FINAL MASTER DOCUMENT Issued via 20 Dec 2017

Similar documents
WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Washington County Public Works, Building Services

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Dakota County Technical College. Pod 6 AHU Replacement

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

LEGAL NOTICE Request for Proposal for Services

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

TOWN AUDITING SERVICES

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

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

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSALS

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

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

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

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

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

Request for Proposals for Construction Manager at Risk Watertown Community Center

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

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

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

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

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

Facilities Condition Assessment

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

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR QUALIFICATIONS. Design Professional Services

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

Ontario College of Trades

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

REQUEST FOR PROPOSALS

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

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

Request for Proposals and Specifications for a Community Solar Project

Request for Proposals

Westside Community Schools Request for Qualifications Architectural Design and Engineering Services Prairie Lane Elementary School March 1, 2018

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

Request for Proposals

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

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

Request for Proposal for Strategic Plan for Transportation Services

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

1 INTERNAL AUDIT SERVICES RFP

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

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

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

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

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Londonderry Finance Department

REQUEST FOR PROPOSALS

Architectural Services

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

Energy Efficiency Programs Process and Impact Evaluation

Attention Design Firms

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

MINNESOTA STATE COLLEGES AND UNIVERSITIES

Request for Proposal (RFP)

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

Request for Proposals

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSAL

Request for Proposal

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

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

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

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

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

REQUEST FOR PROPOSAL

Scope of Services The City is seeking consulting services for the following tasks:

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS ASU PROJECT DESIGN PROFESSIONAL DP (CMAR) 11976

Redevelopment Authority of Allegheny County

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

Request for Qualifications. Architectural Firms

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

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

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

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

Transcription:

FINAL MASTER DOCUMENT Issued via email 20 Dec 2017 Request for Proposal (RFP) for Building Design Services RFP: 18-11 Minneapolis Public Schools - Special School District No. 1 1250 West Broadway Ave Minneapolis, Minnesota 55413-2398 Issued: Monday, 13 March 2017

TABLE OF CONTENTS I. Overview Page II. Scope of Services Page A Project Objective 3 1.0 RFP Background and Context 8 B Schedule of Proposal 3 2.0 Project Identification 8 C Submission of Written Questions 3 3.0 Project Intent 8 D Changes to the RFP and RFP Website 3 4.0 Project Scope 8 E Preparation of Proposals 4 5.0 Project Schedule 8 F Submission of Proposals 5 6.0 Project Construction Budget 8 G Withdrawal of Proposals 5 7.0 Consultant s Basic Services 8 H Pre-Proposal Meeting 5 8.0 Consultant s Additional Services 8 I Evaluation and Selection Process 6 9.0 Consultant s Fee 9 J Interviews 6 10.0 Sustainability 9 K Contract Negotiations 6 11.0 Community Engagement 9 L Form of Contract 7 M Effective Period of Proposals 7 N Statement of Qualifications 7 O Proposal Reservations 7 III. Attachments Page Att.1 RFP Cover Page and Declaration 14 Att.2 Respondent s Team Qualifications 15 Att.2.1 Critical Team Member Experience 16 Att.2.2 Additional Team Member(s) 18 Att.3 Project Data Sheet 19 Att.4 Project Work Plan 20 Att.5 Project Schedule 21 Att.6 Project Fee 22 Att.6.1 Hourly Rates Att.7 Sustainability Att.8 Community Engagement Att.9 Targeted Business Development 23 Att.9.1 Targeted Business Questionnaire 25 Att.10 General Business Information Att.11 Form of Contract Att.11.1 Deliverables Percent Complete Page 2 of 28

SECTION I: OVERVIEW A. Project Objective The Board of Education ( BOE ) of Special School District No. 1 Minneapolis Public Schools (the District, Owner, or MPS ), through its Capital Planning and Construction Management ( CPCM ) group, invites proposals from qualified firms ( Respondent or Consultant ) to provide Building Design Services ( Services ) for one or more projects in the recently approved MPS FY18 Capital Plan. The District intends to select multiple Consultants to provide the Services required by the FY18 Capital Plan. Due to the number of projects in the FY18 Capital Plan, these projects will be initiated in three project groups, as reflected in the schedule below. The project group for each project will be identified in the Project Memo. PROJECT MEMO: Your firm is invited to submit proposals for the project(s) described in the relevant Project Memo(s). Project Memos will be issued separately. By reference, the Project Memo(s) is/are hereby made part of this RFP. B. Schedule of Proposal Milestone Day and Dates Time Issue RFP: Tuesday, 19 Dec 2017 NA Issue Project Memos Thursday, 21 Dec 2017 NA Mandatory pre-proposal meeting Monday, 8 Jan 2018 10:00 AM CST Cutoff time to receive emailed questions: Tuesday, 9 Jan 2018 5:00 PM CST Last posting for responses to questions: Thursday, 11 Jan 2018 5:00 PM CST Last day for district to post additional and/or Thursday, 11 Jan 2018 7:00 PM CST new information/addenda/other documents to the RFP website: Project Group 1: Proposal Submittal Time: Thursday, 18 Jan 2018 2:00 PM CST Consultants selected and notified: Wednesday, 24 Jan 2018 NA Anticipated BOE contract approval: Tuesday, 13 Feb 2018 NA Project Group 1: Proposal Submittal Time Thursday, 15 Feb 2018 2:00 PM CST Consultants selected and notified: Wednesday, 21 Feb 2018 NA Anticipated BOE contract approval: Tuesday, 13 Mar 2018 NA Project Group 3: Proposal Submittal Time Thursday, 15 Mar 2018 2:00 PM CST Consultants selected and notified: Wednesday, 21 Mar 2018 NA Anticipated BOE contract approval: Tuesday, 10 Apr 2018 NA C. Submission of Written Questions All questions about the RFP shall be submitted by e-mail per Section B to: Vivian Blini at Vivian.blini@mpls.k12.mn.us. To be considered, the subject line of the email must read RFP 18-11 question. The District will post the questions and district responses to the RFP website as per Section D. D. Changes to the RFP and RFP Website This RFP and related documents relevant to this RFP will be available at http://facilities.mpls.k12.mn.us/rfp_18-11_building_design_services. Documents will be uploaded Page 3 of 28

to this webpage incrementally up to 11 Jan 2018. It is the responsibility of the respondent to check the website and ensure it is responding to the latest RFP language, addenda, responses to respondent questions and other documents at that website. Respondents are required to document that their proposal incorporates the latest RFP information via Attachment 1: RFP Cover Page and Declaration. E. Preparation of Proposal The attachments to this RFP constitute the basis and structure of proposals. Proposals that conform to submittal requirements and/or forms will be deemed Responsive Proposals and will be reviewed, if they are also a Timely Proposal, as per Section F. Proposals that do not conform to submittal requirements and/or forms will be deemed Non-Responsive proposals. Review of Non-Responsive Proposals may or may not occur, at the sole discretion of the District. Each proposal shall be prepared simply and economically, avoiding the use of elaborate promotional materials beyond what is sufficient to provide a complete, accurate, and reliable presentation. Proposal quality is judged by content, not by weight. The RFP must be submitted in the sequence shown below. Each primary section of the RFP following the cover page should be separated with a section divider page (not included in the page count) listing the title of the RFP section that follows the divider page. Section dividers are not desired to separate secondary sections (resumes, additional project information, Gantt chart and hourly rates) from their primary sections. See Section 13 below for additional information. PROPOSAL: Format Max. pages allowed Cover Page and Declaration Att. 1 1 Team Qualifications Att. 2 0 (Instructions only) Critical Team Member Experience Att. 2.1 2 Additional Team Member(s) Att. 2.2 1 Relevant Projects Att. 3 0 (Instructions only) Project Data Sheets Att. 3.1 3 Project Work Plan Att. 4 1 Project Schedule Att. 5 1 Project Fee Att. 6 1 (per project)* Hourly Rates Att. 6.1 1 Project Sustainability Att. 7 1 Community Engagement Att. 8 1 Targeted Business Development Att. 9 0 (Instructions only) Targeted Business Questionnaire Att. 9.1 1 General Business Requirements Att. 10 1 Maximum Proposal length 15-17* (including cover page) APPENDIX: Resumes 10 Additional Project Information 2 (per project)** Project GANTT chart 1 Maximum Appendix length 13-17** Page 4 of 28

RFP narrative must be: 1. double-spaced, with 2. margins no less than one-inch, 3. printed on both sides of 8 ½ by 11 inch paper (whenever possible). 4. font to be Calibri 11-point (the font and size of this RFP) or similar in size and simplicity. 5. all pages shall be numbered. 6. RFP shall be bound in portrait orientation (binding on the long side). Multiple staples are acceptable for binding as long as the proposal opens like a book. F. Submission of Proposals Evaluation of proposals by the District s RFP Evaluation Committee will commence Thursday, 18 Jan 2018. Proposals received at the address below no later than 2:00 PM on that date ( Submittal Time ) will be considered Timely Proposals, and will be reviewed. Proposals received after the Submittal Time will be considered Non-Timely Proposals and may or may not be reviewed. Review of Non-Timely proposals will be at the sole discretion of the District. Proposals are to be delivered to the north security desk of the Davis Center located at 1250 West Broadway in Minneapolis. The north security desk is adjacent to the parking lot. It s best not to deliver to the south security desk located adjacent to West Broadway Avenue. Address proposals to: Vivian Blini, Purchasing Manager RFP 18-11 Minneapolis Public Schools 1250 West Broadway Ave. Minneapolis, MN 55411 Submit ten (10) physical copies and one (1) electronic copy on a USB flash drive. Documents must arrive in a sealed envelope. All materials submitted in response to this RFP will become the property of the District. All information submitted is considered public and may be disclosed to third parties. This solicitation does not commit the District to pay any costs incurred in the preparation and submission of proposals or in making necessary studies for the preparation thereof, nor to procure or contract for services. G. Withdrawal of Proposals A proposal may be withdrawn at any time by means of a written request signed by the properly authorized representative of the Respondent. Such written request must be delivered to Vivian Blini at Vivian.blini@mpls.k12.mn.us. This written request can be either electronic or a hard copy format. H. Mandatory Pre-Proposal Meeting A pre-proposal meeting has been scheduled as noted in Section B. Attendance at this pre-proposal meeting is mandatory for Consultants that are interested in responding to this RFP. The District will not accept Proposals from Respondents that are not listed on the pre-proposal meeting sign-in sheet. Page 5 of 28

I. Evaluation and Selection Process The RFP Evaluation Committee members will include personnel named by the Capital Planning and Construction Management ( CPCM ) Manager David Richards. The RFP Evaluation Committee shall evaluate all proposals to determine which, at the sole discretion of the committee, best meet project and district needs. This evaluation may be augmented by verbal or written requests for clarification, or additional information as necessary to determine whether the scope of services can be met. The Committee may contact references supplied in the proposals. Proposals will be scored to reflect areas of interest as described in the scoring metric below. In order to be considered responsive, each Respondent must complete and submit all required Attachments without any modifications to the RFP Documents. Submission of a Proposal indicates the Respondent's acceptance of the evaluation criteria. Attachment Description Max Points 1 RFP Cover Page and Declaration 3 2.1 Critical Team Member Experience 12 2.2 Additional Team Member(s) Experience 8 3 Project Data Sheet(s) 15 4 Project Work Plan 15 5 Project Schedule 10 6 Project Fee 15 6.1 Hourly rates 3 7 Project Sustainability 5 8 Community Engagement 5 9.1 Targeted Business Questionnaire 8 10 General Business Information 1 TOTAL POSSIBLE POINTS 100 J. Interviews are not anticipated for these projects K. Contract Negotiations Upon acceptance of a proposal, the selected Consultant and the District will proceed with contract negotiations. The District has no liability to any Respondent participating in this RFP process prior to when the authorized District signer signs a contract with that Respondent. Negotiations may include all aspects of services and fees. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final contract(s). If a contract with a selected Respondent is not finalized within 30 days, the District reserves the right to open negotiations with the next ranked Respondent. The successful Respondent shall not assign, transfer, convey, or otherwise dispose of the contract, or right, title of interest, or power to execute such a contract to any person, firm, or corporation without the previous consent in writing by the District. Page 6 of 28

L. Form of Contract Form of contract: The draft Contract for Consulting Services 2018 is available at the RFP website. Design phases: The above contract defines Basic Design Services as the sum total of the following phases of design: 1) Feasibility Approval; 2) Scope Approval; 3) Final Cost Estimate Approval; 4) Quality Control Approval; and 5) Procurement. Approval of each phase is predicated on the receipt of the relevant Phase Report, which will include, but not be limited to, the minimum list of mutually agreed-upon deliverables as recorded in contract Exhibits G.2 to G.6. Deliverables: These deliverables can be condensed into two categories design documents and contract documents, and each category includes several classes of deliverables. Contract Exhibit G.1, included as Attachment summarizes the expectations for percent complete of general categories and classes of deliverables. SPECIAL ATTENTION MUST BE PAID TO THE PERCENT COMPLETE EXPECTATIONS FOR ALL PHASES OF BASIC DESIGN SERVICES. The summary of percents complete may reflect the expectations of project delivery methods other than more traditional consultant agreement formats. This is intentional, particularly the need for accelerated design outputs and early engineering involvement and deliverables. However, a contractor is not party to this agreement. Rather, construction-based input to project design is accomplished through constructability reporting that is a required deliverable. M. Effective Period of Proposals Proposals are expected to be effective for not be less than 150 days from the proposal date. N. Statement of Qualifications The District utilizes a Statement of Qualifications submittal process to qualify professional service firms before contracting for their services, and qualification as per the SOQ process will be required for firms with whom the district contracts as a result of this RFP selection process. O. Proposal Reservations Notwithstanding any other provisions of this RFP, the District reserves the right to award this contract to the Respondents that best meet the requirements of the RFP, and not necessarily to the lowest cost Respondent. Further, the District reserves the right to reject any or all proposals, to award in whole or part, and to waive minor, immaterial defects in proposals. Page 7 of 28

SECTION II: SCOPE OF SERVICES 1.0 RFP Background and Context The MPS FY18 Capital Plan was approved by the MPS BOE in June, 2017 and subsequently approved by the Minnesota Department of Education in November, 2017. 2.0 Project Identification The MPS Project Name and Project Number are included in the Project Memo for individual projects. 3.0 Project Intent Project Intent is described in the Project Memo for individual projects. 4.0 Project Scope Project Scope is described in the Project Memo or individual projects. 5.0 Project Schedule A tentative Project Schedule is described in the Project Memo for individual projects. 6.0 Project Construction Budget The project Construction Budget is described in the Project Memo for individual projects. 7.0 Consultant s Basic Project Services Services will include Basic Design Services and Basic Construction Services. Basic Design Services will commence upon execution of the design contract and shall be considered 100% complete when the District accepts a responsible bid that is equal to or less than the District s construction budget. Progress documents shall reflect Basic Design Service phases as described below and reflect the percentage complete as shown in Attachment 11. Design work will be done utilizing REVIT software. Basic Construction Services for the Projects commence with the award of a contract for construction and shall be considered 100% complete when the District closes out the warranty period and project close-out phases of the contract. Basic Design Services shall include design professionals in the following disciplines (as required by the project): Architectural Design, Landscape Architecture, Structural Engineering, Civil Engineering, Electrical Engineering, Mechanical Engineering, Food Service Design, Interior Design, Low Voltage (Telecommunications/Data) Design, and Cost Estimating. All cost estimating for the Project shall be prepared by a qualified, experienced, and licensed construction contractor or other cost estimator as approved by the District. 8.0 Consultant s Additional Services Additional Services, if any, are defined in Attachment 12. Page 8 of 28

9.0 Consultant s Fee The selected Consultants will perform all contracted services for a Contract Sum that shall be a fixed, lump sum fee that shall include all costs necessary to complete the work in accordance with the deliverables necessary to complete the work of the Contract, including Reimbursable Expenses for the Project and Consultant s overhead and profit. The Consultant s fee proposal shall include two separate fees, as called for in Attachment 6: The first fee proposal for all work necessary to complete all work included in Basic Design Services. The second fee proposal shall be for all work necessary to complete Basic Construction Services. Provide a separate fee proposal for each project. Include a schedule of hourly rates effective for the duration of the contract in Attachment 6.1. 10.0 Sustainability It is unlikely the District will commit the resources necessary to obtain official, documented LEED Certification. However, sustainable design is expected by the District, and Respondents are requested to describe, as per Attachment 7, how sustainability is embedded in project design and what level of sustainability can be expected, expressed in terms of LEED levels of sustainability or other industry-accepted terms. 11.0 Community Engagement Community Engagement will be part of the design process for this project. The anticipated level of engagement is defined in the Project Memo. Respondents are to describe, as per Attachment 8, how community engagement has been deployed on previous projects. Page 9 of 28

ATTACHMENT 1: COVER PAGE AND DECLARATION Request for Proposal (RFP) 18-11 Building Design Services Minneapolis Public Schools - Special School District No. 1 Submit to: 1250 West Broadway Ave North Security Desk Minneapolis, Minnesota 55413-2398 1. Does the Respondent acknowledge it is using this Attachment as its Proposal Cover Page and that it has NOT modified or re-formatted the additional RFP Attachments? 2. Does the Respondent acknowledge it has read, understands, and agrees to ALL applicable items noted in the RFP Instructions, Requirements, and Rights Reserved by the District document? Yes No Yes No 3. Will the Respondent sign the Contract referenced in this RFP? Yes No 4. Respondent acknowledges receipt of the following total number of addenda that were issued with this RFP: I hereby authorize the District to request from any individual or firm any information it deems necessary to verify any information provided by the Respondent in its Proposal and to determine the Respondent s capacity and responsibility as a prospective design consultant with the District. I certify under penalty of perjury that I am a duly authorized representative of the Respondent listed below; I have carefully examined all RFP Documents and documents referenced in this RFP, I understand all instructions and requirements of the RFP; and all information, costs, and schedules submitted in response to the RFP are current, complete, true and accurate. Respondent s Legal Name of Firm Date of Submission Printed Name of Respondent s Representative Signature of Respondent s Representative E-mail Address Phone Number Page 10 of 28

ATTACHMENT 2: RESPONDENT S TEAM QUALIFICATIONS 1. Complete the following Critical Team Member Experience Form (Attachment 2.1) identifying the experience and responsibilities of the identified team members. Note the following when documenting this information: a. Submit information for only the Project Roles specified in Attachment 2.1. Do NOT add additional roles. b. List only ONE individual per role. c. Attach a 1-sheet resume for EACH individual listed in Attachment 2.1 in the proposal appendix (4 max) 2. Complete the following Additional Team Member Form (Attachment 2.2) identifying the other key Team Members / Subcontractors that will contribute to the success of the Project. a. Attach a 1-sheet resume for EACH individual listed in Attachment 2.2 in the proposal appendix (6 max) Page 11 of 28

ATTACHMENT 2.1: CRITICAL TEAM MEMBER EXPERIENCE (page 1) Project Role Design Project Manager Design Architect Name of Individual E-mail Address Individual s Firm Name Individual s Firm Location City, State City, State Current job function within Firm Years working within Firm # # Years working within # # Industry Number of projects completed with other Team Members 1. Design Architect: # 2. Electrical Engineering P.M.: # 3. Mechanical Engineering P.M.: # 1. Design Project Manager: # 2. Electrical Engineering P.M.: # 3. Mechanical Engineering P.M.: # Identify the name, cost, and completion date for up to three comparable completed projects. Additional information on some or all of these projects can be included in Attachment 2.3 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date Briefly describe the Individual s Responsibilities for this Project Percent of time anticipated on this project #% #%

ATTACHMENT 2.1: CRITICAL TEAM MEMBER EXPERIENCE (page 2) Project Role Name of Individual E-mail Address Individual s Firm Name Individual s Firm Location Current job function within Firm Years working within Firm Years working within Industry Number of projects completed with other Team Members Electrical Engineering Project Manager City, State 1. Design Project Manager: # 2. Design Architect: # 3. Mechanical Engineering P.M.: # Mechanical Engineering Project Manager City, State # # # # 1. Design Project Manager: # 2. Design Architect: # 3. Electrical Engineering P.M.: # Identify the name, cost, and completion date for up to three comparable completed projects. Additional information on some or all of these projects can be included in Attachment 2.3 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date Briefly describe the Individual s anticipated responsibilities for this project Percent of time anticipated on this project #% #% Page 2 of 28

ATTACHMENT 2.2: ADDITIONAL TEAM MEMBER(S) Project Role / Subcontractor Individual Name Firm Name Firm Location (City, State) Page 3 of 28

ATTACHMENT 3: RELEVANT EXPERIENCE 1. Complete and submit the following Project Data Sheet(s) (Attachment 3.1) identifying the specific project experience of the Respondent and their Critical Team Members. Note the following when documenting this information: a. A separate Project Data Sheet must be prepared for EACH project with only one project allowed per sheet. b. Submit no more than THREE total projects. c. Listed project(s) must have been completed within the last FIVE years and should be similar to the District s Project. d. Listed project(s) must have been managed by the Respondent or any other firms on the Respondent s team. e. It is recommended that Respondents list projects completed by the Team Members identified in Attachment 2.1. f. Attach any photos or additional information (two pages maximum) with each Project Data Sheet. Page 4 of 28

ATTACHMENT 3.1: PROJECT DATA SHEET Project Name: Project Location: City, State Project Owner: Project Owner Phone: Project Owner Contact E-mail: Design Firm Name: Project Architect: Project Architect Phone: Project Architect Contact E-mail: Construction Cost: Construction Start Date: Construction End Date: Project Size (SF): Services Provided: Construction Delivery Method (Bid, CMAR, Design-Build, etc.): Proposed Team Members from Attachment 2.1 / 2.2 that worked on this project: Identify up to three design and/or program issues that were resolved in this project design: Page 5 of 28

ATTACHMENT 4: PROJECT WORK PLAN 1. Prepare and submit information pertaining to your approach/methodology as it applies to the Project s intent, scope, schedule and budget. Identify constraints, risks, and/or issues you see affecting the Project at each phase. 2. Discuss your experience in accelerating design work as reflected in Attachment 11, particularly as it relates to coordinating engineering design to achieve the required project deliverables. 3. A fraction of design effort will be devoted to Operational Reports. These will be defined during the proposal period, and generally reflect outcomes designed to enhance evaluation of this project design as well as generate an understanding of potential future projects. You are encouraged to discuss your experience providing design input of this type, which seeks to measure specific operational aspects of facility design as well as provide essential building data for use in future planning activities. Page 6 of 28

ATTACHMENT 5: PROJECT SCHEDULE 1. Provide a commentary on the project schedule included in the Project Memo. Address opportunities you may perceive to shorten the project schedule, optimize the project bidding environment, facilitate construction progress, and otherwise guarantee or enhance the date of beneficial use by the District as well as any potential scheduling risks that you may perceive. 2. Include in the appendix a suggested total project schedule in Gantt chart form (including all design and construction phases anticipated for the Project). This should be a realistic schedule that allows adequate time for District reviews/decision-making prior to approval of each design phase and notice to proceed to the next design phase. The schedule should provide a high level overview including all major milestones. Be mindful of certain issues in schedule planning: a. Include two maintenance reviews during design, each of two weeks duration. b. Comment on your perception of this project requiring a Site Plan Review process through Minneapolis Planning and Zoning and its potential impact on schedule. Page 7 of 28

ATTACHMENT 6: PROJECT FEE MPS project name: Compensation for Project Services as defined herein is a fixed fee of: $ (Basic Design Services) $ (Basic Construction Services) $ (Total Basic Services Fee) The above Basic Design Services fees will be allocated to the phases of work as shown below: Phase of Basic Design Services: Feasibility Approval Phase (if any) % percent Scope Approval Phase % percent Final Cost Estimate Approval Phase % percent Quality Control Approval Phase % percent Procurement Approval Phase % percent Total Basic Design Services 100% One hundred percent The above Basic Construction Services fees will be allocated to the phases of work as shown below: Phase of Basic Construction Services: Construction Administration Phase % percent Warranty Approval Phase % percent Project Close-out Phase % percent Total Basic Construction Services 100% One hundred percent Compensation for Additional Project Services (if any) is a fixed fee of: $ (Additional Design Services) $ (Additional Construction Services) $ (Total Additional Services Fee) Page 8 of 28

ATTACHMENT 6.1: PROJECT FEE HOURLY RATES Provide the names and billable rate of the Consultant design team assigned the following roles. Provide additional roles and names as the project scope requires. Consultant affirms that the billable rates below will remain in effect for the duration of the project. Job Title used in this contract: Person assigned to these roles: Hourly Rate: Project Manager Project Architect Architectural Designer Mechanical Project Manager Mechanical Engineer Mechanical Designer Electrical Project Manager Electrical Engineer Electrical Designer Low-Voltage Engineer/Designer Structural Engineer Civil Engineer Landscape Architect Interior Designer Technical Assistant Other Other Other Page 9 of 28

ATTACHMENT 7: PROJECT SUSTAINABILITY 1. It is unlikely the District will commit the resources necessary to obtain official, documented LEED Certification. Describe how sustainability is embedded in project design and what level of sustainability can be expected, expressed in terms of LEED levels of sustainability or other industry-accepted terms. Page 10 of 28

ATTACHMENT 8: COMMUNITY ENGAGEMENT 1. This project will be designed in consultation with a Project Steering Committee (PSC), composed of MPS school and district staff. During the project Feasibility Approval Phase, the PSC, consultant and District staff will review materials associated with the Project Memo for revalidation. Revisions or changes to project scope, if any, will be reviewed by the District Chief Operating Officer for possible inclusion in the project. 2. During the Scope Approval Phase, the PSC will be supplemented by involvement of a site-based Project Review Committee (PRC), composed of school staff, parents and community members. During Scope Approval, revisions or changes to project scope, if any, will be reviewed by the PSC for possible inclusion in the project. If necessary, the PSC will include the District Chief Operating Officer in the review. 3. Discuss your experience with community engagement and your management of that process, particularly in light of the anticipated level of engagement described above and project communications discussed in the Project Memo. Page 11 of 28

ATTACHMENT 9: TARGETED BUSINESS DEVELOPMENT Definitions For the purposes of this RFP, a Targeted Business ( TGB ) firm is one which is: 51% owned and controlled by a minority, women, or person with a disability. Minorities are defined as: African-American persons who have origins in any of the black racial groups of Africa; Hispanic-American persons of Spanish or Portuguese culture with origins in Mexico, South or Central America or the Caribbean Islands; Asian-American persons having origins in the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands; American Indians; Alaskan Natives persons having origins in any of the original peoples of North America. Persons with disabilities are defined as: Persons who satisfy the definition of qualified disabled persons according to The Americans Disabilities Act (P.L. 101-336) Recognized Certifications: US Small Business Administration; State of Minnesota; National or Minnesota Minority Supplier Development Council; North Central minority Supplier Development Council (NCMSDC); City of St. Paul Central Certification (CERT) Program; Women s Business Development Center-MN (WBDC-MN). General Program Requirements Respondent will demonstrate its commitment to achieve meaningful levels of participation with Targeted Businesses, by the percentage of work actually awarded to these businesses on this Project. A meaningful level of participation is a level that is considered reasonable for the size and type of project. The following goals and requirements apply for this Project: Participation of Targeted Businesses equal to or greater than twelve percent (12%) of the Base Bid/Proposal costs. Any level of participation that is not per se reasonable may be determined reasonable if the Respondent provides objective evidence that participation at the per se reasonable level is not available for the Project. Submittal Requirements Respondent shall submit, along with their Proposal, the following Targeted Business Questionnaire. Proposals that are not accompanied with this completed document may be deemed non-responsive. The awarded Respondent must submit the following information during the project: Page 12 of 28

1. (Accompanying invoices) Copies of invoices verifying any supply or material purchases from TGBs; 2. (Accompanying Insurance Certificate) Copies of all subcontract agreements issued with TGBs; The awarded Respondent will be required to submit the following affidavits to the as a condition of the final payment after all work has been performed on the Project: 1. TGB Total Payment Affidavit (Document 00660); 2. TGB Verification of Completed Work Affidavit (Document 00661). Preventing Discrimination in Employment: Workforce Utilization A Respondent demonstrates its commitment to prevent discrimination by its permanent employment of minorities, women, and disabled persons. A Respondent demonstrates its commitment to prevent discrimination by its Equal Employment Opportunity / Affirmative Action Policy Statement. A Respondent demonstrates its commitment to prevent discrimination by an approval or Certification by the State of Minnesota or by a Minnesota municipality (Minneapolis, St. Paul, Duluth, etc.) of its Affirmative Action Plan. Page 13 of 28

ATTACHMENT 9.1: TARGETED BUSINESS QUESTIONNAIRE Respondent s Name: Mailing Address: Contact Name: Phone Number: E-mail Address: Each Respondent shall answer the following questions and include completed document with their Proposal. Failure to complete may result in disqualification. Responses to the following questions will be scored in accordance with the following Targeted Business Questionnaire Scoring Guidelines, below. Professional Services Targeted Business Information One of the District's values is equity and diversity for employees, suppliers, and the products that are purchased. We support organizations who support and exhibit equity and diversity in many different areas. This initiative focuses on businesses certifiably owned and operated by women, minorities, or persons with disabilities. The scope of this project should reach into communities represented by the Targeted Business Program (TGB) and provide sustainable economic opportunities for protected classes. The District s goal is a minimum of 12% Targeted Business participation. During the performance of this contract respondent is encouraged to support the District's values of equity and diversity for employees, suppliers, and the products that are purchased by: 1.) Utilizing certified Women, Minority, Disabled Business Enterprise (WMDBE) firms to supply goods and/or services. 2.) Support District values designed to mentor and/or build capacity of businesses owned by women, minorities and persons with disabilities. Select one or more of the following three options Option #1 (25 Available Points) 1. Value of TGB Subcontract will equal approximately $ or % of the total value of this contract. Describe expected scope of work to be completed by the Targeted Business partner. Option #2 (25 Available Points) 2. Respondent will actively mentor a Targeted Business during the course of this contract. Describe proposed outcomes. The Respondent must have a minimum score of 25 or more points to successfully demonstrate commitment to the District s Targeted Business Program. Total Score (Maximum of 50) Page 14 of 28

ATTACHMENT 10: GENERAL BUSINESS REQUIREMENTS A. Billing and Payment 1. Does your organization have automated invoicing and payment processes? a. If no, state below if your organization is willing to transition to these methods for Minneapolis Public School invoicing. 2. What alternative payment and billing methods do you support (i.e., ACH and credit card)? 3. MPS pays its organizations on a net 30-day term. Is this acceptable? a. If not, what are your standard payment terms? 4. Does your organization offer a discount if Minneapolis Public Schools pays in Net 20, Net 10? a. If yes, please list rebate or price discount. 5. To manage our Vendor Master profile in our procurement system, we prefer to remit payments to one central location only. If you have several offices, can we remit to one central location? a. If no, provide an explanation as to why this is not possible. 6. Verify that your organization is able to accept a Purchase Order as a pdf attached to an email. D. Summary 1. The District s key objective is to get the best overall value, taking into account quality, cost, service, diversity, community involvement, sustainability and other relevant factors, for the services we intend to acquire. Because one of our objectives is to reduce our total cost of doing business, we ask you to summarize how you will help us accomplish this objective without compromising the overall value we receive from you. Page 15 of 28

ATTACHMENT 11 CONTRACT DELIVERABLES COMPLETION The documents checked ( x or ) below represent some, but not necessarily all, of the deliverables required to complete this phase of work. Many deliverables noted below represent one document in different stages of development. Each Phase Report is expected to be thorough and complete for its phase, and fully explain the project at that point in time, recognizing that the deliverable in its final form represents 100% complete. As such, the documents below constitute the minimum acceptable deliverables. Feasibility Approval Phase Scope Approval Phase Final Cost Estimate Approval Phase Quality Control Approval Phase Procurement Approval Phase Const. Admin. Phase Warranty Approval Phase Project Closeout Approval Approver PDM PDM PDM CC CC CC CC CC DESIGN DOCUMENTS 30% 100% Budget reports 20% 80% 100% Communications reports 20% 90% 100% Constructability reports 20% 95% 100% Design reports 30% 95% 100% Existing conditions reports 50% 100% Operational reports 10% 80% 90% 100% Phasing & sequencing reports 30% 90% 95% 100% Regulatory reports 30% 100% Schedule reports 30% 80% 95% 100% Phase reports 30% 90% 95% 100% CONTRACT DOCUMENTS Drawings 10% 90% 99% 100% General 10% 90% 99% 100% Architectural 10% 90% 99% 100% Civil 10% 90% 99% 100% Landscape 10% 90% 99% 100% Structural 10% 90% 99% 100% Mechanical 10% 90% 99% 100% Electrical 10% 90% 99% 100% Conformed drawings 100% Specification 5% 90% 99% 100% Project Manual 5% 90% 95% 100% Page 16 of 28

ATTACHMENT 12 ADDITIONAL SERVICES The services checked ( x or ) below are either: 1) included in the scope of work for Basic Design Services; 2) Included in the scope of work for potential additional services; or 3) Not included and not anticipated to be necessary or done by others. Service Provided by 12.1 Space programming Not included 12.2 Measured drawings of existing conditions Not included 12.3.1 Educational adequacy assessment Not included 12.3.2 Facility condition assessment Not included 12.3.3 Site assessment Not included 12.4 LEED certification Not included 12.5 Preliminary designs (in excess of three unique solutions) Not included 12.6 Historic preservation Not included 12.7 Furniture, Fixtures & Equipment (FF&E) design Not included 12.8 Building information modeling LOD 300 (min) Basic Design Services 12.9 Value analysis Basic Design Services 12.10 Security assessment Not included 12.11 Phase reports Basic Design Services 12.11.1 Space program report Basic Design Services 12.11.2 Existing condition reports Basic Design Services 12.11.3 Design reports Basic Design Services 12.11.3.1 Preliminary designs (floorplan(s), siteplan) Basic Design Services 12.11.3.2 Preliminary designs (elevations/sections) Basic Design Services 12.11.3.3 Preliminary designs (massing) Basic Design Services 12.11.4 Schedule reports Basic Design Services 12.11.5 Phasing & sequencing reports Basic Design Services 12.11.6 Regulatory reports Basic Design Services 12.11.7 Constructability reports Basic Design Services 12.11.8 Construction cost reports Basic Design Services 12.11.9 Communications reports Basic Design Services 12.11.10 Operational reports Additional services 12.11.10.1 Security index report Additional services 12.11.10.2 Space inventory report Additional services 12.11.10.3 Finishes inventory report Additional services 12.11.10.4 Maintenance schedules report Additional services 12.11.10.5 Site index report Additional services 12.11.10.6 Mechanical/Electrical access report Additional services 12.12 Conformed construction documents Basic Design Services 12.13 Commissioning Not included 12.14 As-constructed record documents Not included 12.15 On-site representation Not included 12.16 Post-occupancy evaluation Not included Page 17 of 28