REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

Similar documents
REQUEST FOR QAULIFICATONS. General Contractor Construction Manager (GC/CM) Wallace and Lexington Elementary Schools Replacement Project.

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR QUALIFICATIONS

All proposals must be received by August 30, 2016 at 2:00 PM EST

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)

Request for Qualifications Construction Manager

REQUEST FOR QUALIFICATIONS. Design Professional Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

New Pacific Rim Aquarium Project (Phase 2)

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

This request for qualifications seeks the following type of service providers:

Galesburg Public Library, Galesburg, IL

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

University of Washington. Request for Qualifications. Commissioning Services for. UW Bothell Phase 3 Project Number:

Request for Qualifications

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS FOR: ASU RFQ CMAR 11720

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

Request for Qualifications Construction Manager at Risk Contract

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS FOR: CMAR

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Dakota County Technical College. Pod 6 AHU Replacement

Colquitt Regional Medical Center

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

SCHOOL BOARD ACTION REPORT

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

Below are five basic procurement methods common to most CDBG projects:

Mandatory Site Visit: Thursday, July 13, :00 PM (Pierson Library, Shelburne, VT)

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Morgan Hill Unified School District

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Request for Proposals for Construction Manager at Risk Watertown Community Center

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

Request for Qualifications

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

Request for Proposals and Specifications for a Community Solar Project

Request for Statements of Qualifications Construction Management and General Contractor at Risk San Mateo County Replacement Correctional Facility

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

REQUEST FOR PROPOSALS

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

REQUEST FOR PROPOSAL

Introduction. Proposal Submission

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Grant Seeking Grant Writing And Lobbying Services

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Request for Proposals Construction Services Workplace Excellence Project

REQUEST FOR PROPOSALS

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Facilities Condition Assessment

San Mateo County Project Development Unit. Issued: August 4, 2017 Responses due: September 1, 2017 at 2:30 pm. Sam Lin, Manager

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Washington County Public Works, Building Services

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

Construction Management (CM) Procedures

Attention Design Firms

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

NORTH CENTRAL REGIONAL LIBRARY

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

Architectural Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Transcription:

REQUEST FOR QUALIFICATIONS General Contractor Construction Manager (GC/CM) Services Centralia High School Modernization Project Centralia High School 813 Eshom Rd Centralia, WA 98531 Submit Proposals to: Phil Iverson Director of Facilities and Maintenance 2320 Borst Avenue Centralia, WA 98531 Submittal Deadline: August 18, 2017-3:00 PM

Page 2 of 9 Request For Qualifications (RFQ) General Contractor/Construction Manager Services 1.0 INTRODUCTION Centralia School District (CSD) is accepting Statements of Qualifications (SOQs) from General Contractor/Construction Managers (GC/CM) to: Embrace an integrated project team model including CSD, BLRB Architects, specialty consultants, the GC/CM and key subcontractors focused solely on the best interest of the project, CSD staff and students. Provide high quality pre-construction consulting services including cost estimating, scheduling, phasing logistics, collaboration with the design consultants, destructive testing and site investigation, and assistance in the selection of materials and building systems. Provide integrated use of current design and construction technology including Building Information Modeling and Virtual Design and Construction. Assist CSD in establishing and achieving high performance design and construction goals. Solicit and manage subcontractor and supplier bidding. Provide high quality construction services to deliver a high-quality project, safely, on time and under budget. CSD intends to award a contract for GC/CM services ("GC/CM Contract") utilizing a three-step competitive negotiation process to procure the highest qualified contractor with the strongest management team at market competitive fees. The first step shall consist of an SOQ submittal, as set forth in Section 6 of this RFQ and evaluated in accordance with the criteria set forth in Section 12. Based on evaluations of submitted SOQs, the highest ranked firms will be asked to participate in an extended interview process including site and office visits and team interviews. Based on the evaluations of interviews, the most highly qualified teams will be invited to submit price proposals for specified general conditions and contractor s fee. There will be a pre-submittal conference for this project on Thursday, August 10, 2017 at 8:00AM. The conference will be held at Centralia High School, 813 Eshom Rd, Centralia, WA 98531. Check in with the main receptionist at building. The pre-submittal conference will be held in the Commons area. The particulars of the project, the selection process, schedule, and the elements of the contract will be discussed. All official documents and notification of all addenda for this process is on the district website. All costs incurred by firms choosing to participate in this RFQ process shall be by the proposing firms. Key Project Team Members: Mark Davalos, Centralia School District, Superintendent Phil Iverson, Centralia School District, Director of Facilities & Maintenance Kasey Wyatt, Sr. Associate, OAC Services, GC/CM Consultant/Program Manager Jane Louie, Sr. Project Manager, OAC Services Cynthia Balzarini, Sr. Project Coordinator, OAC Services Lee Fenton, Principal-In-Charge, BLRB Architects Bob Lindstrom, Project Manager, BLRB Architects

Page 3 of 9 2.0 PROJECT DESCRIPTION The District is planning a multi-phase and complete modernization to the existing Centralia High School. The modernization will bring the legacy 1968 building up to current codes, standards and will provide state of the art learning facilities for years to come. The school, with an occupancy of 1,042 students in grades 9-12, will remain occupied and operational throughout the construction process. Construction work is anticipated to take approximately 24 months and will likely have three phases. The existing site is roughly 39 acres located in rural Lewis County with single family homes to the North, the Chehalis River to the West and agricultural land/pheasant farm to the South. The existing building is 150,000 gross square feet with 142,000 square feet of educational space. The modernized building will eliminate 8 portable classrooms and bring the various programs under one roof. Upgrades to the existing school includes the abatement of hazardous materials, select demolition of existing school building, demolition/removal of multiple portable classrooms, complete systems upgrades (including but not limited to Mechanical, Plumbing, Electrical, Fire-Life Safety, and Security), structural/seismic upgrades, building envelope improvements (roof, doors, windows, etc.), ADA accessibility upgrades, and interior finishes. Upgrades to existing electrical service and site utilities to include provisions to accommodate the new STEM facility which will be added to the existing school building with funding from a onetime OSPI STEM Grant. The completed project will accommodate 1,100 students and is anticipated to have about 165,000 square feet of education space. The program includes general classrooms, and specialized classrooms for art, science, technology, music, SPED, performing arts, engineering, shops/cte as well as athletics, commons, library/media center and administrative spaces. CSD desires to retain the GC/CM as a partner early in the project cycle to help establish the overall project goals including the final budget, detailed project scope, high performance building goals and the delivery schedule. 3.0 SCHEDULE The following is the projected schedule for completion of the project. 3.1 Selection of GC/CM PRC Approval July 27, 2017 1 st Advertisement for GC/CM August 1, 2017 2 nd Advertisement for GC/CM August 8, 2017 Pre-Submittal Meeting August 10, 2017 at 8:00AM Statements of Qualifications DUE August 18, 2017 at 3:00PM Notify GC/CM Finalists August 24, 2017 GC Office/Site Visits Week of September 4, 2017 GC/CM Interviews September 11, 2017 Issue RFP to Finalists (GC s & Fee) September 12, 2017 Open Price Proposals (GC s & Fee) September 14, 2017

Page 4 of 9 3.2 Design and Construction Programming/Ed Specs September January 2018 Schematic Design January April 2018 Design Development May August 2018 Construction Documents August 2018 February 2019 Interim Housing Construction June 2018 Permitting August 2018 December 2018 Building construction October 2018 August 2020 Substantial Completion August 2020 Final Completion/Closeout September November 2020 4.0 SCOPE OF GC/CM SERVICES CSD is seeking a highly-qualified GC/CM firm led by a strong manager to participate as a critical, integrated team member throughout design and construction. Along with traditional pre-construction consulting services, CSD is seeking a GC/CM skilled in working closely with designers to integrate the best in current technology including Building Information Modeling (BIM) and Virtual Design and Construction (VDC), life cycle cost analysis and total cost of ownership. The GC/CM firm must be skilled in all aspects typical to a general contractor and construction manager, including, but not limited to, developing Critical Path Method (CPM) schedules, preparing construction estimates, performing value engineering and life-cycle cost studies, analyzing alternative designs, studying labor conditions, understanding construction methods and techniques, performing constructability reviews, phasing and sequencing of work, and coordinating and communicating the activities of the team throughout the design and construction phases to all members of the project delivery team. In addition, the GC/CM must be familiar with the local labor and subcontracting market, and be capable of working with subcontractors to generate viable pricing alternatives. 5.0 SELECTION AND AWARD PROCESS CSD will be contracting for GC/CM services on the basis of a combination of qualifications and fees as described below. 5.1 All firms submitting Statements of Qualifications will be ranked on the basis of the evaluation criteria set forth in Section 12 of these instructions. The highest ranked firms will be invited to extended interviews including possible site and office visits. CSD anticipates inviting two to four firms for interviews. 5.2 Following interviews, CSD may short-list the competition further and send the highestranked firms a Request for Proposal detailing the contract terms and the specific general conditions and fee terms. 5.3 The GC/CM earning the highest combined score for the interview, and fee proposal will be selected for preconstruction services and GMP negotiation. 5.4 GMP negotiations will occur pursuant to the GC/CM Contract when the scope of the project is adequately defined and the Construction Documents are at least ninety percent (90%) complete as mutually determined by the GC/CM and CSD, but no later than the completion of the Construction Documents. At the time a GMP is successfully negotiated, the parties will execute the GMP amendment to the GC/CM Contract.

Page 5 of 9 5.5 GMP negotiations will take place as part of pre-construction services prior to execution of the GMP amendment. Should the Contractor and Owner not agree on a satisfactory GMP that CSD determines to be fair, reasonable and within the available funds, CSD may cancel the negotiations pursuant to the GC/CM Contract and may begin to negotiate with the next highest ranked firm pursue firm, fixed price bids. 6.0 SOQ SUBMITTAL FORMAT Respond to each of the items set forth below in a clear and concise manner. Responses must be in the same order as listed, clearly separated with tabs and labeled by response. Pay attention to specific requests for information. The submittals shall be organized in a manner that will enable the GC/CM selection committee to quickly assess pertinent information. The submittal shall be bound in 8-1/2 x 11 format; six (6) signed hard copies and one (1) PDF copy supplied via flash drive are required. The submittals shall be tabbed according to section 6. Please limit submittals to a maximum of 20 double sided pages excluding the tabs. Any questions regarding the RFQ should be directed to Jane Louie via email at jlouie@oacsvsc.com. Submit copies of the Statement of Qualifications by 3:00 P.M. PST Friday August 18, 2017, to: Phil Iverson, Director of Facilities and Maintenance Centralia School District 401 2320 Borst Avenue Centralia, WA 98531 6.1 Letter of Interest: (0 points) The letter of interest should not be more than two (2) pages and may contain any information not shown elsewhere in the submittals. Also, submit an executed Contractor Verification Form (this form is a requirement for consideration of the Statement of Qualifications). See Exhibit A. 6.2 Staff Qualifications: (12 points) 6.2.1 Provide an organizational chart and a staffing plan (in narrative form) showing proposed staff, reporting relationships and key responsibilities for each staff member. Describe roles and responsibilities for pre-construction and construction phase services. At a minimum include information for the following staff members: the principal-in-charge or corporate executive dedicated to the project, project manager, project engineers, superintendents, the estimator, the scheduler and the safety officer. Clearly identify the key individual(s) who will provide a leadership role for the project be the day to day contact for CSD. Demonstrate how this individual has accomplished a similar role on other projects. 6.2.2 Provide detailed resumes for each proposed staff member, including the last 5 relevant projects, employment history, education, and personal references.

Page 6 of 9 6.3 Firm Past Performance on Relevant Projects: (8 points) 6.3.1 Provide a description of the history and capabilities of your firm. Describe the types of projects or services the firm normally performs and the relative dollar value of each. Provide the firm s bonding capacity and state the ability of the firm to bond these projects. List the name, contact person, and telephone number of the firm's bonding agent, and include a statement from the bonding agent committing to bond these projects. 6.3.2 Provide profiles of three (3) successfully completed K12 projects where the basis of compensation was a negotiated price. Profiles should include modernization or renovation projects of similar size, scope, and complexity regardless of delivery method. For each project, provide the duration of construction, initial negotiated price, the final negotiated price, references for both Owner and Architect (include the manager who is familiar with your firm s performance) and note if any of the individuals named in your project team participated as members of the project team for the listed project. 6.4 Self-performed Work, Location, and Current Workload (6 points) 6.4.1 Describe the work your firm typically self performs and your capability to do so on this project. How will you assure price competition on these scopes of work? 6.4.2 Describe the typical geographic range of your firm s work. If Centralia is outside of that typical geographic range, how do you plan on managing this work to the benefit of CSD, including pre-construction meeting attendance and management during construction? 6.4.3 Provide a summary of your firm s recent, current and projected workload in addition to this project. What has been your annual volume (in dollars) for the past five (5) years? What is your anticipated volume for the current year and what is your plan for the next three (3) years? 6.5 Accident Prevention, Safety, and Claims (2 points) 6.5.1 Provide a summary of your team s accident prevention program and submit your team s EMR and OSHA (WISHA) Lost Time Accident Rate for the past five (5) years. 6.5.2 Provide a record of claims, litigation, or arbitration matters initiated by your firm or against your firm (in which you were a named party), for the last five years. List the name of the project, the date of litigation, the amount of the settlement and identify your involvement, i.e. defendant or plaintiff. 6.5.3 Provide a record of complaints filed against your firm by regulatory agencies (e.g., OSHA, L&I, WSHA, WDFW, WDOE, County regulators, etc.) for the last five years. List the name of the project, the date of complaint, the amount of the settlement and identify your involvement, i.e. defendant or plaintiff.

Page 7 of 9 6.6 Project Approach: (10 points) 6.6.1 Discuss your firm s approach to completing the project. How will you support CSD s design and integrated team delivery goals? 6.6.2 Describe your firm s estimating capabilities and cost tracking approach when working as a project team member during design. Describe the proposed project team's experience in actively interfacing with the design team to provide continuous, real-time cost feedback and estimating services. 6.6.3 Describe your firm s approach to determining and assessing constructability issues and proposing value engineering and assessing alternative construction options, products and engineering systems for cost savings and life cycle cost design considerations. 6.6.4 Provide your firm s approach to quality control during design and construction including coordination of subcontract work and commissioning building systems. Include a description of the quality control organization you plan to employ and the levels and authority of the individual s assigned responsibility. 6.7 DBE/MWBE Approach (2 points) 6.7.1 Provide your firm s plan related to the DBE/MWBE outreach during design and construction including coordination of materials procurement and subcontract work. 7.0 INTERVIEWS (50 points) The most highly ranked firms submitting SOQ s will be invited for extended interviews to assist CSD in determining the proposers with the strongest management teams including their leadership and communication skills. CSD plans to visit jobsites and offices and hold a formal interview at CSD offices. Should your firm be invited to interview, questions will be directed to the proposed key project staff. At a minimum, the corporate executive, the project manager, project engineer and project superintendent dedicated to the project, project estimator, and the key individuals responsible for preconstruction services shall be in attendance. In addition to presenting qualifications, experience, and the project team s approach to the project, the interviewees will be expected to respond to questions from the panel regarding the firm s proposal as well as additional questions that might be posed in correspondence directed to the most qualified proposers after this solicitation is closed. The length and format for the interview will be provided to the short-listed firms. 8.0 FEE PROPOSALS (10 points) Following interviews, CSD may at its sole discretion invite selected firms to submit fee proposals. If a fee proposal is requested, the firm will be required to submit two (2) amounts on a form to be provided by CSD. The first number shall be for the GC/CM fee, and the second shall be for the Specified General Conditions Work. The terms GC/CM fee and Specified General Conditions Work will be specifically defined in the GC/CM Contract to be provided to those firms selected to submit final proposals.

Page 8 of 9 8.1 State your fee as a percentage and multiply it by the estimated contract sum to determine a single lump sum number for the dollar amount of the fee. The dollar amount of the fee will be added to the dollar amount for the Specified General Conditions Work to determine a single number, the proposer s total proposal. 8.2 No other entries, modifications, or qualifications should be made to the proposal. CSD reserves the right to reject any or all proposals, and to waive informalities or non-material irregularities in the proposals received. 8.3 The name, address, and contractor registration number of proposer shall be typed or printed on the bid in the space provided. The name must match the name on the proposal guarantee. 8.4 Proposals must be submitted on the forms furnished by CSD or on copies of those forms, and signed. The person signing the proposal must initial each page. 8.5 Proposers shall submit proposals in the format provided in the proposal form. Only the amounts and information asked for in the proposal form will be considered as the proposal. All blank spaces must be filled in. 9.0 CONTRACTOR S REGISTRATION All proposers must be registered by the Washington State Department of Labor and Industries in accordance with RCW 18.27.020. 10.0 PROPOSAL GUARANTEE Proposers selected to participate in fee proposal phase of the process shall furnish a proposal guarantee in the form of a firm commitment, such as bid bond, postal money order, cash or cashier s check payable to CSD, in the amount of at least 5% of the total proposal for Fee and Specified General Conditions. CSD reserves the right to hold the proposal guarantees of all proposers until the successful proposer has entered into the GC/CM Contract and furnished the required bonds and insurance certificates, or for a period of 90 days, whichever is shorter. 11.0 DBE/MWBE OUTREACH CSD encourages proposal from disadvantaged and women and minority business enterprises and outreach to these organizations as part of subcontractor bid packages on this project.

Page 9 of 9 12.0 EVALUATION CRITERIA All proposals received will be reviewed by an evaluation committee. Each evaluation criterion has been assigned points based on its relative value to the GC/CM Contract as a whole. The criteria and their associated points are as follows: 12.1 Statement of Qualifications 12.1.1 Staff qualifications 12 points 12.1.2 Past performance on relevant projects 8 points 12.1.3 Self-performed work, firm location, current workload 6 points 12.1.4 Accident prevention program and safety record 2 points 12.1.5 Project approach 10 points 12.1.6 DBE/MWBE approach 2 points 12.2 Interview. Subtotal: 40 Points The Selection Committee will review all conforming proposals received in response to this RFQ, and based upon the results of their scoring, develop a short list of firms to interview. Presentation topics will be identified in a request for proposal that will be transmitted to appropriate firms. Subtotal 50 Points 12.3 Fee Proposals The firms the selection committee believes to be the most qualified based upon the interviews and site visits will be requested to submit sealed proposals for fee and specified general conditions. The lowest conforming fee proposal will receive 10 points. All other fee proposals shall be evaluated as follows: Low Conforming Fee*/Fee Submitted x 10 points = Points Awarded *Low Conforming Fee = GC fee + Specified General Conditions; conforming fee is defined as a fee that conforms to the requirements in the forthcoming RFP. Subtotal: 10 Points TOTAL POSSIBLE POINTS (all categories): 100 POINTS The firm with the highest number of total points scored will be retained to provide pre-construction services and negotiation of the GMP. CSD reserves the right to waive any informalities or irregularities in any submittal.

EXHIBIT A CONTRACTOR VERIFICATION The party who submits the statement of qualification and to whom the contract may be awarded is, and notice of acceptance should be mailed or delivered to: NAME: Legal name of person, firm or corporation submitting bid/proposal/qualifications Corporation ( ) Individual ( ) Partnership ( ) Sole Proprietor ( ) State of Washington, UBI Number Data Universal Numbering System, DUNS Number ADDRESS: Street Address City, State and Zip Code PHONE NUMBER: FAX NUMBER: Not disqualified from proposing on any public works contract under RCW (initial) 39.306.010 or 39.12.065(3) and Common Rule 68 FR 66533. Can provide proof of Industrial Insurance (worker s compensation) (initial) coverage for firm s employees working in Washington per RCW Title 51. Can provide current Washington certification of registration as a contractor (initial) in compliance with RCW 18.27. SIGNATURE: Authorized Signature Name Printed or Typed Date Title Contractor Verification Form