REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

Similar documents
REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES MD ANDERSON CANCER CENTER. RFQ No.: /JSW

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

I. PROJECT DESCRIPTION

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR QUALIFICATION PROPOSALS FOR GUARANTEED ENERGY SAVINGS PERFORMANCE CONTRACT POTH INDEPENDENT SCHOOL DISTRICT POTH, TEXAS FEBRUARY 1, 2017

RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2

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

Construction Management-at-Risk Agreement

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

Cheyenne Wyoming RFP-17229

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS DUE: TUESDAY, JANUARY 24, 2017 AT 12:00 P.M. INTERVIEWS: THURSDAY, JANUARY 26, 2017 TUESDAY, JANUARY 24, 2017 AT 2:30 P.M.

KENTUCKY DEPARTMENT OF EDUCATION

REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER PROFESSIONAL SERVICES. THE UNIVERSITY OF TEXAS AT DALLAS SCIENCE BUILDING RFQ No.

REQUEST FOR PROPOSAL

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS FOR ARCHITECT / ENGINEER PROFESSIONAL SERVICES. The University of Texas Health Science Center at San Antonio

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

SOLICITATION/ADVERTISEMENT

REQUEST FOR PROPOSAL

AIA Document A701 TM 1997

Request For Qualifications Construction Management at Risk

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION

Document A701 TM. Instructions to Bidders

SECTION NOTICE TO BIDDERS

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER PROFESSIONAL SERVICES

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Request for Qualifications for General Contractors. 8th & Cooper Multi-use Project

Request for Bid/Proposal

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

INVITATION TO BID (ITB)

CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Philadelphia County, Pennsylvania

REQUEST FOR BID PROPOSALS

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

INSTRUCTIONS TO BIDDERS

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR)

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

REQUEST FOR QUALIFICATIONS (RFQ) FOR DESIGN BUILD SERVICES

ARTICLE 8: BASIC SERVICES

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

KENTUCKY DEPARTMENT OF EDUCATION

TULSA DEVELOPMENT AUTHORITY STAFF REPORT

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Request for Quote (RFQ)

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

Scofield Ridge Homeowners Association

Demolition of Water Ground Storage Tanks

Request for Proposal (RFP) For Plat book Printing

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Tri-Cities Academic Building Washington State University Richland, WA Project Manual

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND J.T. VAUGHN CONSTRUCTION, LLC DESIGN-BUILD CONTRACTOR

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual

Proposal Response Date: March 18, 2019, at 1:00p.m.

RFP Fundraising Feasibility Study and Campaign Consulting Services

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

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

RFP Hazardous Waste Management and Disposal Services

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

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Request for Proposal

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

Transcription:

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK MD ANDERSON CANCER CENTER Cord Blood Bank Lab and Office Space Build Out PCPF No.: 11-0068 RFP No.: 521283/RKC SUBMITTAL DUE DATE: June 28, 2011 2:00 PM LOCAL TIME Prepared By: MD Anderson Cancer Center Sourcing & Contract Management 1020 Holcombe, Suite 14.1450 Houston, Texas 77030 713-745-8300 OFPC Ver 09/01/2007 ISSUANCE - 1 - MDA Ver 08/19/09JSW

TABLE OF CONTENTS Section 1 - General Information & Requirements 1.1 General Information 1.2 Public Information 1.3 Type of Contract 1.4 Clarifications and Interpretations 1.5 Submission of Proposals 1.6 Point-Of-Contact 1.7 Evaluation of Proposal 1.8 Owner s Reservation of Rights 1.9 Acceptance of Evaluation Methodology 1.10 No Reimbursement for Costs Section 4 - Format for Proposals 4.1 General Instructions 4.2 Page Size, Binding, Dividers and Tabs 4.3 Table of Contents 4.4 Pagination Section 5 - Attachments to the RFP 5.1 Attachment A Draft Agreement between the Owner and the Construction Management at Risk. 5.2 Attachment B Request for Information Section 2 - Not Used Section 3 - Requirements For Proposal 3.1 Respondent s Pre-Construction Phase Services and Project Execution Plan for this Project 3.2 Respondent s Construction Phase Services and Project Execution Plan for this Project 3.3 Respondent s Safety Management Program for this Project 3.4 Respondent s Estimating and Cost Control Measures for this Project 3.5 Respondent s Project Planning and Scheduling for this Project 3.6 Respondent s Quality Control and Commissioning Program for this Project 3.7 Respondent s General Understanding of the U.T. System CM-R Agreement 3.8 Respondent s Past Performance on Similar Projects 3.9 Respondent s Warranty and Service Support Program for this Project 3.10 Respondent s Pricing and Delivery Proposal OFPC Ver 09/01/2007 ISSUANCE - 2 - MDA Ver 08/19/09JSW

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK MD ANDERSON CANCER CENTER Cord Blood Bank Lab and Office Space Build Out PCPF No.: 11-0068 RFP No.: 521283/RKC SECTION 1 GENERAL INFORMATION & REQUIREMENTS 1.1 GENERAL INFORMATION: The University of Texas MD Anderson Cancer Center ( Owner ) is soliciting proposals ( Proposals ) for selection of a Construction Manager at Risk firm for its Cord Blood Bank Lab and Office Space Build Out ( Project ), in accordance with the terms, conditions, and requirements set forth in this Request for Proposals. 1.1.1 This Request for Proposals ( RFP ) is a ONE step process for selecting a Construction Manager at Risk firm for the Project as provided by Texas Education Code 51.782(e). The Owner is soliciting RFP s of the most qualified respondents. The RFP is to include information necessary to prepare and submit Proposals including fee proposals and general conditions prices. The Owner will rank the Proposals in the order that they provide the best value for the Owner based on the published selection criteria and on the ranking evaluations. 1.1.2 NOT USED 1.2 PUBLIC INFORMATION: All information, documentation, and other materials submitted in response to this solicitation are considered non-confidential and/or non-proprietary and are subject to public disclosure under the Texas Public Information Act (Texas Government Code, Chapter 552.001, et seq.) after the solicitation is completed. 1.2.1 The Owner strictly complies with all statutes, court decisions, and opinions of the Texas Attorney General with respect to disclosure of RFP information. 1.3 TYPE OF CONTRACT: Any contract resulting from this solicitation will be in the form of the Owner s Standard Construction Management at Risk Agreement, a copy of which was attached to the previously issued RFQ. 1.4 CLARIFICATIONS AND INTERPRETATIONS: Any clarifications or interpretations of this RFP that materially affect or change its requirements will be issued by the Owner as an addendum. All such addenda issued by the Owner before the Proposals are due are part of the RFP, and respondents shall acknowledge receipt of and incorporate each addendum into its Proposal. 1.4.1 Respondents shall consider only those clarifications and interpretations that the Owner issues by addenda three (3) days prior to the submittal deadline. Interpretations or clarifications in any other form, including oral statements, will not be binding on the Owner and should not be relied on in preparing Qualifications. OFPC Ver 09/01/2007 ISSUANCE - 3 - MDA Ver 08/19/09JSW

1.5 SUBMISSION OF PROPOSALS: 1.5.1 DEADLINE AND LOCATION: The Owner will receive Proposals at the time and location described below. Tuesday, June 28, 2011 @ 2:00 PM LOCAL TIME Physical Address for Courier Delivery: The University of Texas MD Anderson Cancer Center Sourcing and Contract Management 1020 Holcombe Blvd., Suite 14.1450 Houston, Texas 77030 Attn: R. Karen Clark 1.5.2 Submit 8 identical copies of the Proposal. 1.5.3 Late received Proposals will be returned to the respondent unopened. 1.5.4 The Owner will not acknowledge or receive Proposals that are delivered by telephone, facsimile (fax), or electronic mail (e-mail). 1.5.5 Properly submitted Proposals will not be returned to respondents. 1.5.6 Proposal materials must be enclosed in a sealed envelope (box or container) addressed to the Point-of-Contact person; the package must clearly identify the submittal deadline, the RFP number, and the name and return address of the respondent. 1.5.7 Properly submitted Proposals will be opened publicly and the names of the respondents will be read aloud. 1.6 POINT-OF-CONTACT: The Owner designates the following person, as its representative and Point-of-Contact for this RFP. Respondents shall restrict all contact with the Owner and direct all questions regarding this RFP, including questions regarding terms and conditions, to the Point-of- Contact person. Karen Clark The University of Texas MD Anderson Cancer Center Sourcing & Contract Management Supply Chain Management Phone: 713-745-8345 Email: kclark@mdanderson.org 1.7 EVALUATION OF PROPOSAL: The evaluation of the Proposals shall be based on the Respondent s actual Pre-Construction Phase Fee, Construction Phase Fee, General Conditions and other requirements as described in this RFP. All properly submitted Proposals will be reviewed, evaluated, and ranked by the Owner. 1.8 OWNER S RESERVATION OF RIGHTS: The Owner may evaluate the Proposals based on the anticipated completion of all or any portion of the Project. The Owner reserves the right to divide the Project into multiple parts, to reject any and all Proposals and re-solicit for new Qualifications, or to reject any and all Proposals and temporarily or permanently abandon the Project. Owner makes no representations, written or oral, that it will enter into any form of OFPC Ver 09/01/2007 ISSUANCE - 4 - MDA Ver 08/19/09JSW

agreement with any respondent to this RFP for any project and no such representation is intended or should be construed by the issuance of this RFP. 1.9 ACCEPTANCE OF EVALUATION METHODOLOGY: By submitting its Proposal in response to this RFP, respondent accepts the evaluation process and acknowledges and accepts that determination of the best value firm will require subjective judgments by the Owner. 1.10 NO REIMBURSEMENT FOR COSTS: Respondent acknowledges and accepts that any costs incurred from the respondent s participation in this RFP shall be at the sole risk and responsibility of the respondent. SECTION 2 NOT USED SECTION 3 REQUIREMENTS FOR PROPOSAL Respondents shall carefully read the information contained in the following criteria and submit a complete response to all questions in Section 3 formatted as directed in Section 4. Incomplete responses will be considered non-responsive. 3.1 CRITERIA ONE: RESPONDENT S PRE-CONSTRUCTION PHASE SERVICES AND PROJECT EXECUTION PLAN FOR THIS PROJECT 3.1.1 Describe your Construction Management and Execution plan for providing Preconstruction Phase Services required for this Project. 3.1.2 Confirm in graphic form the proposed Project assignments, lines of authority and communication for each member and the estimated percent of time these individuals will be involved in this Project for Pre-Construction Services. 3.1.3 Provide a detailed list of all Pre-Construction Services you will provide to the Owner and the Architect/Engineer (A/E) on this Project (including those outlined in Article 4.2 of the Agreement). 3.1.4 Describe what you perceive are the critical Pre-Construction issues for this Project? 3.1.5 Describe your procedures, objectives and personnel responsible for reviewing design and construction documents and for providing feedback regarding cost, schedule and constructability to the A/E and the Owner on this Project. 3.1.6 Describe your Bid/Proposal Package Strategy for completion of the Construction Documents and for procuring Cost of the Work subcontractors, vendors, suppliers, etc. 3.1.7 Describe your plans to interface with the A/E and it s consultants to enhance the design and planning process on this Project. 3.1.8 Describe your Constructability Program for this Project and how it will be implemented. 3.1.9 Provide examples of records, reports, monitoring systems, and information management systems you will use on this Project during Pre-Construction Services. OFPC Ver 09/01/2007 ISSUANCE - 5 - MDA Ver 08/19/09JSW

3.1.10 Describe your process for attracting qualified and experienced mechanical, electrical and plumbing subcontractors to submit proposals for this project. 3.1.11 Owner will require interim GMP s at each phase of the design process. Each GMP will define the total construction cost (CCL), including breakdowns for several phases of work, including: subsidence remediation; exterior wall systems; and interior build out. The GMP s will be due within 14 days, following the issuance of the documents at each phase of the design. Describe your recommendations for the composition of bid packages, the sequence of bid packages, and the timing of bid packages. Describe your process for ensuring that the interim GMP pricing you provide to the Owner will remain within three percent of the final GMP pricing. 3.2 CRITERIA TWO: RESPONDENT S CONSTRUCTION PHASE SERVICES AND PROJECT EXECUTION PLAN FOR THIS PROJECT 3.2.1 Describe your Construction Management and Execution plan for providing Construction Phase Services required for this Project. 3.2.2 Confirm in graphic form the proposed Project assignments, lines of authority and communication for each member and the estimated percent of time these individuals will be involved in this Project for Construction Services. 3.2.3 Describe what you perceive are the critical Construction issues for this Project, including the essential information that you will need from the Owner and Project Architect. 3.2.4 Describe your ability and desire to self-perform work on this Project, and the method for determining yourself as the best value through a competitive proposal process. 3.2.5 Provide a detailed list of all Construction Services you will provide to the Owner and the Architect/Engineer (A/E) on this Project (including those outlined in Articles 4 and 8 of the Agreement). 3.2.6 Provide examples of records, reports, monitoring systems, and information management systems you will use on this Project during Construction Services. 3.2.7 Describe your approach to coordinating inspections and approvals with the Texas Department of Licensing and Regulation regarding Texas Accessibility Standards. 3.3 CRITERIA THREE: RESPONDENT S SAFETY MANAGEMENT PROGRAM FOR THIS PROJECT 3.3.1 Identify the proposed safety management team members for Construction services. Include their previous titles, duties, city(s) of residence, experience and expertise; also their intended percent of monthly involvement and duration for this Project. Include all details necessary to demonstrate the credentials required by Project Safety specification. 3.3.2 Describe the methodology, including any technology or other assets that the firm intends to use for prevention and/or control of incidents and insurance claims on this Project. OFPC Ver 09/01/2007 ISSUANCE - 6 - MDA Ver 08/19/09JSW

3.3.3 Identify (in separate figures) the percentage of the Construction Cost that is to be included in the Project general conditions for each of the following pieces of the Project Safety Program: on-site safety education & training, personal protective equipment, signage, and hardware, first aid and emergency response equipment, safety incentives and recognition, contingency for post incident drug testing and incident management costs Miscellaneous other safety-related expenses (NOTE: DO NOT LIST items that will appear elsewhere in the Project s General Conditions; office equipment, salaries, etc.) 3.4 CRITERIA FOUR: RESPONDENT S ESTIMATING AND COST CONTROL MEASURES FOR THIS PROJECT 3.4.1 Identify the proposed cost control team for Pre-Construction and Construction Services, their duties, city(s) of residence, estimating system, and GMP cost control system for this Project. 3.4.2 Describe your project estimating system for developing the GMP Proposal and how you will monitor and track these costs on the schedule of values format as described in Owner Specification Section 01 31 00 (Project Administration) during the procurement and payment process. 3.4.3 Describe how the cost control team will ensure the executed Guaranteed Maximum Price (GMP) Proposal will be within the Owner s budget on this Project. 3.4.4 The Owner will request a GMP prior to 100% completion of the Construction Documents. Describe your process for ensuring that the scope, cost and schedule assumptions will arrive at a complete GMP Proposal for this Project. 3.4.5 Describe the contingencies you will propose in the GMP, and how these contingencies will be managed through the completion of Construction Phase Services. 3.4.6 Describe your plans for establishing, tracking, reporting and payment of the GMP and possible future changes on this Project. 3.4.7 Describe your philosophy regarding Payment and Performance bonds required by the Owner on this project, and the bonds your firm requires of subcontractors. 3.4.8 Identify a maximum of five (5) projects from Section 3.4 or 3.5 of the previously issued RFP with GMP contracts and the amount of savings returned to the Owner. 3.5 CRITERIA FIVE: RESPONDENT S PROJECT PLANNING AND SCHEDULING FOR THIS PROJECT 3.5.1 Identify the specific resources (i.e. personnel, hardware, software, etc.) to be used on this Project with respect to Owner s Specification Section 01 32 00 Project Planning and Scheduling. 3.5.2 Provide resumes, indicating the scheduling experience of all personnel responsible for establishing and updating the project schedule, and their city(s) of residence for this Project. OFPC Ver 09/01/2007 ISSUANCE - 7 - MDA Ver 08/19/09JSW

3.5.3 Provide a Microsoft Project CPM Milestone schedule for this Project as described in Owner Specification Section 01 32 00 (Project Planning and Scheduling) using the Project Planning Schedule in the previously issued RFP and identify specific critical process, phases, milestones, approvals, and procurements anticipated. 3.5.4 As the Project Scheduler, describe your philosophy regarding establishment and use of Total Project Float on this Project to achieve the Owner s required Substantial Completion date. 3.5.5 Describe your plan for meeting or improving the Owner s proposed schedule for design and/or construction. If you propose to improve the schedule, describe the impact on quality of services, materials or workmanship that may occur. 3.5.6 NOT USED. 3.6 CRITERIA SIX: RESPONDENT S QUALITY CONTROL AND COMMISSIONING PROGRAM FOR THIS PROJECT 3.6.1 Identify the quality control and commissioning team, their duties, city(s) of residence and their objectives for this Project. 3.6.2 Describe how your quality control team will measure the quality of construction and commissioning performed by mechanical and electrical subcontractors as required by Owner Specification Sections 01 45 00 (Project Quality Control), 01 91 00 Project Commissioning, and 01 77 00 (Project Close Out) on this Project, and how will you address non-conforming work. 3.6.3 Describe your implementation of a quality control process for this Project during the Design Development stage though completion of Construction Documents stage. 3.6.4 Describe how your quality control team will measure the quality of construction performed by trade contractors on this Project, and how will you address non-conforming work. 3.6.5 Describe how your quality control team will measure the quality of construction performed by mechanical and electrical subcontractors on this Project, and how you will address nonconforming work. 3.7 CRITERIA SEVEN: REPONDENT S GENERAL UNDERSTANDING OF THE U.T. SYSTEM CM-R AGREEMENT 3.7.1 Describe your interpretation of the Agreement with respect to the Owner s responsibility for payment of the GMP line items and costs within those line items. 3.7.2 Describe your fiduciary responsibility to the Owner (as a public agency) for tracking all construction costs and contingencies on this Project. 3.7.3 Describe your philosophy for maximizing Project scope for the Owner during Preconstruction Services, minimizing risk to yourself, and identifying when savings can be returned to the Owner during construction. OFPC Ver 09/01/2007 ISSUANCE - 8 - MDA Ver 08/19/09JSW

3.7.4 Describe your methods for advertising, receiving proposals, awarding contracts and paying trade contractors on this Project, including review by the Owner, with respect to Owner s Specification Section 01 31 00 (Project Administration). 3.8 CRITERIA EIGHT: RESPONDENT S PAST PERFORMANCE ON SIMILAR PROJECTS WITH UT SYSTEMS 3.8.1 Provide examples of GMP projects and potential site plans, unit/suite floor plans, and presentation or photographic images (interior and exterior) of previously executed projects that most closely represent the Owner s needs based on the Project description included in the RFP. 3.8.2 Provide site plans, floor plans, and presentation or photographic images (interior and exterior) of the indoor community and outdoor recreation amenities of previously executed projects that most closely represent the Owner s needs based on the Project description included in the RFP. 3.8.3 Provide the following information for each previously executed project included with either 3.8.1 or 3.8.2: GSF (Gross Square Feet) ASF (Net Assignable Square Feet) Construction Schedule Subcontractors for Mechanical, Electrical, and Plumbing Final Construction Contract Amount 3.9 CRITERIA NINE: RESPONDENT S WARRANTY AND SERVICE SUPPORT PROGRAM FOR THIS PROJECT 3.9.1 Describe your warranty service support philosophy and warranty service implementation plan for this Project. 3.9.2 Describe how you will measure the quality of service provided to the Owner for this Project. 3.9.3 Provide reference letters from three (3) owners identified in Sections 3.4 or 3.5 of the previously issued RFP that describe your response to, and performance on, warranty services AFTER substantial completion. 3.10 CRITERIA TEN: REPONDENT S PRICING AND DELIVERY PROPOSAL 3.10.1 Complete the following Pricing and Delivery Proposal form. OFPC Ver 09/01/2007 ISSUANCE - 9 - MDA Ver 08/19/09JSW

CRITERIA TEN: RESPONDENT S PRICING AND DELIVERY PROPOSAL Proposal of: To: (Respondent s Company Name) Attn: Karen Clark The University of Texas MD Anderson Cancer Center Sourcing & Contract Management 1020 Holcombe Blvd., Suite 14.1450 Houston, Texas 77030 Project Name: Cord Blood Bank Lab and Office Space Build Out RFP No.: 521283/RKC This RFP, the proposed form of Agreement, and any attachments to them, the undersigned proposes to furnish Construction Manager-At-Risk services as required for this Project on the following terms: Note that the original version of the contract issued with the RFP may be different in Article 24 regarding the use of the CCL versus the GMP for the basis of the construction cost. The actual contract will use these terms: 3.10.1 ESTABLISHMENT OF THE CONSTRUCTION MANAGER S BUDGET LIMITATION: The Owner has established a Construction Manager s Budget Limitation (CMBL) amount of Two Million One Hundred Thousand ($2,100,000.00), which includes the Pre-Construction Phase Fee and the Construction Services Guaranteed Maximum Price Proposal. 3.10.2 RESPONDENT S PRE-CONSTRUCTION PHASE FEE: The Respondent shall identify a Pre- Construction Phase Fee, pursuant to Article 5 of the Agreement. Respondent s Pre-Construction Phase Fee $ 3.10.3 ESTABLISHEMENT OF THE ANTICIPATED GUARANTEED MAXIMUM PRICE: Using the CMBL and the Respondent s Pre-Construction Phase Fee identified above, the Respondent shall identify the Anticipated Guaranteed Maximum Price (GMP), pursuant to Article 7 of the Agreement: Construction Manager s Budget Limitation $ 2,100,000 (less) Owner s Construction Contingency $150,000 (less) Owner s Special Cash Allowance $ 50,000 (less) Respondent s Proposed Pre-Construction Phase Fee (as identified above) $ (equals) Remaining Balance for Anticipated Guaranteed Maximum Price (Anticipated GMP) $ 3.10.4 RESPONDENT S CONSTRUCTION PHASE FEE: Using the CCL identified above, the Respondent shall identify a Construction Phase Fee percentage, pursuant to Article 14 of the Agreement: Respondent s Proposed Construction Phase Fee Percentage % OFPC Ver 09/01/2007 ISSUANCE - 10 - MDA Ver 08/19/09JSW

(included in the Anticipated GMP) (equals) Respondent s Estimated Construction Phase Fee Amount (percentage times the CCL above) $ 3.10.5 RESPONDENT S NOT-TO-EXCEED GENERAL CONDITIONS COSTS: Using the Project Planning Schedule included in Section 2.5 of the previously issued RFP, the Respondent shall identify a General Conditions not-to-exceed percentage and amount as defined by Article 13 and exhibit of the Agreement, the Uniform General and Supplementary Conditions, and Owner Specification Sections 00 25 00, 00 73 16, 01 31 00, 01 32 00, 01 35 16, 01 35 23, 01 35 25, 01 45 00, 01 57 23, 01 57 25, 01 77 00, 01 91 00, 10 14 16. Respondent s Proposed General Conditions Percentage (equals) % Respondent s Equivalent Estimated General Conditions Amount (percentage times the Anticipated GMP) $ Total Construction Duration (Notice To Proceed for Construction to Final Completion as identified in Section 2.5 of the previously issued RFP) 15 months 3.10.5.1 Using the not-to-exceed General Conditions costs identified above, the Respondent shall identify all project management, bonds, insurance, field office and office supply costs for the Project as listed below: Allowable General Condition Line Item Category Estimated Total Cost On-Site Project Management Staff subtotal $ Bonds and Insurance subtotal $ Temporary Project Utilities subtotal $ Field Offices & Office Supplies subtotal $ *Insurance for Existing Building Structure $7.5M (or Structure Value if less, add here) Builders Risk endorsement per Owner s Special Conditions Section 2.15 subtotal $ Estimated On-Site Project Management Staff and Rates Position Quantity Months Monthly Salary Rate Project Executive $ Project Manager $ Superintendent(s) $ Assistant Superintendent(s) $ Project Engineer/Expeditor(s) $ Field/Office Engineer(s) $ Field Office Support Staff $ CPM Scheduler $ Safety Manager(s) $ OFPC Ver 09/01/2007 ISSUANCE - 11 - MDA Ver 08/19/09JSW

3.10.6 ADDENDA: Receipt is hereby acknowledged of the following addenda to this RFP (initial if applicable). No. 1 No. 2 No. 3 No. 4 No. 5 No. 6 3.10.7 AWARD OF CONTRACT AND COMMENCEMENT OF SERVICES: The undersigned agrees to execute the Contract after notification that the Respondent has been identified by the Owner as the Respondent with the best value Proposal, and to commence services on or before the commencement date stated by the Owner in a Notice to Proceed. The Owner reserves the right to accept or reject and all Proposals and to waive proposal irregularities. Proposals shall be valid and not withdrawn for a period of ninety (90) days from the date of opening thereof. 3.10.8 Respectfully Submitted and Certified By: (Respondent s Printed Name) (Title) (Authorized Signature) (Date) State of Texas Tax Account No. OFPC Ver 09/01/2007 ISSUANCE - 12 - MDA Ver 08/19/09JSW

SECTION 4 FORMAT OF PROPOSALS 4.1 GENERAL INSTRUCTIONS 4.1.1 Proposals shall be prepared SIMPLY AND ECONOMICALLY, providing a straightforward, CONCISE description of the respondent's ability to meet the requirements of this RFP. Emphasis shall be on the QUALITY, completeness, clarity of content, responsiveness to the requirements, and an understanding of Owner's needs. 4.1.2 Proposals shall be a MAXIMUM OF FIFTY (50) PRINTED PAGES. The cover, table of contents, divider sheets, HUB Subcontracting Plan, Pricing and Delivery Proposal, and Execution of Offer do not count as printed pages. Each bound copy must be in the following order. Cover Cover Letter Table of Contents CRITERIA ONE: RESPONDENT S PRE-CONSTRUCTION PHASE SERVICES AND PROJECT EXECUTION PLAN FOR THIS PROJECT CRITERIA TWO: RESPONDENT S CONSTRUCTION PHASE SERVICES AND PROJECT EXECUTION PLAN FOR THIS PROJECT CRITERIA THREE: RESPONDENT S SAFETY MANAGEMENT PROGRAM CRITERIA FOUR: RESPONDENT S ESTIMATING AND COST CONTROL MEASURES FOR THIS PROJECT CRITERIA FIVE: RESPONDENT S PROJECT PLANNING AND SCHEDULING FOR THIS PROJECT CRITERIA SIX: RESPONDENT S QUALITY CONTROL AND COMMISSIONING PROGRAM FOR THIS PROJECT CRITERIA SEVEN: RESPONDENT S GENERAL UNDERSTANDING OF THE U.T. SYSTEM CM-R AGREEMENT CRITERIA EIGHT: RESPONDENT S PAST PERFORMANCE ON SIMILAR PROGRAM FOR THIS PROJECT CRITERIA NINE: RESPONDENT S WARRANTY AND SERVICE PROJECTS CRITERIA TEN: RESPONDENT S PRICING AND DELIVERY PROPOSAL HUB SUBCONTRACTING PLAN Respondents must submit one (1) hard copy and one (1) virus free exact copy of the HUB Subcontracting Plan on a CD. Both items must be submitted together in a SEPARATE and SEALED envelope apart from the other bid proposal documents. Note: The HUB Subcontracting Plan must be submitted at the same time the sealed proposal/bid is submitted. The envelope containing the HUB Subcontracting Plan and the CD must clearly be labeled HUB Subcontracting Plan and marked with the project name and the bid/proposal number. 4.1.3 Respondents shall carefully read the information contained in this RFP and submit a complete response to all requirements and questions as directed. Incomplete Proposals will be considered non-responsive and subject to rejection. 4.1.4 Proposals and any other information submitted by respondents in response to this RFP shall become the property of the Owner. OFPC Ver 09/01/2007 ISSUANCE - 13 - MDA Ver 08/19/09JSW

4.1.5 Proposals that are qualified with conditional clauses, alterations, items not called for in the RFP documents, or irregularities of any kind are subject to rejection by the Owner, at its option. 4.1.6 The Owner makes no representations of any kind that an award will be made as a result of this RFP. The Owner reserves the right to accept or reject any or all Proposals, waive any formalities or minor technical inconsistencies, or delete any item/requirements from this RFP when deemed to be in Owner's best interest. 4.1.7 Proposals shall consist of answers to questions identified in Section 3 of the RFP. Separate each section of your proposal by use of a divider sheet with an integral tab for ready reference. Identify the tabs in accordance with the parts under Section 3, which is to be consistent with the Table of Contents. TAB IDENTIFICATION BY NUMBERS ONLY IS NOT ACCEPTABLE. 4.1.8 Failure to comply with all requirements contained in this Request for Proposals may result in the rejection of the Proposals. 4.2 PAGE SIZE, BINDING, DIVIDERS, AND TABS: 4.2.1 Proposals shall be printed on letter-size (8-1/2 x 11 ) paper and assembled with spiral-type bindings or staples. DO NOT USE METAL-RING HARD COVER BINDERS. 4.2.2 Additional attachments shall NOT be included with the Proposals. Only the responses provided by the Respondent to the questions identified in Section 3 of this RFP will be used by the Owner for evaluation. 4.2.3 Separate and identify each criteria response to Section 3 of this RFP by use of a divider sheet with an integral tab for ready reference. 4.3 TABLE OF CONTENTS: 4.3.1 Submittals shall include a Table of Contents and give page numbers for each part the Qualifications. 4.4 PAGINATION: 4.4.1 Number all pages of the submittal sequentially using Arabic numerals (1, 2, 3, etc.); the Respondent is not required to number the pages of the HUB Subcontracting Plan. OFPC Ver 09/01/2007 ISSUANCE - 14 - MDA Ver 08/19/09JSW

SECTION 5 - ATTACHMENTS TO THE RFP The M.D. Anderson Cord Blood Bank Program (CBB), through its HRSA contract, shall obtain a Biologics License from the FDA; meeting all FDA licensure requirements. The scope of the project will include the design and construction of a Good Manufacturing Practice (GMP) Laboratory, Quality Control Laboratory, Accessioning, Inventory Supply, dedicated BioArchive tank area and a -80 Freezer Farm. Auxiliary spaces are to include, but not limited to, a reception area, administrative offices, a conference room and related support spaces to be built-out, or refinished, within the Medical Support Facility. In addition, the scope of work will also include design of a small service yard to include an emergency generator, chillers, a liquid nitrogen delivery system; these areas and access drives are not currently designed. Additional attachments include the following: 1. Existing site plans of the Medical Support Facility (previously named: American Medical Building) at 1841 Old Spanish Trail, Houston Texas; UT MD Anderson Cancer Center also owns the adjoining properties to the East and West, plans not included the East lot is proposed for the Service Yard. 2. Existing 1 st and 2 nd floor plans; unoccupied space. 3. Existing Mechanical, Electrical, and Plumbing. 4. Proposed 1 st floor plan. 5. 2 nd floor is proposed for mechanical spaces as necessary (not currently designed). Attachment A Draft Agreement Between the Owner and Construction Management Risk - Identify terms, if any, of the Agreement that you will request to be changed prior to signing the Owner s Construction Manager at Risk Agreement. Attachment B Request for Information OFPC Ver 09/01/2007 ISSUANCE - 15 - MDA Ver 08/19/09JSW