Winona State University MINNESOTA STATE COLLEGES AND UNIVERSITIES WINONA STATE UNIVERSITY LAIRD NORTON PROJECT



Similar documents
REQUEST FOR PROPOSAL

MINNESOTA STATE COLLEGES & UNIVERSITIES BEMIDJI STATE UNIVERSITY BUSINESS BUILDING ADDITION & RENOVATION

MINNESOTA STATE COLLEGES AND UNIVERSITIES NORMANDALE COMMUNITY COLLEGE DATA CENTER

MINNESOTA STATE COLLEGES AND UNIVERSITIES

MINNESOTA STATE COLLEGES AND UNIVERSITIES. Saint Paul College Health & Science Alliance Center

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Request for Proposal # Interactive Digital Signage Kiosks

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Request for Proposals

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

Request for Proposal Electronic Health Records and Medical Practice Management System

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

Request for Proposal RFP # Printing & Mailing Services

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

OSWEGO COUNTY PURCHASING DEPARTMENT

Policy Number: Policy Name: Professional Services and Construction Services Procurement

MINNESOTA STATE COLLEGES AND UNIVERSITIES

Request for Proposals

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Sidewalk Rehabilitation Program

MINNESOTA STATE COLLEGES AND UNIVERSITIES

NPSA GENERAL PROVISIONS

Infinedi HIPAA Business Associate Agreement RECITALS SAMPLE

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

Request for Proposal Permitting Software

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

Insurance Producer Agreement

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

State Health Benefit Plan Procurement Policy

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Prequalification Document for Procurement of Works

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

REQUEST FOR PROPOSAL

Document Comparison. AIA Documents A and A131CMc 2003

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

How to File a Workers Compensation Request For Proposal

CITY OF BONITA SPRINGS, FLORIDA RFP #

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

Business Associate Agreement Involving the Access to Protected Health Information

Request for Quotation (RFQ) Property/Casualty Insurance

Business Associate Agreement

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

REQUEST FOR PROPOSAL

STATE OF MINNESOTA GRANT CONTRACT

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For. Integrated Marketing Communications Services

GENERAL AGENT AGREEMENT

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

Merchant Account Services

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REQUEST FOR PROPOSALS

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

Robla School District

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

Bid closing date December 21, 2013

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

Solicitation Information February 26, 2016

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number

REQUEST FOR PROPOSALS

City of Powell Request for Proposals for a Total Compensation Survey

Transcription:

Winona State University MINNESOTA STATE COLLEGES AND UNIVERSITIES WINONA STATE UNIVERSITY LAIRD NORTON PROJECT REQUEST FOR PROPOSALS (RFP) for CONSTRUCTION MANAGER at RISK (CM@r) SERVICES August 10, 2015 SPECIAL NOTE: This Request for Proposals (RFP) does not obligate the Minnesota State Colleges and Universities system, hereinafter referred to as MnSCU, its Board of Trustees, or St. Cloud State University to award a contract or complete the proposed project and each reserves the right to cancel this RFP if it is considered to be in its best interest. Proposals must be clear and concise. Proposals that are difficult to follow or that do not conform to the RFP format may be rejected. Responding vendors must include the required information called for in this RFP. MnSCU reserves the right to reject a proposal if required information is not provided or is not organized as directed. MnSCU also reserves the right to change the evaluation criteria or any other provision in this RFP by providing notice of the change(s) to vendors. For this RFP, written questions or communications regarding this RFP shall be submitted via email and shall include the name of the questioner and their telephone number, fax number and e-mail address. Addendum to the RFP will be sent to vendors via e-mail. Vendors should acknowledge receipt of any addendum when submitting a final proposal. Page 1 of 17

REQUEST FOR PROPOSAL (RFP) for CONSTRUCTION MANAGER at RISK (CM@r) SERVICES Table of Contents Page Section I. General Information -------------------------------------------------------------------------------- 4 Background ---------------------------------------------------------------------------------------------- 4 Selection Process---------------------------------------------------------------------------------------- 4 Purpose of RFP ------------------------------------------------------------------------------------------ 4 General Description of Project ------------------------------------------------------------------------ 4 Project Predesign Information ------------------------------------------------------------------------ 5 Project Schedule ---------------------------------------------------------------------------------------- 5 General Selection Criteria ----------------------------------------------------------------------------- 5 Selection and Implementation Timeline ------------------------------------------------------------- 5 Contract Term ------------------------------------------------------------------------------------------- 6 Financial Requirements -------------------------------------------------------------------------------- 6 Parties to the Contract ---------------------------------------------------------------------------------- 6 Contract Termination ----------------------------------------------------------------------------------- 6 Definitions ----------------------------------------------------------------------------------------------- 6 Applicable Law ----------------------------------------------------------------------------------------- 7 Contract Assignment ----------------------------------------------------------------------------------- 7 Contract -------------------------------------------------------------------------------------------------- 7 Deviations and Exceptions ---------------------------------------------------------------------------- 7 Duration of Offer --------------------------------------------------------------------------------------- 7 Authorized Signature ----------------------------------------------------------------------------------- 7 Proposal Rejection and Waiver of Informalities ---------------------------------------------------- 8 Section II. Vendor Requirements ----------------------------------------------------------------------------- 8 CM@r Responsibilities -------------------------------------------------------------------------------- 8 Information Contact ------------------------------------------------------------------------------------ 9 Addenda to the RFP ------------------------------------------------------------------------------------ 9 Section III. Response Evaluation ----------------------------------------------------------------------------- 9 Criteria --------------------------------------------------------------------------------------------------- 9 Section IV. Additional RFP Response and General Contract Requirements ------------------------- 11 Insurance Requirements ----------------------------------------------------------------------------- 11 State Audit --------------------------------------------------------------------------------------------- 11 Minnesota Government Data Practices Act ------------------------------------------------------- 11 Conflict of Interest ------------------------------------------------------------------------------------ 11 Organizational Conflicts of Interest ---------------------------------------------------------------- 12 Physical and Data Security -------------------------------------------------------------------------- 12 Page 2 of 17

Table of Contents Page Section V. RFP Responses ----------------------------------------------------------------------------------- 13 Proposal Preparation --------------------------------------------------------------------------------- 13 Project Approach Work Plan ------------------------------------------------------------------------ 14 CM@r Fee Structure --------------------------------------------------------------------------------- 14 Section VI. Procedures for Responding -------------------------------------------------------------------- 15 General ------------------------------------------------------------------------------------------------- 15 Submission --------------------------------------------------------------------------------------------- 15 Attachment A (CONSTRUCTION MANAGER AT RISK PROPOSAL FEES SUMMARY)----------16-17 Page 3 of 17

Section I. General Information Background Minnesota State Colleges and Universities is the seventh-largest system of higher education in the United States. It is comprised of 32 two-year and four-year state colleges and universities with 54 campuses located in 47 Minnesota communities. The System serves approximately 434,000 students each year. For more information about Minnesota State Colleges and Universities, please view its website at www.mnscu.edu. The State of Minnesota, acting through its Board of Trustees of the Minnesota State Colleges and Universities, on behalf of Winona State University (WSU), hereinafter referred to as MnSCU, intends to retain a Construction Manager at Risk, hereinafter referred to as CM@r services for the design and renovation of the Laird Norton building, Winona, MN. Selection Process Evaluation of RFP Respondents proposals will be conducted by a WSU committee with at least one member of whom has construction industry experience. RFP respondent s proposal will be evaluated with criteria and point scale described within the RFP. The evaluation may include interviews with Respondents and requests for additional information, and will focus on the specifics of the Respondent s proposal and approach. Purpose of RFP The purpose of the Request for Proposal (RFP) is to evaluate and select a Construction Manager at Risk (CM@r) to assist MnSCU in the performance of its obligations and enforcement of its rights during the design and renovation of the Laird Norton building located in the historic downtown Winona. MnSCU reserves the right to accept or reject proposals, in whole or in part, and to negotiate separately as necessary to serve the best interests of WSU. The RFP will not obligate WSU to award a contract or complete the proposed project and MnSCU reserves the right to cancel the RFP if this action is considered to be in MnSCU s best interest. The CM@r shall work with the University s appointed Project Manager, the Facility Services Department, the Architect/Engineer (A/E) design teams, other owner s representatives as applicable and user groups to evaluate the proposed design and complete the construction on behalf of MnSCU to assure that the project is designed and constructed in accordance with the MnSCU Design Standards and meets the project requirements. General Description of Project The project consists of the comprehensive renovation a registered historic building, Laird Norton building, and addressing the changing needs of the art department. This includes providing appropriate options that are mindful towards trends in construction and sustainable facilities and improving the effectiveness of existing facilities in a fiscally responsible manner. The design team and Construction Manager at Risk will be tasked with matching the design to budget and scheduling realities. The designer will need to collaborate with the Construction Manager at Risk to provide the necessary design documentation to enable the Construction Manager at Risk to develop a guaranteed maximum price at the end of the design development process. Note that cost and schedule have an integral connection to the development of the scope of work to be performed and the design team should be well versed to discuss options (i.e. construction that must take place in three months may cost substantially more than if it has a more reasonable construction timeframe.) The design team shall consider overall enhanced energy efficiency to improve campus sustainability, assisting the campus to improve overall facilities Page 4 of 17

stewardship by eliminating deferred maintenance. The design team will also present the plan, developed with the Construction Manager at Risk, to university administration and MnSCU staff as requested. The design firm of VJAA has been engaged as the Architect/Engineer (A/E) for this project. Currently WSU has reserved $2,000,000 for initial construction, but WSU and the WSU Foundation may assign additional funds to this project. Project Predesign Information A Predesign Report was prepared by RSP. To view a copy of this document, visit the WSU website at http://www.winona.edu/facilities/advertised-bids-or-proposals.asp Project Schedule The preliminary schedule for Design Phases is as follows: PRECONSTRUCTION PHASE Estimated Completion Schematic Design 11/2015 Design Development 1/2016 Construction Documentation 3/2016 The preliminary schedule for Construction is as follows: CONSTRUCTION PHASE Begin Complete Bidding 3/2016 3/2016 Construction 4/2016 5/2017 General Selection Criteria Proposals will be evaluated using the criteria described in Section III. General criteria upon which proposals will be evaluated include, but are not limited to, the following: 1. Completeness, detail, and thoughtfulness of response as reflected by proposal coverage of all elements of work listed in Section II, 2. Experience of the proposing Responder s personnel in this industry, 3. Consistency of the proposed solutions to MnSCU needs, and 4. Cost in relation to level of services to be provided. Selection and Implementation Timeline The following is WSU s schedule for the RFP process to obtain Construction Manager at Risk Services. WSU reserves the right to modify this schedule if necessary. August 10, 2015 August 31 st at 3:00 PM September 2, 2015 September 9, 2015 September 18, 2015 Issue RFP Proposals due Select firms for final interviews Interviews Select CM@r Page 5 of 17

Contract Term WSU desires to enter into a contract with the successful vendor in September, 2015. The length of such contract will be 60 months. If WSU and the vendor are unable to negotiate and sign a contract by within three weeks of selection, WSU reserves the right to seek an alternative vendor. Financial Requirements MnSCUs contract language includes the following terms and conditions (summarized here, in part) which Respondents should understand when preparing their response. A) Compensation will be paid after services are performed. MnSCU does not make regular payments based only on the passage of time, but only pays for services performed or work delivered after it is accomplished. B) Payment is only made after the submission of an authorized invoice. C) Reimbursement for travel and subsistence expenses actually incurred in performance of a contract is limited to the current Commissioner s Plan promulgated by the Commissioner of Employee Relations. Travel outside of Minnesota must have received prior written approval before it takes place. Parties to the Contract Parties to this contract will be the State of Minnesota, acting through its Board of Trustees of the Minnesota State Colleges and Universities on behalf of WSU and the successful vendor. Contract Termination The State of Minnesota, acting through its Board of Trustees of the Minnesota State Colleges and Universities, may cancel the contract in accordance with the contract. Definitions Wherever and whenever the following words or their pronouns occur in this RFP, they shall have the meaning given here: MnSCU: State of Minnesota, acting through its Board of Trustees of the Minnesota State Colleges and Universities on behalf of WSU. Office of the Chancellor: The central administrative system office of Minnesota State Colleges and Universities located at Wells Fargo Place, 30 7 th Street East, Suite 350, St. Paul, Minnesota. Responder/Respondent: A firm which replies to this RFP. University: Winona State University. Vendor: The firm selected by WSU as the successful Respondent responsible to execute a contract. Page 6 of 17

Applicable Law A contract entered into as a result of this RFP shall be governed and interpreted under the laws of the State of Minnesota. Contract Assignment A contract or any part hereof entered into as a result of this RFP shall not be assigned, sublet, or transferred directly or indirectly without prior written consent of MnSCU. Contract A written contract and any modifications or addenda thereto, executed in writing by both parties constitutes the entire agreement of the parties to the contract. The CM@r scope of services will be based upon the AIA document A133 contract and AIA document A201 general conditions as modified by the Owner. The successful Respondent will be required to enter into this contract. All previous communications between the parties whether oral or written, with reference to the subject matter of this contract are void and superseded. Sample contract is posted at: http://www.finance.mnscu.edu/facilities/design-construction/aia_documents/index.html Respondent must thoroughly review the A133/CMc contract as amended by the Owner for this project and clearly state in writing that they have no objection to signing the contract as presented. If Respondent takes exception to any term or condition in this document, clearly reference in your proposal the contract section, term or condition, describe the exception or deviation and provide proposed alternative language. In addition, each term or condition that is noted as an exception must include an explanation on why the clause is objectionable and whether it is negotiable or not. Proposals which fail to provide all of the required information may be considered non-responsive. Deviations and Exceptions Respondents may propose additional tasks, activities, or alternative suggestions if they will substantially improve the results of their work. These items shall be separated from the required items on the proposal. Deviations from and exceptions to terms, conditions, specifications or the manner of this RFP shall be described fully on the Respondent s letterhead stationery, signed and attached to the proposal submittal page(s) where relevant. In the absence of such statement the Respondent shall be deemed to have accepted all such terms, conditions, specifications and the manner of the RFP. A Respondent s failure to raise an issue related to the terms, conditions, specifications or manner of this RFP prior to the proposal submission deadline in the manner described shall constitute a full and final waiver of that Respondent s right to raise the issue later in any action or proceeding relating to this RFP. Duration of Offer All proposal responses shall indicate they are valid for a minimum of sixty (60) calendar days from the date of the proposal submission deadline, unless extended by mutual written agreement between WSU and the vendor. Hourly rates, prices and terms of the proposal as stated shall be valid for the length of the contract. Authorized Signature The proposal shall be completed and signed in the firm's name or corporate name of the Respondent, and shall be fully and properly executed and signed in blue or black ink by an authorized representative of the Page 7 of 17

Respondent. Proof of authority of the person signing the proposal must accompany the proposal. Proposal Rejection and Waiver of Informalities This RFP does not obligate the Minnesota State Colleges and Universities (MnSCU) system, its Board of Trustees or WSU to award a contract or complete the proposed Project work and each reserves the right to cancel this RFP if this action is considered to be in MnSCU s best interest. WSU also reserves the right to waive minor informalities and, not withstanding anything to the contrary, reserves the right to reject any and all proposals received in response to this RFP: 1. reject any and all proposals received in response to this RFP; 2. select a proposal for contract negotiation other than the one with the lowest cost; 3. negotiate any aspect of the proposal with any Respondent; 4. terminate negotiations and select the next most responsive Respondent for contract negotiations; 5. terminate negotiations and prepare and release a new RFP; 6. terminate negotiations and take such action as deemed appropriate. Section II. Vendor Requirements CM@r Responsibilities The CM@r shall provide a scope of services in accordance with the proposed CM@r contract, including, but not limited to the following: Evaluate the Owner s program, Project budget and schedule requirements each in terms of the other. Develop a Construction Management plan including cost and time parameters, means and methods, number and timing of construction contracts and a complete management information system. Manage and maintain project information within a Minnesota State Colleges and Universities web-based project information system. Prepare and enforce Project schedules, including a Preliminary Project Schedule, design schedules, and construction schedules. Provide value engineering and constructability reviews. Assist in design documents reviews and coordination. Assist in value engineering with special emphasis on civil, structural, mechanical, and electrical systems. Assist in receiving and evaluating bids. Identify and recommend procurement of long lead items. Assist in awarding construction contracts. Ensure maximum participation of qualified subcontractors as well as open competition by being able and willing to pre-bid market the project, perform one-on-one recruiting, qualify and hire through a competitive bidding process. Obtain approvals from local and state code and regulatory agencies. Establish and maintain a Project financial status reporting system. Provide on-site services: Coordinate contractors and consultants. Monitor and enforce construction schedules. Analyze, negotiate and recommend change orders. Prepare project reports and schedules. Develop and implement quality assurance plans. Maintain record documents. Page 8 of 17

Assist in substantial completion and final completion inspections and preparation of punch lists. Certify contractor payment applications. Coordinate the construction site safety program. Communicate as required with local municipality, code officials and regulatory agencies. Provide close-out documentation to MnSCU within 90 days of substantial completion. Project information will be maintained and managed by the Construction Manager at Risk with electronic reporting to Winona State University and MnSCU. Information Contact WSU s sole agent for purposes of responding to inquiries about the RFP is: Location: Winona State University Name: Mike Pieper Title: Assistant Vice President of Facility Services Address: 175 West Mark Street, Winona, MN 55987-5838 Email: mpieper@winona.edu Other persons are not authorized to discuss RFP requirements before the proposal submission deadline and WSU shall not be bound by and Responders may not rely on information regarding RFP requirements obtained from non-authorized persons. Requests for information or clarification by Responders shall be sent only to the Information Contact person. Written questions or communications regarding this RFP shall be submitted via email and shall include the name of the questioner, their firm name, and their telephone number, fax number, e-mail address and RFI for Education Village CMr RFP in the subject line Anonymous inquiries will not be answered. This is the only person authorized to receive and respond to questions regarding this RFP. No member of the proposing firm or its sub-consultants shall discuss this Request for Proposals (RFP) or the project with any member of the requesting agency from the date of distribution this RFP, other than the prescribed communication provisions set forth in this RFP. No member of the proposing firm or its sub-consultants shall have discussions regarding this RFP or project with any member of the requesting agency until after the completion of interviews for this project. Proposals shall be disqualified if discussions occur with the requesting agency outside the prescribed communications provisions set forth in the RFP. Addenda to the RFP If appropriate, a change responding to questions or clarifications may be issued by WSU in the form of addenda to the RFP. Addenda to the RFP will be sent to the pre-qualified CMr s via e-mail. No other communications shall be of any effect in changing or amending this RFP. Section III. Response Evaluation Criteria Criteria described below, based upon the point scale, will be used to evaluate Respondents proposals. The evaluation may include requests for additional information, and will focus on the specifics of the Respondent s response to the RFP. Page 9 of 17

WSU does not agree to reach a decision on a specific date as to which firms will be invited to submit proposals, although it is intended the evaluation and selection will be completed by the date identified in the Selection and Implementation Timeline article of this RFP. The response to the RFP will be evaluated in part by the following criteria: qualifications and experience of individuals assigned to the Project, performance on past projects, public sector experience with buildings of a similar type, ability of the firm and the assigned personnel to meet the required time and budget constraints, proposed Construction Manager at Risk fees, Project approach and other information in response to the RFP items. General criteria upon which proposals will be evaluated include, but are not limited to, the following: A. PROJECT APPROACH WORK PLAN - 40 points Describe your anticipated approach to this project and provide an example of the documentation you will use to verify the scope of work to establish the GMP. Description of project approach should include: - Process by which your firm performs value engineering/life cycle cost analysis in order to achieve an appropriate balance between costs, aesthetics and function over the life of the building. - Preliminary plan for communications with the project team including various representatives from the College or University, project architect and the Owner s consultants. B. COST ESTIMATING - 20 points Describe the methods you plan to use ensure the accuracy of cost estimates at each phase of design and during construction. If applicable, state the types of estimating software used by your firm. C. SCHEDULING - 20 points Provide a sample construction schedule and narrative project plan for the Pre Construction and Construction phase services that integrates the proposed design schedule. Identify critical milestone dates (eg. CM contract award, early bid packages and/or material purchases etc.) Identify a phasing schedule to most effectively accomplish the work with minimal interruption of the occupants in adjacent spaces. State what events or issues could impede your ability to achieve the substantial completion date stated in the RFP. Identify specific strategies to avoid and/or mitigate project construction delays. Provide an estimate of the earliest start date of the project following execution of a contract and indicate what could delay the start of the project. D. COST OF SERVICES - 20 points The Responder shall provide CM@r fees as described in the CM@r Fee Structure article of this RFP. Evaluation of cost of services fees (excluding reimbursables) will award points according to the following points distribution: The Respondent with the lowest cost of services fees, and other Respondents with cost of services fees up to 10% higher, shall receive 20 points. Respondents with cost of services fees between 10% and 20% higher than the lowest Respondent shall receive 16 points. Respondents with total expenses between 20% and 30% higher than the lowest Respondent shall receive 12 points. Respondents with cost of services fees between 30% and 40% higher than the lowest Respondent shall receive 8 points. Page 10 of 17

Respondents with cost of services fees between 40% and 50% higher than the lowest Respondent shall receive 4 points Respondents with cost of services fees 50% and higher than the lowest Respondent shall receive 0 points. Section IV. Additional RFP Response and General Contract Requirements Insurance Requirements The selected vendor will be required to submit an ACORD form Certificate of Insurance to MnSCU prior to execution of the contract. The Construction Manager will be required to obtain insurance pursuant to the requirements of the A201, which is included by reference in the A133, both of which are included by reference in Section I, Contract in this RFP. The selected vendor will be required to maintain and furnish satisfactory evidence of insurance in accordance with the requirements of the contract. State Audit The books, records, documents and accounting practices and procedures of the vendor relevant to the contract(s) shall be available for audit purposes to MnSCU and the Legislative Auditor s Office for six (6) years after the termination/expiration of the contract. Minnesota Government Data Practices Act The vendor shall comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by MnSCU, its schools and the Office of the Chancellor in accordance with the contract and as it applies to all data created, gathered, generated or acquired in accordance with the contract. All materials submitted in response to this RFP will become property of the State of Minnesota and will become public record after the evaluation process is completed and an award decision made. If the vendor submits information in response to this RFP that it believes to be trade secret materials as defined by the Minnesota Government Data Practices Act, the vendor shall: mark clearly all trade secret materials in its response at the time the response is submitted; include a statement with its response justifying the trade secret designation for each item; defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the State of Minnesota, MnSCU, its agents and employees, from any judgments or damages awarded against the State or MnSCU in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives MnSCU s award of a contract. In submitting a response to this RFP, the responder agrees this indemnification survives as long as the trade secret materials are in possession of MnSCU. Responses to this RFP will not be open for public review until MnSCU decides to pursue a contract and that contract is fully executed. Conflict of Interest The Respondent must provide a list of all entities with which it has relationships that create, or appear to create, a conflict of interest with the work that it is contemplated in this RFP. The list should indicate the names of the entity, the relationship, and a discussion of the conflict. Page 11 of 17

Organizational Conflicts of Interest The Responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances that could give rise to organizational conflicts of interest. An organizational conflict of interest exists when, because of existing or planned activities or because of relationships with other persons, a vendor is unable or potentially unable to render impartial assistance or advice, or the vendor s objectivity in performing the contract work is or might be otherwise impaired, or the vendor has an unfair competitive advantage. The vendor agrees that, if after award, an organizational conflict of interest is discovered, an immediate and full disclosure in writing must be made to the respective school s chief financial officer or the Office of the Chancellor s associate vice chancellor for facilities that must include a description of the action which the vendor has taken or proposes to take to avoid or mitigate such conflicts. If an organizational conflict of interest is determined to exist, the school or Office of the Chancellor may, at its discretion, cancel the contract. In the event the Responder was aware of an organizational conflict of interest prior to the award of the contract and did not disclose the conflict to the contracting officer, the school or Office of the Chancellor may terminate the contract for default. The provisions of this clause must be included in all subcontracts for work to be performed similar to the service provided by the prime contractor, and the terms contract, contractor, and contracting officer modified appropriately to preserve MnSCU s rights. Physical and Data Security The vendor is required to recognize that on the performance of the contract the vendor will become a holder of and have access to private data on individuals and nonpublic data as defined in the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, section 270B.02, subdivision 1, and other applicable laws. In performance of the contract, the vendor agrees it will comply with all applicable state, federal and local laws and regulations, including but not limited to the laws under Minnesota Statutes Chapters 270B and 13 relating to confidentiality of information received as a result of the contract. The vendor agrees that it, its officers, employees and agents will be bound by the above confidentiality laws and that it will establish procedures for safeguarding the information. The vendor agrees to notify its officers, employees and agents of the requirements of confidentiality and of the possible penalties imposed by violation of these laws. The vendor agrees that neither it, nor its officers, employees or agents will disclose or make public any information received by the vendor on behalf of MnSCU and WSU. The vendor shall recognize MnSCU s sole and exclusive right to control the use of this information. The vendor further agrees it shall make no use of any of the described information, for either internal or external purposes, other than that which is directly related to the performance of the contract. The vendor agrees to indemnify and hold harmless the State of Minnesota, MnSCU and WSU from any and all liabilities and claims resulting from the unauthorized disclosure by the vendor, its officers, employees or agents of any information required to be held confidential under the provisions of the contract. The vendor must return all source data to the Authorized Representative to be identified in the contract. Page 12 of 17

Section V. RFP Responses Proposal Preparation 1. Quantities Responders shall submit seven (3) original, complete copies of their RFP response proposal. Proposals shall be sealed in mailing envelopes or packages with the Responder s name and address clearly written on the outside. 2. Hard Copy and Electronic File Copy All copies of proposals shall be submitted in one single document which is three hole punched and stapled for binding. Include an index for easy reference to the proposal contents. Insert a tab sheet before each proposal section. Sequentially number all pages within the proposal with the page number and the total number of pages, e.g. 1 of 25, 2 of 25, etc. In addition, provide 1 electronic copy on CD in.pdf format. The file size should be 2-3 mb or less. Use the reduce file size feature if necessary to accomplish this. The document should be password secured against copying of text, images and other content. 3. Transmittal Cover Letter Include a cover letter on the Responder s official business letterhead. The letter shall transmit the proposal, identify all materials being forwarded collectively as a response to this RFP, and shall be signed by an individual authorized to commit the Respondent to the scope of work proposed. Proof of authority of the person signing shall be furnished upon request. 4. Proposal Content The minimum contents of a proposal are as follows: A. A review and statement in regards to the A133/CMc contract as amended by the Owner as per Section I, Contract. B. A proposed Critical Path Method Schedule for the project. C. Project Approach Work Plan D. Information related to cost estimating. E. A Cost of Services fee proposal. F. Organizational conflict of interest information 5. Format The proposal body shall be submitted in 8 ½ "x 11" format, bound along the 11" edge with 25 faces maximum, not counting the cover sheet, transmittal cover letter, index, section divider tab sheets, and required Attachments. The body of the proposal shall include the items listed. Page 13 of 17

CM@r General Approach Provide a brief narrative of the Respondent s approach to the following issues: Communications. Cost control during design and construction. Value engineering. Management information control system. Role in preparing project manual. Bidding strategy. Construction administration. On-site supervision. Change order procedures/negotiations. Continuing operations of the existing facility during construction Coordination of phases of project Final start-up, testing and occupancy. Ability to work with multiple contractors on a complex project. Ability to work within Owner and State procedures. Special bidding strategies for preordering. Quality Control/Assurance. Owner s design standards. Project Approach Work Plan Provide a brief narrative of the Respondent s approach to the following issues: Design Phase Services Describe how the Responder would work with the Owner and Design Team during the design phase of the project with particular emphasis on: o Cost Estimating o Quality Control/Assurance o Early Bid Packages Bidding Phase Services. Construction Phase Services - Describe how the Responder would work with the Owner and Design Team during the construction phase of the project with particular emphasis on: o Contingency o Quality Assurance/Quality Control o Safety Policy and implementation o Phased construction CM@r Fee Structure Respondents shall propose their total fee requirements in accordance with the proposed contract format. Provide all fees using the format as shown in Attachment A, CM@r Fees Summary. Fee proposals shall include: State a lump sum for CM@r compensation for the Preconstruction Phase services and basis for compensation. Page 14 of 17

State a lump sum for reimbursable expenses for the Preconstruction Phase services and basis for compensation. Preconstruction Phase reimbursable expenses shall be as authorized by the contract. State a lump sum for CM@r compensation for Construction Phase services and basis for compensation. Include all participating personnel in home and/or field offices with a breakdown of estimated hours, individual rates and associated overhead and profit for all persons as authorized by the contract. State a lump sum for reimbursable expenses for the Construction Phase services and basis for compensation. Construction Phase reimbursable expenses shall be as authorized by the contract. Section VI: Procedures for Responding General A. This document, including attachments, constitutes a formal Request for Proposal (RFP) and is a competitive procurement. Therefore, the Respondent shall carefully follow the instructions herein to be considered fully responsive to the RFP. MnSCU reserves the right to reject a proposal that is determined to be incomplete or which does not follow the required structure and format. However, when such statements are innocent or inadvertent in the opinion of MnSCU, MnSCU further reserves the right to waive them as informalities. B. Any verbal explanations of instructions or discussion of any aspect of this RFP provided the Respondent before the award of a contract shall not be binding. Prospective Respondents with questions regarding this Request for Proposal must submit them in writing by email to the Information Contact person prior to deadline. C. All costs incurred in responding to this RFP will be borne by the Responder. Proposals submitted in response to this solicitation are irrevocable for 60 days following the closing date. This period may be extended by written mutual agreement between the Respondent and MnSCU. D. Proposals made in pencil shall be rejected. Alterations in cost figures used to determine the lowest priced proposal shall be rejected unless initialed in ink by the person responsible for or authorized to make decisions as to the price quoted. Proof of authorization shall be provided upon request. The use of white out is considered an alteration. Submission Proposals must be submitted with the envelope or packaging plainly marked on the outside: PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR WINONA STATE UNIVERSITY EDUCATION VILLAGE PROJECT Proposals shall be delivered to: Candi McKeeth Winona State University Facility Services Building 175 Mark St. Winona, MN 55987-5838 Page 15 of 17

Late proposals will not be considered. Responses received after the time set for opening will be returned to the Responder unopened. Fax and e-mail responses will not be considered. ATTACHMENT A CONSTRUCTION MANAGER AT RISK PROPOSAL FEES SUMMARY PRECONSTRUCTION PHASE Description Hours Rate Total Services Project Manager (sample) 120 $90.00 $10,800.00 Preconstruction Phase Services Lump Sum Fee $10,800.00 Reimbursable Expenses Month Rate Total Reproduction costs (sample) 3 $100.00 $300.00 Preconstruction Phase Lump Sum Reimbursables Amount $300.00 CONSTRUCTION PHASE Description Hours Rate Total Construction Phase Services Project Manager (Sample) 120 $100.00 $12,000.00 Field Superintendent (Sample) 400 $80.00 $32,000.00 Page 16 of 17

Construction Phase Services Lump Sum Fee $44,000.00 Construction Phase Fee Based on Cost of the Work (sample) Lump Sum $75,000.00 Construction Reimbursable Expenses Month Rate Total Jobsite/Field Office (sample) 5 $800.00 $4,000.00 Construction Phase Lump Sum Reimbursables Amount $4,000.00 Page 17 of 17