage in the progress of the Work when the work or designated portion thereof is sufficiently complete in accordance with 4 the Contract Documents so the Owner can occupy or utilize the Work for its intended use. This includes any and all permits required by governmental agencies necessary for occupancy and use. 7. Work included beyond the Contract Limits: Protection and replacement of abutting sidewalks and roadways in public way, and on adjacent properties. 8. The Project additionally includes work in areas beyond the Contract Limits, where indicated in the Contract Drawings. 9. Completeness: The Work shall be as shown on the Drawings and be complete in every respect and in conformance with all applicable requirements of the governing laws and codes. Building Permits: The building permit fee for the project has been waived by the Town of Watertown.All electrical and plumbing permits are required and all fees associated with these permits shall be paid in full. The General Contractor shall receive the building, electrical and plumbing permits prior to performing any work on the Project. All other permits required by Town, State Agencies or other public agencies will require payment of fees. Each Bidder shall take this into account in calculating his or her bid for work. *Note: In order to get the best quality responses to this RFQ, the Awarding Authority is advised to provide as much information as possible in this section. s Section III: General Instructions In response to this RFQ, interested General Contractors are required to submit a Statement of Qualifications("SOQ") application package as follows: A. Contents of Statement of Qualifications Application Package The required SOQ application package consists of the following: 1. GC RFQ Form 2(signed, dated, and acknowledging all Addenda, if any) 2. Schedules A through K to GC RFQ Form 2; 3. All supporting documentation referenced and required therein (Bond Letter, Workers' Comp. backup, DCAM Certificate of Eligibility, DCAM Update Statement); and (optional) no more than 3 doubled sided 8 '/2 x 11 pages of additional information concerning the applicant. This additional information must be stapled , no folders or binders will be allowed; and 4. Required number of copies of items 1-3 above. B. Submission Deadline: See Section 1: General Information An original and 3 complete copies, and (1) electronic copy in PDF format(flash drive or CD) of the interested General Contractor's SOQ application package must be received by the Awarding Authority on or before the Submission Deadline as set forth in Section I, as determined by the Awarding Authority's date/time stamp. All envelopes must be mailed or delivered to: Town of Watertown —Administration Building Purchasing Department, Lower Level 149 Main Street Watertown, MA 02472 SOQ application packages received by the Awarding Authority later than the Submission Deadline specified in Section I will be rejected and returned to the respondent General Contractor. Respondent General Contractors are cautioned to allow sufficient time for mailed materials to be received. Telecopied, faxed, or e-mailed qualifications will not be accepted. Awarding Authoritv shall not be responsible for mail not received, deliveries not made, or SOQ application packages not received by the date and time set forth in Section 1. 6 C. Required Exterior Label For SOQ Application Package Envelope SOQs will not be read publicly and should be submitted in a sealed envelope. All envelopes must be labeled on the outside with the following information: RFQ for General Contractor Services Awarding Authority Name: Town of Watertown Project Name: Lowell Elementary Schools Project Number.2022-02 Respondent General Contractor's Name: Respondent General Contractor's Address: Respondent General Contractor's Telephone#: Respondent General Contractor's Contact Person: D. RFQ Informational Meeting (if applicable) If indicated in Section I, an informational meeting regarding the prequalification process for this Project will be held. (If applicable, attendance is optional for those interested in responding to the RFQ.) E. Optional Site Visit If indicated in Section 1, a site visit will be available during the RFQ Phase. (If applicable, attendance is optional for those interested in responding to the RFQ.) F. Review/Availability Of Contract Documents Drawings, specifications and other documents will not be available to respondent General Contractors during the RFQ Phase. G. Subcontractor Prequalification The Project will require prequalification of Subcontractors. If applicable, the following Subcontractors will be prequalified to submit filed sub-bids under a separate RFQ and prequalification process: Check Below If Trade Will Be Section # Trade Category Prequalified On This Project ® 040001 Masonry ® 050001 Miscellaneous and Ornamental Iron ® 070001 Waterproofing, Dampproofing, Caulking ® 070002 Roofing and Flashing ® 080005 Metal Windows ® 088000 Glass and Glazing ® 090003 Tile ® 090006 Resilient Flooring ® 090009 Painting ® 095100 Acoustical Ceilings ® 210001 Fire Protection ® 220001 Plumbing ® 230001 Heating, Ventilation &Air-Conditioning ® 260001 Electrical H. Additional Instructions See Section VI: Evaluation Procedure/Criteria for Prequalification Selection, and Section VII: Additional Information for additional instructions regarding the prequalification process. Section IV: Overview Of Prequalification Process • This Request for Qualifications ("RFQ") is issued pursuant to M.G.L. c. 149, §44D'/z. Firms interested in providing General Contractor services for the construction of the project described in Section I and Section II ("the Project") MUST submit a Statement of Qualifications ("SOV) in response to this RFQ to the Awarding Authority as instructed in Section III, VI, and Section VII, herein. • The General Contractor selection process for this Project is a two-phase process as set forth in M.G.L. c. 149, §44D'/z. The project delivery method for construction will be under M.G.L. c. 149. The Awarding Authority is prequalifying firms interested in providing General Contractor services for the Project through this RFQ prequalification process. :................... IMPORTANT NOTICES ......."" . 8 Participation in the RFP Bidding Phase of this Project will be limited to ONLY those General Contractor firms who have submitted a SOQ(and required supporting documentation) in response to this RFQ and that have been deemed prequalified by the Awarding Authority. General Contractors that fail to respond to this RFQ and submit a SOQ with the required supportinq documentation by the Submission Deadline set forth in Section 1 and General Contractors that have not been deemed prequalified by the Awardinq Authority shall be automatically disqualified from biddinq on this Proiect. The Awarding Authority is prequalifying General Contractors and selected subtrade category Subcontractors for this Project. Therefore, responses to this RFQ will be considered ONLY for the prequalification of General Contractors that, if deemed prequalified will be invited to submit a bid pursuant to M.G.L.c. 149,§44E. Any contractor seeking to be prequalified as both a General Contractor and Subcontractor for a particular filed sub-bid trade(s) shall be required to file separate responses to BOTH this RFQ and the RFQ issued to prospective filed sub-bidders for this Project (one for each subtrade of interest). IMPORTANT NOTICES ********************** Section V: Administration/Schedule For Prequalification Process A. "Two-Phase" Selection Process Selection of the General Contractor for the Project will be conducted in a two-phase process as set forth in M.G.L. c. 149, §44D'/Z. General Contractor firms must first be prequalified in the Phase One — RFQ/Prequalification Phase in order to bid on the Project in Phase 2 — RFP/Bidding Phase. 1. Phase One—RFQ/Prequalification Phase • Submission Of Statement Of Qualifications ("SOQ') - Interested General Contractor firms must submit a completed SOQ; completed Schedules A through K, and all required supporting documentation referenced therein in response to this RFQ by the Submission Deadline set forth in Section I. • Prequalification Committee —The Awarding Authority has appointed a Prequalification Committee to review and evaluate the SOQs (and supporting documentation) submitted by interested General Contractors. The Prequalification Committee shall consist of one (1) representative from the Project Designer, one (1) representative from the Owner's Project Manager and two (2) representatives from the Awarding Authority. • Evaluation By Prequalification Committee-The Prequalification Committee shall meet as necessary to evaluate and review the SOQs (and supporting documentation) submitted by each respondent General Contractor firm in accordance with the evaluation criteria set forth in Section VI. 9 • Notice To Respondent General Contractors — The Awarding Authority anticipates concluding the RFQ evaluation and review process within the time set forth in Section V(B)herein. Upon completion of the evaluation and review process described herein, the Prequalification Committee shall provide written notice to all respondent General Contractors as to whether they are deemed prequalified or not. Prequalified General Contractor firms shall also be invited to participate in Phase Two, the RFP/Bidding Phase of the General Contractor selection process. 2. Phase Two— RFPIBidding Phase • General Contractor firms determined in Phase One by the Prequalification Committee to be prequalified will be invited to bid on the Project. Only firms deemed prequalified durinq Phase One—RFQ/Prequalification Phase will be permitted to participate in Phase Two, the RFP/Bidding Phase. Firms that are not prequalified by the Prequalification Committee and firms that do not participate in the RFQ phase will be precluded from participatinq in Phase Two - the RFP Bidding/Phase. B. Anticipated Schedule For Prequalification/Bidding Anticipated Completion of Prequalification August 27, 2021 Evaluations: Anticipated Invitation to Bid to Prequalified October 7, 2021 Bidders: Anticipated Notice To Proceed: February 28, 2022 Anticipated Construction Schedule: 70 weeks (16 months) from Notice to Proceed. Section VI: Evaluation Procedure/Criteria For Prequalification Selection A. Sources of Information Considered Respondent General Contractors must submit documentation for the four (4) statutory evaluation criteria categories listed herein. Prequalification will be based on the submitted information and materials as well as information on prior project performance, information obtained from references, information obtained from governmental agencies and entities, information contained within DCAM's certification files, and such other information as may be obtained relating to the evaluation criteria categories. The Prequalification Committee may also request and review additional information as necessary to clarify or supplement the information provided to or obtained by the Awarding Authority. Do not include superfluous material. You must include the SOQ Response Form (GC RFQ Form 1), GC RFQ Form 2, Schedules A through K (attached hereto), and Supporting Documentation referenced and required therein.You must give complete and accurate answers to all questions and provide all of the information requested. Making a materially false 10 statement in this SOQ submission is grounds for rejection and debarment. B. Evaluation Procedure As set forth herein and in accordance with M.G.L. c. 149, §44D'/z and 810 CMR 9.00, the Awarding Authority has established a Prequalification Committee for the purpose of reviewing and evaluating responses to this RFQ.The Prequalification Committee shall evaluate interested General Contractors based on the evaluation criteria set forth herein and assign points for each evaluation criterion category and subcategory provided herein. The Prequalification Committee shall prepare a written evaluation score form for each respondent General Contractor that provides a composite point rating and a specific point rating for each of the evaluation criterion set forth in M.G.L. c. 149 and herein.The Prequalification Committee shall prequalify only those General Contractor firms that have achieved the minimum points required in each category set forth herein and a minimum total score of seventy (70) points. Only General Contractor firms achieving the minimum score required in each evaluation category set forth herein, as well as a minimum total score of seventy(70)points overall shall be prequalified and invited to submit bids consistent with M.G.L. c. 149, §44E. An interested General Contractor's score shall be made available to the General Contractor upon request. The decision of the Prequalification Committee shall be final and shall not be subject to appeal except on grounds of fraud or collusion. C. Criteria for Prequalification SOQs must be submitted on the GC RFQ Form 2 attached hereto. Interested General Contractors submitting a SOQ and supporting information in any other form will not be prequalified. The Prequalification Committee shall review and evaluate the information submitted by interested General Contractors in accordance with the statutory point scheme set forth in M.G.L. c. 149, §44D'/Z. Also in accordance with §44D'/Z, the RFQ shall set forth the available points for each evaluation sub-category in order to provide interested General Contractors prior notice of the points available in each sub-category. The Prequalification Committee will evaluate joint-venture qualifications as a single entity and not on the component companies. It is incumbent on firms submitting as a joint venture show that the joint venture has the qualifications and relevant experience necessary to achieve the minimum score for each evaluation category listed below. 1. Management Experience - (50 points available in this category; minimum of 25 points required in this category for prequalification approval) a. Business Owners: [Schedule A] Provide the name, title, including a detailed description of the role and job responsibilities, scope of work and numbers of years with the firm for each of the business owner(s) of the firm. YOU MUST attach a resume for each individual listed. If the respondent General Contractor is a partnership, YOU MUST provide the requested information for each I general and limited partner. If the respondent General Contractor is a corporation or limited liability company, YOU MUST provide the requested information for each officer, director and/or member. (5 points available) b. Management Personnel: [Schedule B] Provide the name, title, including a detailed description of the role and job responsibilities, scope of work, education, construction experience, years with the firm and list of all projects completed for the management personnel who will be assigned direct management and field supervision over the Project including, but not limited to, project executives, project managers, field superintendents and field engineers. YOU MUST attach a resume for each individual listed. Points awarded under this section will be based on the qualifications and references of the submitted personnel. The Awarding Authority reserves the right to reject substitutions of key personnel by contractor if awarded the contract. (5 points available) C. Similar Project Experience: [Schedule C] Provide the project name(s), description, scope of work, original contract sum, final contract sum with explanation, and date of completion for each and every similar project undertaken by the firm in the last five (5) years. For purposes of this RFQ, "similar projects" shall mean new/renovation construction of a Massachusetts public building of similar program, scope and size, with a construction cost of at least$37 million. (20 points available) d. Terminations: [Schedule D] Provide a list of any projects on which the firm was the General Contractor and was terminated, held in default, or failed to complete the work. Include the name of the project, the timeframe of the project and circumstances surrounding the termination or default. (Note: Awarding Authority does not elect to limit reporting time period.) (5 points available) e. Legal Proceedings: [Schedule E] Provide information regarding each and every legal proceeding, administrative proceeding and arbitration pending against the General Contractor. In addition, provide information regarding each and every legal proceeding,administrative proceeding or arbitration concluded adversely to the General Contractor within the past five (5) years, which relate to the procurement or performance of any public or private construction contract. (5 points available) f. Safety Record: [Schedule F] Provide the three (3)year history of the General Contractor's workers' compensation experience modifier. In addition, YOU MUST provide documentation from the General Contractor's insurance carrier supporting the rating history provided. (7 points available) g. MBEMBE and Workforce Compliance Record: [Schedule G] Provide information and evidence of the General Contractor's compliance record with respect to Minority Business Enterprise and Women Business Enterprise goals 12 and workforce inclusion goals for all projects completed within the past five (5) years which had such goals. YOU MUST provide documentation supporting the actual participation and inclusion amounts reported (3 points available) 2. References-(30 points available in this category;minimum of 15 points required in this category for prequalification approval) a. Project References: [Schedule H] Provide reference information for owners and architects for each and every project listed in your response to Section VI(C)(1)(c) [Schedule C]. Information provided shall at least include project name and the names of the owners and architects, with current address, current telephone and fax numbers, and contact person for each. Note: The Prequalification Committee may also consider project reference information and project evaluations obtained from the Update Statement, DCAM's certification files and information provided in response to Subsection 2(c) herein. (20 points available) Respondents are hereby strongly advised to provide current contact names and telephone numbers in the Statement of Qualifications, as the mandatory minimum required points in this category cannot be obtained if the Prequalification Committee cannot verify a sufficient number of references. The Prequalification Committee will evaluate references on a joint-venture as a single entity and not on the component companies. References with knowledge of only the component firms may not be considered relevant to the joint venture. b. Credit References: [Schedule 1]Provide a minimum of five(5)Letters of credit references (one from a bank). Letters of credit to be included in SOQ and not sent to the Owner. Also, include the telephone and fax numbers of a contact person from key suppliers, vendors and banks. (5 points available) C. Public Project Record: [Schedule J] Provide a list of ALL completed public building construction projects (as defined by M.G.L. c. 149, §44A)worked on during the past three (3) years with the project name, scope of work, contract value, start date, completion date, status of the project, owner's name (including address, telephone number, fax number, and contact person) and architect's name (including address, telephone number, fax number and contact person). (5 points available) Respondents are advised that failure to list any such projects as outlined above may result in a loss of points for this sub-category. 3. Capacity to Complete Projects - (20 points available in this category; minimum of 10 points required in this category for prequalification approval) 13 a. Audited Financial Statement: Submit an audited financial statement for the most recent fiscal year. The financial information submitted shall remain confidential and shall not be a public record. (10 points) b. Revenue Under Contract: [Schedule K] Submit revenue under contract for the next three (3)years, including the current year. (10 points) 4. Mandatory Requirements-(no points assigned) a. Bonding Capacity: Interested General Contractors must provide a commitment letter (from a surety company licensed to do business in the Commonwealth of Massachusetts and whose name appears on the United States Treasury Department Circular 570) for payment and performance bonds in an amount equal to or greater than one hundred percent (100%) of the estimated construction cost for Project as set forth in Section 1. b. DCAM Certification: Interested General Contractors must provide a currently valid Certificate of Eligibility issued by DCAMM to the General Contractor pursuant to M.G.L. c. 149, §44D, showing a single and aggregate capacity rating sufficient for the Project. C. Update Statement: Interested General Contractors must provide a current and completed Update Statement prepared by the interested General Contractor. The Update Statement must be DCAMM's Standard Form 2005 or 2006, including Part 1: "Completed Projects", and Part 2:"Currently Held Contracts". Section VII: Additional Information A. Status of Request for Qualifications This RFQ is solely a request for information. It does not represent an offer nor does it confer any rights on any respondent General Contractor. The Awarding Authority shall not be responsible under any circumstances for any costs incurred by any respondent General Contractors to this RFQ. The Awarding Authority reserves the right to cancel this procurement at any time if it is in its the best interest to do so. B. Treatment of Information Submitted With the exception of the required audited financial statements and Schedule K, the Awarding Authority shall have no obligation to treat any information submitted by an interested General Contractor in or in connection with a SOQ as proprietary or confidential unless the Awarding Authority determines that the information legitimately requires such treatment. In such case, the Awarding Authority's obligation with respect to protection and disclosure of such information shall at all times be subject to applicable laws. The Awarding Authority shall have the right to 14 use all or portions of the SOQ, as it considers necessary or desirable in connection with the Project. By the submission of a SOQ,the respondent General Contractor thereby grants to the Awarding Authority an unrestricted license to use the SOQ, including all materials submitted therewith, in connection with the project. C. Communication between Awarding Authority and Respondent General Contractors Unauthorized communications or contact between General Contractors, their employees, agents or other related entities interested in submitting a SOQ and the Awarding Authority, the project designer, the project manager, or any other person or entity participating on the Prequalification Committee with regard to the Project are strictly prohibited. The only authorized communications shall be 1) inquiries to the Awarding Authority for general information about obtaining the RFQ, RFQ submission deadlines, and the existence of any relevant addenda to the RFQ; and 2) inquiries made at the official Pre-RFQ Submission meeting held by the Awarding Authority. If applicable, the official Pre-RFQ Submission Meeting will be held at the date and time set forth in Section I. Any issues brought to the Awarding Authority's attention at the Pre-RFQ Submission meeting, which the Awarding Authority determines will require additional clarification will be addressed by issuing a written addendum. Oral and other clarifications will be without legal effect.All such addenda will be considered part of this RFQ, and the respondent General Contractor shall be required to acknowledge receipt of all addenda on the RFQ Proposal Response Form attached to this RFQ. The Awarding Authority will email and/or mail addenda to all respondent General Contractors that have emailed or mailed an RFQ Interest Form, GC RFQ Form 1 to the Awarding Authority or have received the RFQ directly from the Awarding Authority and will post the addenda on the web site in the listing for this Project. It shall be the sole responsibility of the respondent General Contractor to ascertain the existence of any and all addenda issued by the Awarding Authority. From the date of issuance of this RFQ,any respondent General Contractor that contacts directly or indirectly any member or employee of the Awarding Authority, or the project designer, or the project manager, or any member of the Prequalification Committee in connection with the selection process or the contract contemplated herein for this project is subject to disqualification. Contact is permitted for the purpose of obtaining a copy of this RFQ or to submit a verbal or written question or request for clarification at the Pre-RFQ Submission meeting as set forth in Section I. [THIS SPACE IS INTENTIONALLY BLANK] 15 Part Two: Forms to Be Completed By General Contractor RFQ Interest Form GC RFQ Form 1 Instructions: If your firm is interested in responding to the RFQ for Prequalification of General Contractors for this Project then GC RFQ Form 1 MUST be submitted to the Awarding Authority BEFORE submitting the SOQ Application GC RFQ Form 2. Awarding Authority: Town of Watertown Project Name: New Lowell Elementary School Mail or Email this RFQ Interest Form to': Town of Watertown-Administration Building- Purchasing Dept. ATTN: Raeleen Bandini - Director of Purchasing 149 Main Street Watertown, MA 02472 Email to: purchasing@watertown-ma.gov By submitting this GC RFQ Interest Form the below identified firm is expressing its interest in the above-referenced public building construction project and is requesting that it be added to the list of firms that will receive any addenda to the RFQ on the Project. The Awarding Authority assumes no responsibility for a firm's failure to receive any addenda or other correspondence related to this RFQ due to the firm's failure to submit an RFQ Interest Form as directed above or for any other reason. General Contractor Firm Name: General Contractor Address: General Contractor Telephone: General Contractor Facsimile: General Contractor Contact Person/Title: Date Submitted: By: (Signature of Authorized Representative) Note: The Statement of Qualifications ("SOQ") application form (GC RFQ Form 2) and accompanying Schedules A through K, submitted in response to this RFQ MAY NOT BE FAXED. 1 Statement of Qualifications Application for General Contractors GC RFQ Form 2 Note: See Sections lll, VI, and VII of Part One, the RFQ for this Project,for instructions on completing this Statement of Qualifications and accompanying Schedules A through K. Project Name: New Lowell Elementary School Project No: 2022-02 Awarding Authority: Town of Watertown General Contractor Name: General Contractor Mailing Address: General Contractor Street Address: Telephone Number: Facsimile Number: Contact Person/Title: 1. Management Experience - (50 points available; minimum of 25 points required for prequalification approval) a. Business Owners (5 points): Interested General Contractors MUST COMPLETE Schedule A and MUST ATTACH to it a resume for each and every business owner of your firm as set forth in Section VI(C)(1)(a) of Part One, the RFQ for this Project. b. Management Personnel (5 points): Interested General Contractors MUST COMPLETE Schedule B and MUST ATTACH to it a resume for each and every person who will have any management responsibility, direct or indirect, for the Project, as set forth in Section VI(C)(1)(b) of Part One, the RFQ for this Project. C. Similar Project Experience (20 points): Interested General Contractors MUST COMPLETE Schedule C and list similar projects as set forth in Section VI(C)(1)(c) of Part One, the RFQ for this Project. d. Terminations(5 points): Interested General Contractors MUST COMPLETE Schedule D and list each and every project on which your firm was terminated or failed to complete the work as set forth in Section VI(C)(1)(d) of Part One, the RFQ for this Project. e. Legal Proceedings (5 points): Interested General Contractors MUST COMPLETE Schedule E and list any and all legal proceeding or administrative proceeding or arbitration as set forth in Section VI(C)(1)(e) of Part One, the RFQ for this Project. 2 f. Safety Record(7 points): Interested General Contractors MUST COMPLETE Schedule F and provide the three (3) year history of its workers' compensation modifier rating as set forth in Section VI(C)(1(f) of Part One, the RFQ for this Project, and MUST ATTACH to Schedule F documentation from its insurance carrier supporting the ratings reported therein or no points may be awarded. g. MBEMBE and Workforce Compliance Record (3 points): Interested General Contractors MUST COMPLETE Schedule G and provide copies of documents providing evidence of the firm's compliance record with respect to Minority Business Enterprise and Women's Business Enterprise participation goals and workforce inclusion goals for each and every project completed that had a contractual MBE/WBE participation goal or minority and women workforce goals as set forth in Section VI(C)(1)(g) of Part One, the RFQ for this Project. In addition, interested General Contractors MUST ATTACH documentation supporting the actual participation and inclusion amounts reported in Schedule G. 2. References - (30 points available; minimum of 15 points required for prequalification approval) a. Project References (20 points): Interested General Contractors MUST COMPLETE Schedule H and provide project references from owners and architects for all projects as required in Section VI(C)(2)(a) of Part One, the RFQ for this Project. Respondents are hereby strongly advised to provide current contact names and telephone numbers, as the mandatory minimum required points in this category cannot be obtained if the Prequalification Committee cannot verify a sufficient number of references. b. Credit References (5 points): Interested General Contractors MUST COMPLETE Schedule I and provide a minimum of five (5) credit references as required in Section VI(C)(2)(b) of Part One, the RFQ for this Project. C. Public Project Record (5 points): Interested General Contractors MUST COMPLETE Schedule J and list ALL completed public building construction projects completed by your firm during the past three (3) years as required in Section VI(C)(2)(c) of Part One, the RFQ for this Project. Respondents are advised that failure to list any such projects as outlined above may result in a loss of points for this sub-category. 3. Capacity to Complete Proiect- (20 points available; minimum of 10 points are required for prequalification approval) a. Audited Financial Statement(10 points): Interested General Contractors MUST ATTACH to the GC RFQ Form 2 an audited financial statement for the most recent fiscal year (may be submitted in a sealed envelope). (Note: whether submitted in a sealed envelope or not, such audited financial statements shall not be considered public records). 3 b. Revenue Under Contract(10 points): Interested General Contractors MUST COMPLETE Schedule K and list revenue under contract for the next three (3)fiscal years, including the current vear. Such financial information shall not be considered public records. 4. Mandatory Requirements: (no points are assigned) a. Payment and Performance Bonds: Interested General Contractors MUST ATTACH to the GC RFQ Form 2 a commitment letter as set forth in Section VI(C)(4)(a) of Part One, the RFQ for this Project. b. Certificate of Eligibility: Interested General Contractors MUST ATTACH to the GC RFQ Form 2 a currently valid Certificate of Eligibility (issued by DCAM) as set forth in Section VI(C)(4)(b) of Part One, the RFQ for this Project. C. Update Statement: Interested General Contractors MUST ATTACH to the GC RFQ Form 2 a current and completed Update Statement, as set forth in Section VI(C)(4)(c)of Part One, the RFQ for this Project The Update Statement must be DCAM's Standard Form 2005 or 2006, including Part 1: "Completed Projects", and Part 2:"Currently Held Contracts". 4 5. Execution Requirements a. RFQ Response Checklist: Before signing and submitting its SOQ application package for this Project, interested General Contractors are advised to carefully review the RFQ Response Checklist— GC RFQ Form 3. b. Acknowledgement of Addenda. By signing below, the interested General Contractor acknowledges receipt of the followinq addenda to this RFQ: [Insert Addenda#] C. Incomplete or Inaccurate Information: Failure to accurately and completely provide the information requested may result in the disqualification. d. Authorization to Sign: This form MUST be signed by an officer of the firm or an individual so authorized by an officer of the firm who has personal knowledge regarding the information contained herein. e. Debarment Status: By signing below, the interested General Contractor certifies that it is not currently debarred from performing public work for the Commonwealth of Massachusetts or the Federal Government. SIGNED UNDER THE PAINS AND PENALTIES OF PERJURY.- Signature: Print Name: Title: Telephone: Date: s [insert GC Firm Namel SCHEDULE A— BUSINESS OWNERS: Interested General Contractor MUST provide the following information and attach a copy of the resume for each and every business owner of the firm in accordance with Section VI(C)(1)(a) of Part One, the RFQ for this Project. ROLE/JOB RESPONSIBILITIES/SCOPE OF NAME TITLE WORK #OF YEARS W/FIRM EDUCATION/EXPERIENCE 6 [insert GC Firm Namel SCHEDULE B — MANAGEMENT PERSONNEL: Interested General Contractors MUST provide the following information and attach a copy of the resume for each and every person who will have any direct or indirect management responsibility for the Project, including but not limited to, project executives, project managers, project superintendents, etc. in accordance with Section VI(C)(1)(b) of Part One, the RFQ for this Project. ROLE/JOB RESPONSIBILITIES/SCOPE #OF YEARS NAME TITLE OF WORK W/FIRM EDUCATION/EXPERIENCE COMPLETED PROJECTS [Insert GC Firm Namel SCHEDULE C - SIMILAR PROJECT EXPERIENCE: Interested General Contractor MUST list all similar projects your firm has completed during the last five (5) years. For the purpose of this RFQ"similar projects"shall be as defined in Section VI(C)(1)(c) of Part One, the RFQ for this Project. ORIGINAL AND FINAL PROJECT NAME& PROJECT CONTRACT AMOUNT AND DATE COMPLETED LOCATION OWNER PROJECT DESCRIPTION AND SPECIFIC SCOPE EXPLANATION (MIDIYYYY) R [insert GC Firm Namel SCHEDULE D - TERMINATIONS: Interested General Contractors are required to list each and every project on which it was terminated or failed to complete the project as set forth in Section VI(C)(1)(d) of Part One, the RFQ for this Project. % REASON FOR SCOPE OF WORK START&END ESTIMATED CONTRACT COMPLETE TERMINATION PROJECT NAME&LOCATION PERFORMED CONTRACTED WITH DATES AMOUNT 9 [insert GC Firm Namel SCHEDULE E - LEGAL PROCEEDINGS: Interested General Contractors are required to list each and every legal proceeding, administrative proceeding or arbitration currently pending and each and every legal proceeding, administrative proceeding and arbitration concluded adversely against it within the past five (5)years as set forth in Section VI(C)(1)(e) of Part One, the RFQ for this Project. PROJECT NAME&LOCATION DESCRIPTION OF LEGAL PROCEEDING(include caption of case, parties, location of proceeding, PROJECT OWNER description of the dispute or enforcement action and status and/or outcome) 10 (insert GC Firm Namel SCHEDULE F — SAFETY RECORD: Interested General Contractors are required to provide the three (3) three year history of its workers' compensation experience modifier and MUST attach documentation from its insurance carrier supporting the ratings reported herein as set forth in Section VI(C)(1)(f) of Part One, the RFQ for this Project. YEAR WORKERS'COMP.EXPERIENCE MODIFIER COMMENTS II [insert GC Firm Namel SCHEDULE G — MBE/WBE and WORKFORCE COMPLIANCE RECORDS: Interested General Contractors are required to list each and every project completed within the time frame set forth in Section VI(C)(1)(g)of Part One, the RFQ for this Project, that had contractual MBE/WBE participation goals or minority and women workforce goals. For the actual participation or workforce inclusion amounts listed, you MUST attach documentation from the owner supporting the amount reported. In addition, if the goals were not met, then you must explain why and indicate whether any sanctions or penalties were imposed. PROJECT NAME, CONTRACT MBE ACTUAL WBE ACTUAL WORK- ACTUAL IF GOALS NOT MET EXPLAIN WHY SANCTION LOCATION&AWARDING VALUE GOAL MBE GOAL WBE FORCE WORK- OR AUTHORITY PARTICI- PARTICI- GOALS FORCE PENALTY PATION PATION PARTICI- AND PATION AMOUNT 12 [Insert GC Firm Namel SCHEDULE H - PROJECT REFERENCES: Interested General Contractors are required to list references for prior work your firm has performed as set forth in Section VI(C)(2)(a) of Part One, [Schedule C] the RFQ for this Project. PROJECT COMPANY NAME CONTACT PERSON TELEPHONE# FAX# OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: OWNER: Completion Date DESIGNER: 13 [insert GC Firm Namel SCHEDULE I - CREDIT REFERENCES: Interested General Contractors are required to list a minimum of five (5) credit references from banks, suppliers and/or vendors as set forth in Section VI(C)(2)(b) of Part One, the RFQ for this Project. CHECK ONE COMPANY NAME CONTACT PERSON TELE# FAX# ❑BANK ❑SUPPLIER ❑VENDOR ❑BANK ❑SUPPLIER ❑VENDOR ❑BANK ❑SUPPLIER ❑VENDOR ❑BANK ❑SUPPLIER ❑VENDOR ❑BANK ❑SUPPLIER ❑VENDOR 14 [insert GC Firm Namel SCHEDULE J - PUBLIC PROJECT RECORD: — Interested General Contractors are required to list ALL completed public buildings during the past three (3) years in accordance with Section VI(C)(2)(c) of Part One, the RFQ for this Project. (You may attach additional pages if necessary). PROJECT INFORMATION CONTACT INFORMATION Provide business and contact name,address,telephone and fax PROJECT NAME: AWARDING AUTHORITY: CONTRACT VALUE: SCOPE: DESIGNER: START DATE: FINISH DATE: PROJECT NAME: AWARDING AUTHORITY: CONTRACT VALUE: DESIGNER: SCOPE: START DATE: FINISH DATE: PROJECT NAME: AWARDING AUTHORITY: CONTRACT VALUE: DESIGNER: SCOPE: START DATE: FINISH DATE: [Insert GC Firm Namel 15 NOT A PUBLIC RECORD, SCHEDULE K— REVENUE UNDER CONTRACT,: — Interested General Contractors are required to list revenue under contract for next three (3)fiscal years in accordance with Section VI(C)(3)(b) of Part One, the RFQ for this Project. Firm's fiscal year runs to YEAR REVENUE UNDER CONTRACT($) CURRENT 16 RFQ RESPONSE CHECKLIST- GC RFQ Form 3 NOTE: LATE APPLICATIONS FOR PREQUALIFICATION WILL NOT BE CONSIDERED. THEREFORE, BEFORE SUBMITTING A RESPONSE TO THIS RFQ, PLEASE REVIEW THE FOLLOWING: ❑ Did you fax or mail the RFQ Interest Form (GC RFQ Form 1) to the Awarding Authority? ❑ Did you complete the entire SOQ Form (GC RFQ Form 2)? ❑ Did you fully complete Schedules A through K? ❑ Did you attach the resumes of owners and management personnel identified in your responses to Schedule A and Schedule B? ❑ Did you attach the required documentation from your insurance company supporting the workers' compensation modifier history you reported in Schedule F? ❑ Did you attach the required documentation supporting the MBE/WBE and Workforce Compliance record you reported in Schedule G? ❑ Do you have the current contact information for all of the references you reported in Schedule H, Schedule I and Schedule J? ❑ Did you attach an audited financial statement as required in Section 3(a) of Part Two, GC RFQ Form 2? ❑ Did you attach a commitment letter for payment and performance bonds as required in Section 4(a) of Part Two, GC RFQ Form 2? ❑ Did you attach a currently valid DCAM Certificate of Eligibility as required in Section 4(b) of Part Two, GC RFQ Form 2? ❑ Did you attach a current(2005 or 2006)completed and signed Update Statement as required in Section 4(c) of Part Two, GC RFQ Form 2? ❑ Did you include the original and all required copies of your entire SOQ application package? (See Request for Qualifications Part One General Instructions Section III B.) ❑ Did you address the SOQ envelope correctly(i.e.to reference the Project and other required information set forth herein)? (See Request for Qualifications Part One General Instructions Section III C.) ❑ Did you review all of the Execution Requirements before signing the SOQ application form? (See GC RFQ Form 2 Section 5.) ❑ Is the person who signed the SOQ application form authorized to do so (See GC RFQ Form 2 Section 5d) and is his or her contact information correct and current?