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

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

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Request for Proposal (RFP) For Plat book Printing

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

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

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

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

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

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

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

PANAMA-BUENA VISTA UNION SCHOOL DISTRICT

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA

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

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

for Job Order Contract Washington State University

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES ("RFQ") January 20, 2018

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

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

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

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

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

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

Request for Qualifications (RFQ)

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

REQUEST FOR PROPOSALS

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

Cheyenne Wyoming RFP-17229

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS

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

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

Request for Qualifications

Request for Proposal

Union County. Request for Proposals # Employee Survey Services

REQUEST FOR PROPOSAL

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Folsom Cordova Unified School District 1965 Birkmont Drive Rancho Cordova, CA

REQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS

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

Request For Qualifications Construction Management at Risk

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

INSTRUCTIONS TO BIDDERS

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

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

ARTICLE 8: BASIC SERVICES

I. PROJECT DESCRIPTION

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern:

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

REQUEST FOR PROPOSALS

Granville Township Request for Qualifications Construction Manager at Risk (CMAR)

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal

BHP Project IFB #

REQUEST FOR PROPOSALS

RENEWABLE WATER RESOURCES

INVITATION FOR STATEMENT OF QUALIFICATIONS

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

INSTRUCTIONS TO BIDDERS

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

State Government Procurement

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Mobile and Stationary Security Patrol Services

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSALS TOWN OF SEVERANCE PUBLIC WORKS FACILITY

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

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

AIA Document A701 TM 1997

OFFICE OF THE SUMMIT COUNTY SHERIFF

REQUEST FOR QUALIFICATIONS

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Request for Proposal Construction Management Services

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

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

REQUESTS FOR PROPOSAL # for INTERNET SERVICE PROVIDER. at SMITHERS REGIONAL AIRPORT

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Charlotte-Mecklenburg Schools. Request for Qualifications

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

REQUEST FOR PROPOSALS

OREGON CHILD DEVELOPMENT COALITION

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Academic Building Replacement (Capers Hall) The Citadel H PG. Request for Qualifications. For. Construction Management at-risk Services

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

Transcription:

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1

TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS I. Solicitation II. Project Description III. Proposed Budget IV. Project Schedule V. Scope of Services VI. Type of Contract VII. Selection Committee VIII. Selection Schedule IX. Evaluation Criteria X. Selection Process XI. Submittal Deadline, Requirements, Format and Content XII. Procedures for Contract Award XIII. Subcontractor Selection Process XIV. Bonds, Certifications, and Insurance XV. Additional Information EXHIBITS o Contractor s Qualifications Statement AIA Document A305-1986 2

I. SOLICITATION COPY OF ADVERTISEMENT - REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK WILLIAMS COUNTY NOTICE IS HEREBY GIVEN that Williams County is requesting qualifications from interested general contractors for Construction Manager At-Risk services for the Williams County Highway Complex. Qualifications must be submitted to the Williams County no later than 11:00am local time on Friday, January 24 th, 2014. Respondents are asked to provide the email address of the main point of contact at their place of business when requesting the Request for Qualifications. The Request for Qualifications, which sets forth the scope of services, the selection process, the required submittal content, the evaluation criteria, and other relevant information, may be obtained from: Deanna Senior Project Manager Williams County PO Box 2047 205 E. Broadway Williston, ND 58802 (701) 577-4508 deannas@co.williams.nd.us DATED: January 2nd, 2014 GENERAL OVERVIEW OF REQUEST FOR QUALIFICATIONS (RFQ) Williams County identified as the Owner, is soliciting qualifications from interested general contractors to perform Construction Manager At-Risk services for the Williams County Highway Complex. The project will be located at the Northeast Corner of the 141 st Ave. NW and 52 nd St. NW intersection. The Construction Manager At-Risk (CMAR) will be selected through a qualifications submittal and interview process. Following the review and ranking of initial qualifications submittals per the selection process described herein, the highest ranked CMARs will be invited to formal interviews. The selected CMAR will contract with the Owner to provide planning and design phase services (hereafter referred to as preconstruction phase services) in addition to construction services. 3

II. PROJECT DESCRIPTION Williams County, ND is beginning design on a multi-building complex consisting of office space, shop space and storage for County departments. This facility will be located on 40 acres along the soon to be constructed Williston Truck Bypass at the North East corner of the 141 st Ave. NW and 52 nd St. NW intersection. This building would contain offices for Williams County Highway Department and Williams County Vector and Weed Control. An external garage building for County Highway Department vehicles of all sizes would consist of both heated and non-heated space. Also included on site would be storage buildings for sand and gravel. III. PROPOSED BUDGET The proposed budget for the total project is estimated, at this time, to be sixteen million four hundred thousand dollars ($16,400,000). Construction costs are anticipated to be approximately $15,150,000 IV. PROJECT SCHEDULE The selected CMAR will be expected to assist in project scheduling. A general project schedule, including the design process and targeted construction dates, is summarized below. This schedule is subject to change. The Owner wishes to have the Highway Complex project substantially complete by July 2015. Schematic Design February 2014 GMP May 2014 Construction Documents July 2014 Substantial Completion July 2015 Final Completion September 2015 V. SCOPE OF SERVICES The selected CMAR will provide preconstruction phase services during the preparation of design documents and construction phase services for these projects. The selected CMAR will act as an advisor during the preconstruction phases and as the general contractor during the construction phases of these projects. The scope of these services includes, but is not limited to, the following: o Review and evaluate the program, schedule, and construction budget requirements. o Provide value engineering and constructability reviews of the Contract Documents and recommendations to the Owner and Architect. o Prepare and periodically update a project schedule. o Provide recommendations for fast-track or accelerated scheduling, procurement, and construction phasing. o Prepare full quantitative preliminary estimates for design development and construction document phases corresponding to the anticipated work package breakdowns. Owner requests estimates are broken down in a format similar to CSI specification divisions. Evaluation/pricing of alternates is included in the scope of estimating. o Assist in design document review and coordination. 4

o o o o Assist in development of Division 1 specifications. Provide a Guaranteed Maximum Price Proposal (GMP). Prepare and implement contracts with all subcontractors/suppliers. Provide construction phases services, including, but not limited to, construction of the project and the services listed below: Coordinate all work packages and subcontractors/suppliers. Establish, monitor, and enforce the construction schedule. Prepare project construction reports, minutes, and schedules. Develop and implement a quality assurance plan. Maintain record document set. Implement and monitor safety program. Implement a system for cost control. VI. TYPE OF CONTRACT A Standard Form of Agreement Between Owner and Construction Manager as Constructor and General Conditions based on AIA Documents A133-2009 and A201-2007 will be used for the contract between the selected CMAR and Owner. When the drawings and specifications are sufficiently complete, the CMAR shall propose a Guaranteed Maximum Price (GMP) to construct the project. AIA Document A133-2009 will be used to amend the contract upon acceptance of the GMP by the Owner. All negotiations for GMP shall be open-book negotiations. VII. SELECTION COMMITTEE Members of the selection committee are not eligible to submit a proposal for the CMAR contract under consideration. The selection committee is comprised of the following entities: Governing Body representative: Deanna Senior; Registered Architect: Michael McLean; Registered Engineer: Jeremiah Christenson; Contractor: Rick Tofte VIII. SELECTION SCHEDULE The Williams County Building Committee will be selecting a CMAR through a qualifications submittal and interview process. The proposed schedule for selection of a CMAR is as follows: Advertise for Qualifications January 2nd, 2014 - January 24 th, 2014 Qualifications submittals due January 24 th, 2014 Review qualifications submittals January 24 th - 27th, 2014 Formal interviews February 6-7, 2014 Selection of CMAR and negotiate contract February 10-14, 2014 CMAR begins services February 17, 2014 5

QUESTIONS AND CLARIFICTIONS For any questions regarding this RFQ, please contact: Deanna Senior Project Manager Williams County PO Box 2047 205 E. Broadway Williston, ND 58802 (701) 577-4508 deannas@co.williams.nd.us Any questions regarding this RFQ shall be submitted via e-mail and shall include the name of the questioner and their telephone number, fax number, and e-mail address. Any clarifications of this RFQ that materially affect or change its requirements will be distributed as an addendum by Williams County to all qualifications respondents via email. All such addenda issued by Williams County before qualifications are due are part of the RFQ and respondents shall acknowledge receipt of and incorporate each addendum in their qualifications submittals. Respondents shall consider only those clarifications and interpretations Williams County issues by addenda five (5) business days prior to the submittal deadline. Interpretations and clarifications in any other form, including oral statements, will not be binding on Williams County and should not be relied on in preparing qualifications submittals. IX. EVALUATION CRITERIA CMAR qualifications will be evaluated on the following criteria: 1. Similar Project Experience 2. Familiarity with Location 3. Management 4. Personnel 5. Estimating & Scheduling 6. Workload 7. Safety 8. Compliance with State & Federal Law 9. Fees & Expenses*** ***Qualifications submittals shall not include any information regarding fees, pricing, or other compensation. Such information will only be solicited from the highest ranked CMARs invited to formal interviews 6

1. SIMILAR PROJECT EXPERIENCE o Provide a list of recent projects similar in size, type, dollar value, and complexity for which your organization has acted as Construction Manager (CM). o Select three (3) of the projects from the above list as specific examples of your capabilities. Please provide the following additional information for each of these three (3) projects: Project Name/location Color images of the project Delivery method (CM, DB, GC) and role of your organization Construction cost Contracted construction cost Amount of change orders Owner Name and phone number of Owner s representative Name of your project manager Name of your job site superintendent Year Built Timeframe for Construction (from Notice to Proceed to Substantial Completion) 2. FAMILIARITY WITH LOCATION o Describe the following: Location of working offices Recent projects completed or under construction in Western North Dakota. Highlight projects in Williams County, ND in the last three (3) years, if applicable. Your plan for ensuring maximum participation of the local subcontracting/supplier community 3. MANAGEMENT o Describe your methodology for working with the Owner and Architect to deliver a GMP and to maintain the GMP throughout the design and construction process. o Describe special services, product characteristics, or other benefits provided by your firm including examples of Quality Assurance programs, Constructability Methods, and experience with Building Information Modeling (BIM). 4. PERSONNEL o Identify the proposed CMAR team members for this project. o Provide resumes of the CMAR team that will be directly involved in the project. o Highlight the following information in each individual s resume: Experience with similar projects Identify where the staff member will conduct business for this project (i.e. home office, branch office location, Williams County job site, etc.) At least two (2) client references with name, organization, and telephone number. 7

5. ESTIMATING & SCHEDULING o Describe your capabilities, procedures, and accuracy for the following areas. Provide examples, from any of the projects listed under Similar Project Experience, of how these techniques were used, including specific challenges/requirements and actual solutions. Budget estimating Cost Control o Describe how you will develop, maintain, and update the project schedule. 6. WORKLOAD o State the total worth of current work in progress and under contract. o List the present commitments and percentage of time that each team member is available to dedicate to this project. 7. SAFETY o Describe your organization s safety record over the last five (5) years. o Describe your safety plan to be utilized during construction. o Describe your EMR. 8. COMPLIANCE WITH STATE & FEDERAL LAW o Describe your compliance with state and federal law. Complete AIA Document A305 Contractor s Qualification Statement, which is attached to this RFQ as Exhibit A. Include the completed form and any required attachments in an appendix at the end of the qualifications submittal. o List your ability to provide the required insurance. o List your compliance with and/or ability to provide the following. Note: attachments, if any, should be included in an appendix at the end of the qualifications submittal. Worker s Compensation and other applicable labor requirements A Drug-Free Workplace Certification Equal Opportunity Employer 9. FEES & EXPENSES*** ***Qualifications submittals shall not include any information regarding fees, pricing, or other compensation. Such information will only be solicited from the highest ranked CMARs invited to formal interviews. This information is provided for reference only. The highest ranked CMARs will be requested to submit the information listed below as supplemental information pertaining to Fees & Expenses upon request of the Owner prior to formal interviews. 8

o o Describe proposed compensation basis for preconstruction services including all personnel time, travel costs, and miscellaneous expenses. If compensation for personnel time is to be on an hourly basis, provide a fully burdened hourly rate schedule (including both profit and general office overhead) for all personnel that will provide preconstruction services. List estimated bonding and insurance costs. X. SELECTION PROCESS DISCLAIMER If fewer than three qualifications submittals are received, Williams County may re-solicit qualifications, interview any CMAR that submitted qualifications, or consider using another allowed delivery method. DESCRIPTION OF SELECTION PROCESS Initially, the selection committee will review qualifications submittals and rank said submittals as described herein. Following the initial review/ranking of qualifications submittals, a minimum of three highest ranked CMARs will be invited to formal interviews. Both qualifications submittals and formal interviews will be evaluated based on the categories listed below. QUALIFICATIONS SUBMITTAL RANKING Each member of the selection committee will individually rank each submittal in the evaluation criteria. The highest ranked CMARs will be invited to formal interviews. FORMAL INTERVIEW RANKING The highest ranked CMARs who are invited to formal interviews with the selection committee will be interviewed in person at the Owner s request. Scores for the invited CMARs will be reset to zero before formal interviews. Each member of the selection committee will individually rank each invited CMAR. The overall weighted score from the formal interviews will be used to determine the list of finalists. The selection committee will include the three (3) highest ranked CMARs from the formal interview process on a list of finalists. The selection committee will recommend, to Williams County the CMAR receiving the highest score. 9

WEIGHT 1. Similar Project Experience 20% 2. Familiarity with Location 20% 3. Management 15% 4. Personnel 10% 5. Estimating & Scheduling 10% 6. Workload 5% 7. Safety 5% 8. Compliance with State & Federal Law 5% 9. Fees & Expenses*** 10% Totals 90% for qualifications submittals 100% for formal interviews ***See note regarding Fees and Expenses under article IX. EVALUATION CRITERIA. XI. SUBMITTAL DEADLINE, REQUIREMENTS, FORMAT, AND CONTENT DEADLINE AND LOCATION The Owner will receive qualifications submittals at the time and location described below. Friday, January 24 th, 2014 at 11:00am local time Note: the office of the Williams County Project Manager listed below will be the official timekeeper site. Address or hand-deliver statements of qualifications to: Deanna Senior Project Manager Williams County PO Box 2047 205 E. Broadway Williston, ND 58802 (701) 577-4508 GENERAL REQUIREMENTS Late received qualifications submittals will not be accepted and will not be opened. No acknowledgement of receipt of submittals will be distributed by the Owner or the Architect. The respondent is responsible for ensuring the qualifications submittal is received at the location listed above by the time listed above. Williams County will not acknowledge or receive qualifications submittals that are delivered by telephone, facsimile (fax), or electronic mail (e-mail). Properly submitted qualifications will not be returned to respondents. Qualifications materials must be enclosed in a sealed envelope or box addressed as listed above; the package must clearly be marked with Statement of Qualifications Williams County Highway Complex. The return address of the respondent must be indicated on the outside of the sealed envelope or box. 10

The qualifications submittal shall be prepared as simply and concisely as possible. Emphasis shall be on the quality, completeness, clarity of contents, responsiveness to the requirements, and understanding of the Williams County needs. Qualifications that are qualified with conditional clauses, alterations, items not called for in the RFQ documents, or irregularities of any kind are subject to rejection by Williams County at its option. FORMAT Submit five (5) identical copies of the requested. Qualifications shall be printed on letter-size (8-1/2 x 11 ) paper, assembled and bound. Qualifications shall be a maximum of twenty (20) printed pages. One page is defined as one side of a standard sheet. The cover, cover letter, acknowledgement letter for addenda, table of contents, divider sheets and the appendix do not count toward the twenty (20) printed pages. Additional attachments, other than the items requested, shall not be included with the qualifications submittal. CONTENTS Cover (at a minimum, must contain project name and respondent s organization name) Cover Letter (bind into document) 1 page maximum Letter of acknowledgement for addenda, if any 1 page maximum Table of Contents 1 page maximum Response to Evaluation Criteria 20 pages maximum Appendix o Resumes 1 page maximum each o Contractor s Qualification Statement (AIA A305-1986), o including any requested attachments o Certificates of insurance o Proof of the following (if not included elsewhere in your qualifications submittal): Compliance with Worker s Compensation & other applicable labor requirements A Drug-Free Workplace Certification Equal Opportunity Employer 11

XII. PROCEDURES FOR CONTRACT AWARD The selection committee will recommend to the Williams County the CMAR receiving the highest score on the evaluation criteria per the scoring system and procedures outlined in article X. SELECTION PROCESS. If the CMAR selected declines the appointment or is unable to reach agreement with Williams County concerning fees or terms of the contract, then Williams County shall terminate negotiations with the CMAR and begin negotiations with the CMAR with the next highest score and continue that process until agreement is reached or the list of finalists is exhausted. Williams County shall negotiate a price that is fair and reasonable to the governing body. Upon reaching an agreement with a CMAR on compensation and contract terms for preconstruction services, Williams County shall enter a written contract with the CMAR for the services. After the Williams County and the CMAR have finalized the contract for planning and design phase services and the process has progressed sufficiently to provide the CMAR the necessary project details, the Williams County and the CMAR shall enter negotiations for a Guaranteed Maximum Price (GMP) and contract terms for general construction of the project. If the Williams County is unable to negotiate a satisfactory contract with the highest qualified CMAR on the list of finalists, Williams County shall terminate negotiations with that CMAR. Williams County shall commence negotiations with the next most qualified CMAR on the list in sequence until an agreement is reached or a determination is made to reject all CMARs on the list. If Williams County reaches an agreement with a CMAR on a GMP and on contract terms, Williams County and CMAR shall enter a written contract for construction services. XIII. SUBCONTRACTOR SELECTION PROCESS The CMAR is hereby notified that Williams County will not recognize subcontractors as having any function in the work other than as employees of the CMAR. Refer to the General Conditions with reference to employees and to the Standard Form of Agreement Between Owner and Construction Manager as Constructor and the General Conditions with reference to subcontractors. Prior to submitting qualifications for any subcontractors, the CMAR shall be responsible to ensure that subcontractors have read the General Conditions and are familiar with the terms and conditions of the Contract Documents as said terms and conditions may affect their work. The CMAR selected for this project shall advertise publicly and receive bids from subcontractors for the work items the CMAR chooses not to perform. Williams County may influence the selection of the subcontractors, but only insofar as Williams County past experience with a subcontractor or a current legal dispute with a subcontractor. 12

XIV. BONDS, CERTIFICATIONS, AND INSURANCE BOND REQUIREMENTS The CMAR is responsible for furnishing a Performance-Payment Bond as security for faithful performance of the contract and furnishing materials in connection with the contract. The CMAR is responsible for ensuring all requirements of the North Dakota Century Code relating to bonds are met. PERFORMANCE BOND This project requires a performance bond. The amount of performance bonds shall be 100 percent of the contract amount. Williams County requires additional performance bond protections if the contract price is increased for any reason. The increase in protection shall generally equal 100 percent of the increase in contract price. AIA Document A312-2010 Performance Bond will be used to execute the performance bond. PAYMENT BOND This project requires a payment bond. The amount of payment bonds shall be 100 percent of the contract amount including any increase or decrease. AIA Document A312-2010 Payment Bond will be used to execute the payment bond. CERTIFICATIONS To the extent required by applicable law and consistent with the obligations contained in the Contract Documents, the CMAR is advised that prior to execution of the Contract Documents, the selected CMAR may be required to submit certain certifications, including, but not limited, to: o A certification regarding compliance with Worker s Compensation and other applicable labor requirements o A Drug-Free Workplace Certification o Non-Collusion Affidavit o Equal Opportunity Employer o Any other certifications requested by the Owner to ensure compliance with state and federal law INSURANCE Any CMAR submitting qualifications shall include a certificate of insurance indicating liability coverage. For all phases of the Project, the CMAR shall purchase and maintain insurance as set forth in Article 11 13

of AIA Document A201-2007 General Conditions of the Contract for Construction. The CMAR shall maintain the required insurance in force continuously from before commencing work for a period of at least twelve months after final completion, or for such longer period as may otherwise be required by the Contract Documents. Type of Insurance Workers Compensation Commercial General Liability Automobile Liability (covering all owned, non-owned, and hired automobiles, trucks and trailers) Limit of Liability state statutory limits $2,000,000 per occurrence $2,000,000 general aggregate $2,000,000 aggregate products & completed operations The policy shall include a stop-gap Employers Liability endorsement to cover the employer s liability for injury to employees which fall outside the State s Workers Compensation laws. $2,000,000 per occurrence Other insurance deemed necessary by the CMAR including, but not limited to, coverage on the CMAR s or subcontractor s equipment. An umbrella or excess liability insurance policy may be used to supplement the CMAR s policy limit to satisfy the full policy limits required. XV. ADDITIONAL INFORMATION 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 after the solicitation is completed. OWNER'S RESERVATION OF RIGHTS Williams County may evaluate the qualifications submittals based on the anticipated completion of all or any portion of the project. Williams County reserves the right to reject any and all qualifications submittals and re-solicit for new qualifications, or to reject any and all qualifications submittals and temporarily or permanently abandon the project. Williams County makes no representations, written or oral, that it will enter into any form of agreement with any respondent to this RFQ for any project and no such representation is intended or should be construed by the issuance of this RFQ. 14

ACCEPTANCE OF EVALUATION METHODOLOGY By submitting its qualifications in response to this RFQ, respondent accepts the evaluation process and acknowledges and accepts that determination of the "most qualified" organization will require judgments by the selection committee. NO REIMBURSEMENT FOR COSTS Respondent acknowledges and accepts that any costs incurred from the respondent's participation in this RFQ process shall be at the sole risk and responsibility of the respondent. Respondents submit qualifications at their own risk and expense. ELIGIBLE RESPONDENTS Only individual firms or lawfully formed business organizations possessing a Class A contractor s license and a valid North Dakota contractor s license may apply. This does not preclude a respondent from using sub consultants. The Owner will contract only with the individual firm or formal business organization that submits qualifications. REFERENCES References shall be considered relevant based on specific project participation and experience with the respondent. The Owner may contact references during any part of this process. The Owner reserves the right to contact any other references at any time during the RFQ and oral presentation process. ADDITIONAL REGULATIONS All rules and regulations of the North Dakota Century Code pertaining to selection of a CMAR shall supersede any requirements contained herein. Individual firms and business organizations are encouraged to review all requirements of the North Dakota Century Code prior to submitting qualifications. AVAILABILITY OF RFQ PACKAGE This RFQ package with a complete set of exhibits is available from the representative listed under section I. SOLICITATION. 15