Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104

Similar documents
REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

Dakota County Technical College. Pod 6 AHU Replacement

Washington County Public Works, Building Services

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

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Galesburg Public Library, Galesburg, IL

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

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

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

Request for Proposals for Construction Manager at Risk Watertown Community Center

Morgan Hill Unified School District

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

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Architectural Services

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

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Request for Qualifications Architectural Analysis Programming and Planning for the Clear Creek County Courts Wing Remodel Project Georgetown, Colorado

ARCHITECTURAL/ENGINEERING SERVICES

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

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

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

Raymond, New Hampshire

The District is looking for the architectural firm to provide the following (not listed in order of preference):

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

Chabot-Las Positas Community College District

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

REQUEST FOR PROPOSALS For Design Services for New Fire Station

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Facilities Condition Assessment

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

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

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

City of Malibu Request for Proposal

Request for Proposals (RFP) for Professional Design and Engineering Services

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

Ricardo Flores Magón Academy New PK 8 School Architect/Engineer Services Request for Qualifications/Proposal

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

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

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Request for Qualifications

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

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

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

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

Chabot-Las Positas Community College District

REQUEST FOR PROPOSALS

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES

REQUEST FOR QUALIFICATIONS

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

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

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

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

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

REQUEST FOR PROPOSALS (RFP) AND STATEMENT OF QUALIFICATIONS

SOMERSET COUNTY, MARYLAND

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

Redevelopment Authority of Allegheny County

November 16, 2015 I. INTRODUCTION

CRAWFORD MEMORIAL PARK

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Proposal. And Specifications For. Professional Design Services for. The New School of Business Administration WSU Project No.

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

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES ENGINEERING EDUCATION AND DESIGN CENTER. September 21, 2017

REQUEST FOR PROPOSALS (RFP) FIRE STATION FEASIBILITY STUDY. Borough of Phoenixville. July 15, 2016

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

RFP FOR PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

4:00 p.m. on May 6, 2016

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR QUALIFICATIONS AS-NEEDED CONSULTING PROJECT MANAGER

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

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

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR QUALIFICATIONS. Design Professional Services

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

Background Project Description

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR ARCHITECTURAL PROGRAMMING SERVICES

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

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

Transcription:

Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104 NOTICE OF REQUEST FOR PROPOSALS: Jail Expansion Request for Proposals (RFP) for Architect/Engineer Services Minnehaha County seeks formal proposals for architect and engineer (A/E) services for a 320 bed jail addition. Sealed proposals will be received by the Minnehaha County Auditor s Office, 415 N Dakota Avenue, Sioux Falls, South Dakota 57104 no later than May 19, 2017 at 2:00pm. Additional instructions are contained in the RFP which shall be carefully followed by proposers. The Jail Expansion RFP has been placed on file at the Minnehaha County Auditor s Office where it may be obtained during regular business hours. The RFP is also available at the Minnehaha County website www.minnehahacounty.org/rfp.php. The Minnehaha County Commission reserves the right to reject any or all proposals, wave any irregularities deemed advantageous to the County and make awards as deemed to be in the best interest of the County. Robert Litz Minnehaha County Auditor PUBLISH: Argus Leader: May 8, 2017 and May 15, 2017 Dell Rapids Tribune: May 10, 2017 Brandon Valley Challenger: May 10, 2017

Minnehaha County Jail Expansion Request for Proposal (RFP) for Architect/Engineer Services May 3, 2017

Section 1: Advertisement for Proposals / General Information Minnehaha County ( MC ) requests proposals for Architect/Engineering Services ( AE ) for the design of an expansion to their existing jail in Sioux Falls, SD. The Request for Proposal document for AE Services for the Minnehaha County Jail Expansion is available on the County s website at http://www.minnehahacounty.org/rfp.php 1.1 Background Project scope is planned to include: a new 320 bed jail tower addition to the existing jail. It will consist of the following: a. First floor: intake/sally port/inmate processing/medical processing/ Work release and programs space with on undefined number of potential beds/ 52 transitional beds/program service space (24/7 & others) and a public lobby. b. 2 nd floor: medical with a possible infirmary/ 96 beds/ a space for housing support/a space for inmate programing and jail administrative space. This floor includes a mezzanine level similar to current jail. c. 3 rd floor: 176 jail beds. This floor includes a mezzanine level similar to current Jail. d. Future 4 th floor: Design to accommodate a future floor with a mezzanine level. e. Master Control to be relocated to the new facility serving both the existing and new space. Minnehaha County ( MC ) previously retained TSP/Shive Hattery to evaluate multiple master plan options, including a greenfield option and expansion onto the current building. MC decided to expand their current facility. Their concept floor plans are included as Exhibit A of this RFP. MC has retained The TEGRA Group, Inc. ( TEGRA ) as its Owner s Representative. TEGRA will be the Architect/Engineering ( AE ) team s primary point of contact for Minnehaha County. MC has established the Leadership Team ( LT ) to oversee the development of this facility. It consists of 10 to 12 individuals including but not limited to two County Commissioners, Sheriff, Warden, Commission Administrative Officer, and representatives from Legal, Accounting, Facilities and TEGRA. 1.2 Preliminary Project Budget The total Project Budget is $45 million, (approximately $40m hard costs, $5m soft cost and project contingency). Minnehaha County Commissioners, the LT in consultation with the AE team, and Construction Manager will refine the scope of the Project during the initial design stage. 2

1.3 Preliminary Project Schedule The following preliminary Project Schedule is subject to change as project parameters are better defined. 1.4 Architect/Engineer Team Selection Process Throughout this RFP, reference to Architect/Engineer ( AE ) is assumed to include the design firm and any other firms and/or personnel with which the design firm has elected to partner for purposes of the Project. AE engagement will be direct between MC and the design firm. AE team will be responsible for all communications, contracting, payment, and other matters with partner firms. 1.5 Selection Timeline AE selection is expected to track the following schedule but may be revised if necessary. RFP Release Date Tuesday, May 2, 2017 RFP Questions Due Monday, May 8, 2017 4:00 PM RFP Questions Answered Thursday, May 11, 2017 4:00 PM Deadline for RFP Proposal Submissions Friday, May 19, 2017 2:00 PM Shortlist Candidates for Interviews Tuesday, May 23, 2017 Interviews Conducted Wednesday, May 31, 2017 Anticipated Contract Award mid-june CMAR Interviews mid-june 3

1.6 Contact / Requests for Clarification Prospective responders may direct inquiries/questions in writing only (no oral questions will be entertained) to: Carol Muller via email: cmuller@minnehahacounty.org and Dick Strassburg via email: dstrassburg@tegragroup.com All questions are due no later than 4:00 PM on Monday, May 8, 2017. Responses to each of the questions will be posted on County s website at http://www.minnehahacounty.org/rfp.php The contact persons listed above are the only individuals who can be contacted about the project before proposals are submitted. Responding firms are prohibited from communicating in any other manner about this project with County Commissioners or County employees. Other means of communications or contact may disqualify the submitting firm. 1.7 Response Delivery RFP responses must be delivered as follows no later than 2:00 PM on Friday May 19, 2017. Proposals submitted after the 2:00 PM deadline will be declined. Ten (10) printed copies and one (1) email copy including all attachments to: Olivia Larson Minnehaha County Auditor s Office 415 N Minnesota Avenue Sioux Falls, SD 57104 olarson@minnehahacounty.org One (1) printed copy and one (1) email copy including all attachments to: Dick Strassburg TEGRA Group 801 Nicollet Mall #1850 Minneapolis, MN 55402 dstrassburg@tegragroup.com Section 2: Delivery Method and Required AE Services 2.1 Delivery Method MC intends to use a Construction Manager at Risk ( CMAR ) with a Guaranteed Maximum Price construction delivery method and retain preconstruction services from the CMAR during the design phases to assist the MC Commissioners, LT and AE team with cost estimating and project planning. 4

2.2 Required AE Services A. MC intends to use a modified AIA B103-2007 Agreement between Owner and Architect. B. Initial services to include finalizing the project program, benchmarking and providing comparative analysis of other similar facilities, evaluating existing site conditions, and working closely with the LT to create a facility design that minimizes staffing needs and maximizes operational efficiencies. C. Provide comprehensive scope of services including Concept Design, Schematic Design ( SD ), Design Development ( DD ), Construction Documents ( CD ), Bidding and Construction Administration ( CA ) as outlined in AIA B103-2007 Scope of Basic Services for the following disciplines: 1. Architectural design 2. Structural engineering 3. Mechanical engineering 4. Plumbing engineering 5. Fire Protection performance specifications 6. Electrical engineering 7. Civil engineering 8. Landscape design 9. Security systems (access, audio/visual and surveillance) 10. Building information technologies 11. Verification of accuracy of As-Built drawings of existing building as required for expansion project 12. Exterior building envelope consultant 13. Furniture, fixtures and equipment ( FF&E ) specification and selection 14. Energy modeling, building analysis and commissioning 15. Life safety egress study 16. Vertical transportation design and engineering 17. ADA design 18. As-built drawings- two paper copies and BIM model 19. Code compliance 20. Interior design 21. Sustainability- best practices but no formal certification 22. Construction Administration While MC may bring in mechanical, electrical and security design to assist partners, AE will remain the Architect/Engineer of Record for all disciplines listed above. 5

D. MC will engage a surveyor, testing and quality assurance service providers directly. The AE will be responsible for coordinating design work with, but not services of, such vendors. Key project deliverables are outlined by project phase below. 2.3 Scope of Services provide Basic Services per AIA B103-2007, including the following provisions: A. Programming: 1. Review previously performed programming and campus master plan designs. 2. Work with LT to finalize functional relationships, special requirements, building functions, and growth projections. 3. Determine the preliminary structural, mechanical, electrical and other engineering systems. 4. Review preliminary floor plans, vertical circulation and provide preliminary exit analysis. 5. Participate on tours and evaluation of existing facilities, and provide comparative analysis/benchmarking of similar facilities with an emphasis on operational efficiencies. 6. Create a conceptual disruption avoidance plan that addresses the change-over and expansion of security, technology, mechanical and electrical systems during the transition into the new facility while renovation work takes place in portions of the existing facility. B. Site Evaluation: 1. Review land, topographic and boundary survey. 2. Determine drainage, erosion control and storm water detention requirements. 3. Assist in securing necessary soil and related site tests and required investigations. 4. Determine availability, quantity and quality of existing site utilities. 5. Work closely with geotechnical engineers to evaluate soil conditions. 6. Verify and update As-Built drawings for existing facility as necessary for expansion project. C. Project Schedule and Budget Development: 1. Participate with CMAR interviews. 2. Work with LT and CMAR to finalize the Project Schedule. 3. Assist the CMAR in the development of a preliminary Project Budget. D. Schematic Design 1. Refine design concepts and develop functional space plans. 2. Prepare Schematic Design (SD) Documents for the building expansion and renovation to include floor plans, elevations, outline specification, descriptions, calculations, colors and materials. 3. Provide conceptual design and performance specifications for mechanical, electrical, plumbing, fire protection, voice/data and landscape design. 4. Assist CMAR with the development of RFP s for design-assist services for security, mechanical, and electrical design. 5. Consider the value of alternate materials, prefab building components and equipment based upon program in developing a design that is consistent with the schedule and the budget. 6

6. Develop presentation quality renderings to help visualize the project, including two exterior and two interior renderings. 7. Submit drawings and other descriptive information for an estimate of the Cost of Work based on Schematic Design ( SD ). E. Design Development: 1. Prepare Design Development ( DD ) Documents including plans, sections, elevations, construction details, outline specifications, schedules and layouts of building systems. 2. Prepare site plan indicating building locations and site improvements. 3. Submit drawings and other descriptive information for an estimate of the Cost of Work based on fifty percent complete DD and one hundred percent complete DD. If revisions to DD documents are required to conform to the approved budget, the design team will be responsible to make such revisions. 4. Begin commissioning services for building systems. 5. Schedule preliminary reviews with required regulatory agencies. F. Construction Documents: 1. Prepare Construction Documents ( CD ) consisting of drawings, schedules and specifications setting forth in detail requirements for construction. 2. Provide meticulous coordination of the CD among all design disciplines. MC places this coordination as a very high priority for the success of this project. 3. Collaborate with the construction manager to ensure the design is consistent with the approved budget. If revisions to CD documents are required to conform to the approved budget, the design team will be responsible to make such revisions. 4. The required number of bid packages will be determined as the project scope and schedule is developed. Conceptual schedule suggests that two bid packages may be required; 1) footing, foundations, soil corrections and certain prefabricated building components [subject to long lead times] and 2) building expansion. 5. Assist in the development and preparation of bidding or proposal forms and in the bidding process as necessary. G. Construction Administration: 1. Provide Contract Administration (CA) during construction to verify that the project is being built according to plans and specifications. 2. Participate in the review and certification of payments due the Contractor. 3. Prepare a field evaluation for each site visit to keep the owner informed on the progress of the work. 4. Inspect the project to confirm substantial completion and respond to the Contractor s punch list of remaining work to be repaired or completed. Section 3: RFP Evaluation Criteria and Required RFP Responses 3.1 Submittal Packages: Please submit your proposal response in two packages. 7

The intent of this request is to establish a process that will encourage candidate firms to assign top talent to this Project. The LT will evaluate the initial proposals and select a short list of firms to interview, after which it will make a preliminary selection based upon the skillsets, experience and the professional backgrounds of the proposed team members submitted in Part 1 and the interviews. After the preliminary selection is made, the Project Leadership Team will open Part 2 to evaluate if the tentatively selected firm is providing the best value relative to the other candidates. A. Package No. 1: Services Proposal Your proposal and interview presentation should be a demonstration of your ability to communicate concisely and succinctly. Proposals are to be organized in the same sequence as outlined below and sections should be tabbed and clearly identifiable. Limit proposal response to thirty (30) 8 ½ x 11 single-sided sheets, minimum font size of 11 point (excludes transmittal cover letter and Cost Proposal). Failure to include requested information may have negative impact on the evaluation of the proposal. The minimum contents of a proposal are as follows: 1. Transmittal Cover Letter a. Identify all materials being forwarded collectively as a response to the RFP. b. Provide the name, title, address, email and phone number of the person(s) authorized to make representations for the AE team. c. Signed by an individual authorized to commit the proposed team to the scope of work proposed. 2. Scope of Services a. Include a detailed listing and description of tasks and deliverables. 3. Company Profile, Experience and Capacity a. Describe your firms organization. b. Describe all partnering firms organizations. c. Indicate if an increase in employee headcount is required to provide the requested services. d. Describe background and experience demonstrating ability to provide requested services. e. Evidence of license to provide architectural and engineering design services in the State of South Dakota. f. Provide name and address of Architect s and Architect s sub-consultant s insurance carriers, description of Proposer s proposed insurance coverage for the Project and description of proposed Professional Liability (E&O) insurance coverage, including each party s deductible. 4. Proposer Company and Proposed Team Information a) Firm Overview Your organization s (1) firm name, (2) address, (3) main phone number, (4) website. Primary contact authorized to negotiate the contract (1) name, (2) direct phone number, (3) e-mail address. 8

Nature of organization (1) year established, (2) individual, partnership or corporation, (3) private or public Proposed partner organizations (1) firm name, (2) services being provided, (3) address, (4) main phone number, (5) website, (6) past partnering relationships. b) Staffing and Relevant Team Background and Experience Proposed Staff Provide the following information for each of your proposed key team members: (1) proposed role, (2) years of professional experience, (3) tenure with current employer, (4) current roles and duration on all other projects that they are currently assigned. Resumes of key team members including education and professional work history. Staff Relevant Project Experience - Provide the following information: (1) key team member, (2) project name, (3) project location (city & state), (4) total construction cost, (5) number of beds, (6) year completed, (7) role on project, (8) client reference with contact information. Team History - Provide information on the proposed key team member s history of working together. Project organization chart - indicate key team members, responsibilities, and relationships within the proposer s organization and the designated lead project coordinator. In response to this RFP, the proposer is not precluded from identifying, as part of the proposer s team, persons or entities that would be responsible for one or more functions within the proposal even though those persons/entities may also be identified in another proposer s response. c) Professional consultants and Sub-consultants used on the as project consultants should not be required to be exclusive to a particular AE team. Names, employers, addresses, and qualifications. Document that the individuals or firms responsible for architectural design, engineering design, structural design or other professional design services are properly licensed or registered to perform such services in the State of South Dakota, as required by the relevant regulatory board. Design consultants must be sufficiently covered by Professional Liability Insurance. d) Proposed team structure diagram, clearly illustrating who the primary responsible firms and individuals are, as well as the roles and responsible individuals of the planned consultants. Include the architect, engineering sub-consultants and specialty sub-consultants. B. Package No. 2: Cost Proposal Provide your cost proposal for services in a separate sealed envelope. Indicate proposed cost of services as follows: 9

1. For the Scope of Work identified in Section 2, submit a percentage fee to provide all design services required to complete the project as contemplated. The fee should include all services necessary to produce complete Program documents, Existing Conditions Investigation report, Concept documents, Schematic Design documents, Design Development documents, Construction Documents and Construction Administration services. The fee should include all design disciplines. The percentage fee shall become a fixed fee at the time of the initial GMP. The fixed fee will not increase or decrease for change orders unless the initial GMP increases by more than five (5) percent of the original GMP. In that event, the fee on change orders shall increase at the same percentage as originally proposed for costs that exceed 105% of the initial GMP, however, change orders that are due to Design Team errors or omissions shall not be eligible for any increase in fees. 2. Assume a Spring 2020 project completion date. 3. Provide a breakout of your proposed fee for each of the disciplines listed in Section 2.2, C, 1-22. 4. In addition to your proposed fee for the above described Basic Services, submit a not to exceed proposal for Reimbursable Expenses. Provide a cost breakdown of Reimbursable Expenses for both design and construction phases. Reimbursable Expenses shall be in addition to the Basic Services fee. These expenses shall be for out-of-pocket expenses on behalf of the Project such as printing, deliveries, travel, long-distance calls, etc. No home office charges for accounting, computer systems, computer support will be allowed. Supporting documentation will be required. No mark-up will be allowed on Reimbursable Expenses. 5. Provide a Personnel Hourly Rate Schedule for Additional Services that shall be binding for the duration of the project. 6. Additional services known, anticipated, or recommended and the compensation basis for services of the AE team to provide additional services should not be included as part of your proposed fee or Reimbursable Expenses for Basic Services. 3.2 Addenda If any addenda are issued for this Request for Proposal, it will be posted on MC s website at: http://www.minnehahacounty.org/rfp.php Section 4: Evaluation Criteria The evaluation will be conducted by the LT. The LT will use the following criteria in their selection process: A. RFP Understanding/Approach Demonstrates understanding, clarity, innovation, conciseness, organization, and overall responsiveness to the RFP. B. Firm Experience The qualifications and expertise of the firm and key project personnel in performing the services required for the Project, as demonstrated by the quality of the firm s previous and current projects of similar size and scope. 10

C. Firm and Sub-Consultant Proposed Personnel The availability and geographic location of qualified and experienced staff responsible for the Project that have proven ability to work together as a team on projects of similar size and scope. D. Overall Project Approach Applicability of proposed work plan to accommodate phased construction and disruption avoidance planning. E. Firm History Working with Key Government Agencies Familiarity and demonstrated ability to work with the Minnehaha County and other applicable governmental and regulatory agencies. F. Firm References The professional and ethical reputation of the firm and staff to meet project objectives, budgets and schedules, as determined by inquiries with previous clients, and with other references not limited to those specified in the proposal. G. Proposed Fee for Services The best value of the proposed AE team s qualifications and fees (relative to other candidates). The LT will review proposals from all candidate firms. The LT will shortlist 3-4 candidates and will contact these firms to finalize interview times. Interviews will be one and one half hours and will be conducted in Sioux Falls on May 31, 2017. The LT reserves the right to select one or more proposers, including selecting sub-consultants proposed on other proposer s teams, negotiate contract terms and final pricing. Negotiations will continue until the LT has reached a satisfactory agreement. MC retains the right to reject all proposals at any time during the process. All proposals will be treated as closed records until a contract award. The LT will make a recommendation to Minnehaha County Commissioners for their approval. Section 5: Notice to Proposers A. This RFP is not a contract and does not in any way bind MC to any obligations. B. MC is not responsible for costs incurred by anyone responding to the Request for Proposal. C. Upon submission, all proposals become the property of MC, which retains the right to use any concept or idea presented in any proposal submitted, whether or not that proposal is accepted. D. MC expressly reserves the right to amend or withdraw this RFP at any time. It further expressly reserves the right to reject any or all proposals. E. MC is not bound to accept the lowest cost proposal. F. Proposers are held legally responsible for their proposals and proposal budgets. G. MC reserves the right to negotiate contract terms contemporaneously and/or subsequently with any number of proposers as the MC deems to be in its best interest. H. MC reserves the right to negotiate any aspect of the proposal with any candidate and to negotiate with more than one candidate at the same time. I. MC reserves the right to request any additional information at any stage of the RFP process. J. MC reserves the right to waive any minor irregularities in the proposal request process. 11

ATTACHMENT A d 2 2 2 2 2 2 2 2 ::----; 46 47 I 11376 SF MEDICAL 48 3740 SF WORK RELEASE HOUSING / PROGRAM SERVICES 43 5508 SF PUBLIC RECEPTION 31 4241 SF MINNEHAHA CO JAIL LEVEL 1 SCALE: 1"=30' SHIVEt-IA1TERY A R C H I T E C T U R E + E N G I N E E R I N G

4 r--""" 4 4 4 4 I - I : I " I MEDICAL I 50 I I I 4329 SF I PROGRAM SERVICES 51 3322 SF ADMIN 49 6484 SF MINNEHAHA CO JAIL LEVEL 2 SCALE: 1"=30' SHIVEl-IATTERY A R C H I T E C T U R E + E N G I N E E R I N G

!!ins-----.,..uww : H2 48 BED I I I 11 E3' "'3' F"' 2 2 2 2 2 1 1 1 1 1 1 1 1 65 1285 SF MINNEHAHA CO JAIL LEVEL 3 SCALE: 1"=30' SHIVEl-IATTERY A R C H I T E C T U R E + E N G I N E E R

0 0 e0 e 0... -'-:} - -,-;-)_!. - -, l;.::;====;====;====;====r===;====;====r I ' MINNEHAHA CO JAIL SITE SCALE: 1"=60' SHIVEl-IAITERY A R C H I T E C T U R E + E N G I N E E R I N G