request for proposal best value procurement proposal


[PDF]request for proposal best value procurement proposal...

2 downloads 200 Views 103KB Size

Contract No. 3832A3

REQUEST FOR PROPOSAL BEST VALUE PROCUREMENT PROPOSAL REQUIREMENTS Project Name: Hennepin County Adult Corrections Facility, Main Building Remodeling/Expansion Contract Number: 3832A3 Project Number: 0031816 Release Date: August 27, 2013 Proposal Due Date: September 18, 2013

TABLE OF CONTENTS PART 1 – PROPOSAL REQUIREMENTS Section 1 – General Terms Section 2 – Proposal Requirements and Evaluation Criteria Section 3 – Post Award Requirements and Procedures Section 4 – Submittal Format Attachment A – Cover Page and Checklist Attachment B – Cost Proposal and Project Duration Form Attachment B-1 – Schedule of Values/Milestone Schedule Template Attachment C – Risk Plan Template Attachment D – Technical Capabilities Statement Attachment E – Value-Added Proposals Form Exhibit 1- Additional Instructions to Proposers

PART 2 - TECHNICAL SPECIFICATIONS AND DRAWINGS 1. 2. 3. 4.

Volume 1: General Conditions of the Contract and General Requirements Volume 2: Architectural, Structural and Civil Volume 3: Fire Protection, Mechanical, Electrical and Electronic Security Project Drawings

Page 1 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

PART 1 – PROPOSAL REQUIREMENTS SECTION 1 – GENERAL TERMS 1.1

PROJECT EXECUTIVE SUMMARY Hennepin County (“the County” or “Owner”) expects to award a contract to the best valued Proposer based on the requirements in this solicitation. The Proposer selected for contract award will be deemed to be responsible and to have submitted a responsive proposal that offers the best value for the County. The awarded Proposer is expected to complete the project without delays or cost increases and meet the quality expectations of the County.

1.2

PROJECT DESCRIPTION / OWNER INTENT The project is on the Hennepin County Adult Correctional Facility campus, located in Plymouth, MN and will be constructed in two phases. The project includes three major components: 1. Remodeling of approximately 8,150 square feet of existing under-utilized Industry space for the Admissions/Release function. This scheme incorporates an open booking desk surrounded by a non-secure waiting area, secure holding rooms, interview booths, and dress-in/out and shower facilities. A new garage addition to the building will provide for secure transport of offenders. 2. Remodeling of approximately 15,400 square feet of the existing, 80 year old, Administrative Building to provide expanded public facilities, video visitation, new staff lockers and training space, improvements to existing administrative offices, and upgrades to mechanical, electrical and life safety systems. A stair and elevator addition will provide handicapped accessibility and code-compliant exiting. 3. Partial removal and reconstruction of the existing “tower” to correct water infiltration issues and prevent further damage to the exterior envelope and interior finishes. Purchase and install a campus-wide video visitation system. The Technical Specifications and Drawings, marked as Part 2 of this RFP and hereby incorporated, provide additional information on the Project.

1.3

CONSTRUCTION BUDGET The total construction budget for this project is $6,504,198 (the “Budget”).

1.4

SCHEDULE OF CRITICAL DATES The following are the critical dates for this project. Please be advised that these dates are subject to change as deemed necessary by the County. Dates 08/27/13 RFP Released Pre-Proposal Mtg – Best Value Training / Site Walkthrough – 1:00pm-2:30pm 09/05/13 (HIGHLY RECOMMENDED) Page 2 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

09/11/13 09/18/13 10/02/13 10/04/13 10/16/13 10/30/13 11/30/13 500 days

1.5

Last Day For Questions PROPOSALS DUE (12:00 PM Central Standard Time) Interviews Identification of Potential Best-Value Pre-Award Kick Off Meeting Final Pre-Award Meeting Project Award Notice to Proceed to Substantial Completion

CONTRACTOR’S PERIOD FOR PROJECT DURATION The Contractor must substantially complete the Work in no more than 500 days, which is the period of time referred to as the “Project Duration,” as defined in Section 1.7.7 hereof.

1.6

PRE PROPOSAL MEETING / SITE TOUR – HIGHLY RECOMMENDED FOR CONTRACTORS Time/ Location:

1.7

A Best Value Education and Pre-Proposal Meeting / Tour will be conducted on Thursday, September 5, 2013 at 1:00pm at the Adult Corrections Facility. The building is located at 1145 Shenandoah Lane, Plymouth, MN. Meet in the main lobby; the group will be escorted through weapons screening to the meeting room. Attendance at this meeting/ tour is highly recommended for all Proposers.

DEFINITIONS The terms defined in Article 1.1 (Basic Definitions) of the General Conditions of the Contract for Construction in the Hennepin County modified AIA Document A201-2007, or in other Contract Documents, are applicable to the Proposal Documents. The following additional terms have the meaning stated below: 1.7.1

“Addenda” are written or graphic instruments issued by the Owner or Architect on the Owner’s behalf prior to the execution of the Agreement that modify or interpret the Proposal Documents by additions, deletions, clarifications or corrections.

1.7.2

An “Alternate Proposal” (or Alternate) is an amount that may be stated in a separate writing provided to the Owner during the Pre-Award Period to be added to or deducted from the amount of the Total Base Cost if the corresponding change in the Work, as described in such writing, is accepted by the Owner in writing.

1.7.3

“Bid” and “Bidder” have the same meaning and are used interchangeably in the Contract Documents with the terms “Proposal” and “Proposer,” respectively.

1.7.4

“Critical Team Members” are the persons who comprise the Proposer’s team and who individually perform their respective portions of the Work.

Page 3 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

1.7.5

“Project Duration” refers to the number of consecutive calendar days that accrue between the date a Notice to Proceed is issued and Substantial Completion of the Work.

1.7.6

A “Proposal” is a complete and properly executed proposal to do the Work for the sums stipulated therein, submitted in accordance with the Proposal Requirements.

1.7.7 “Proposal Documents” include the Request for Proposals and the proposed Contract Documents. The Request for Proposals consists of the Proposal Requirements, including the Cost Proposal Form (Attachment B) and the Technical Specifications and Drawings. The proposed Contract Documents consist of the Technical Specifications and Drawings, the form of Agreement between the Owner and Contractor (the “Agreement”), General and Supplementary Conditions of the Contract for Construction, all Addenda issued prior to execution of the Agreement, a Bulletin, if applicable, and any other writing provided to the Owner by a Proposer that addresses Project cost, scope or schedule. 1.7.8

A “Proposer” is a person or entity that submits a Proposal in response to this Request for Proposals.

1.7.9

The “Superintendent” is an employee of the Proposer who will be on-site at all times and directly responsible for all site activity during the construction period. This person’s responsibilities include ensuring compliance with job safety rules and regulations, coordinating the work of the prime and subcontractors, reviewing any plan discrepancies in the field, monitoring activities of the subcontractor to ensure compliance with the project specifications, and evaluating workmanship and quality.

1.7.10 The “Total Base Cost” is the sum stated in the Cost Proposal Form for which the Proposer offers to perform the Work described in the Proposal Documents, which may be adjusted by a written agreement between the Owner and Proposer to add, delete, or change the Work. 1.7.11 A “Unit Price” is an amount stated in the Cost Proposal Form (Attachment B-1) as a price per unit of measurement for materials, equipment, services or a portion of the Work as described in the Proposal Documents.

SECTION 2 – PROPOSAL REQUIREMENTS AND EVALUATION CRITERIA 2.1

GENERAL INFORMATION This Request for Proposal (“RFP”) constitutes an invitation to submit a proposal to the County. It is not to be construed as an official request for bids and any proposal submitted pursuant to this RFP is NOT A BID. The County reserves the right to determine, in its sole and absolute discretion, whether any aspect of a proposal satisfactorily meets the criteria established in this RFP; to seek clarification from any Proposer(s); to reject any or all proposals with or without cause; to cancel this RFP; to waive any irregularities or informalities in any proposal; and to add, delete, or modify any requirement or statement in this RFP if it determines doing so is in its best interest. The County shall not be responsible for any costs incurred by Proposers in connection with this RFP. Proposers shall bear all costs associated with proposal preparation, submission and attendance at interviews, or any other activity associated with this RFP or otherwise. Submission Page 4 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

of a proposal as provided herein shall neither obligate the County to enter into an agreement with the Proposer nor vest the Proposer with a right to enter into an agreement with the County. It is understood that any proposal received and evaluated by the County can be used as a basis for direct negotiation of the cost and terms of a contract between the County and the entity submitting such proposal. Proposals submitted to the County are subject to the Minnesota Government Data Practices Act, Minnesota Statutes, Chapter 13. Such information is public unless it falls within one of the exceptions in the Act, such as security information or trade secret information pursuant to Minnesota Statute Section 13.37. If a Proposer believes any nonpublic information will be supplied in response to this RFP, the Proposer must take reasonable steps to identify and provide reasonable justification to the County regarding which data, if any, falls within an applicable exception under the Minnesota Government Data Practices Act. However, the Proposer agrees as a condition of submitting a proposal that the County will not be held liable or accountable for any loss or damage which may result from a breach of confidentiality or other disclosure as may be related to the submitted proposal. The Proposer agrees, by submitting a proposal, to indemnify the County from any liability resulting from any and all third party claims and/or losses which may arise as a result of the disclosure of, or failure to disclose, information. The County is not obligated to respond to any proposal submitted nor is it legally bound in any manner whatsoever by the submission of a proposal. It is the intent of the County to enter into a contract with the Proposer offering the best value and with which it can make the most satisfactory arrangements for its needs.

2.2

THE BEST VALUE PROCESS The County will select the contractor that offers the County the best value to deliver the Work described herein. The County’s best value selection process includes an Evaluation Phase (described in Sections 2.4 – 2.8) and a Pre-Award Period (described in Section 2.9). Additionally, after contract award and continuing through Project Completion, the Contractor must submit a Weekly Risk Report (described in Section 3.1) to the County.

2.3

A. RESPONSIVENESS (Acceptance or Rejection) Only responsive proposals will be evaluated and considered for award. The County will determine whether each proposal received prior to the submission deadline is responsive to the RFP. In making this determination, the County will review each proposal for completeness, including all required signatures and other required data. If the County determines a proposal is responsive, it will be accepted and will be subject to further review. If a proposal is determined to be non-responsive, it will be rejected. For a proposal to be deemed responsive, the Proposer MUST: 1) prepare proposals that follow the format and sequence specified in this RFP; 2) complete and submit all required documentation described in this RFP. Notwithstanding the foregoing, the County reserves the right to waive any irregularities or informalities in any proposal and to deem a proposal responsive if it determines doing so is in its best interest.

Page 5 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

B. PROPOSER RESPONSIBILITY The County will not award a contract to a Proposer it does not deem responsible and reserves the right to not evaluate or cease evaluating a proposal submitted by a Proposers it determines is not responsible. In determining whether a Proposer is responsible, the County may consider, but not be limited to, the following factors: 1. The quality of the Proposer’s performance on previous projects; 2. The timeliness of the Proposer's performance on previous projects; 3. The Proposer’s compliance with contract requirements on previous projects; 4. The Proposer’s ability to prepare appropriate project schedules and other submittals; 5. The Proposer’s technical capabilities; 6. The individual qualifications of the Proposer’s key personnel; or 7. The Proposer’s financial ability to perform the contract. "Performance on previous projects" does not include the exercise or assertion of a person's legal rights.

C. ORGANIZATIONAL CONFLICTS OF INTEREST The County will not evaluate or consider for a contract award, a Proposer that performed work or provided services to a consultant or contractor that provided consulting services to the County when the work or services provided by such Proposer concerned the Project described herein and for which this Request for Proposals is issued.

2.4

EVALUATION PROCESS A. EVALUATION PHASES The County utilizes a two-phase process for evaluating proposals deemed responsive: PHASE I – EVALUATION OF COST All responsive Proposals will receive a score based on the Total Base Cost. However, only the five (5) highest-ranked Proposers (i.e., the 5 lowest- priced Proposers), based on a score derived solely from the Total Base Cost of the proposal, will advance to Phase II of the evaluation process. PHASE II – EVALUATION OF NON-COST FACTORS Phase II consists of an evaluation of a Proposer’s written submittals and interviews with the Proposer’s Critical Team Members. Two written submittals – a Risk Plan and a Technical Capability Statement – will be scored as well as the interviews of the Proposer’s Critical Team Members. Each Proposer who participates in Phase II of the evaluation process will receive an Overall Score that will reflect the sum of the scores derived from the interviews, submittals and Total Base Cost.

Page 6 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

B. EVALUATION CRITERIA & WEIGHTS WEIGHT CRITERIA

500 Points

PHASE I – EVALUATION OF COST Total Base Cost

RATED BY COMMITTEE? No

PHASE II – EVALUATION OF NON-COST FACTORS (for 5 lowest-priced Proposers) 75 Points Risk Plan Yes 175 Points Technical Capability Statement Yes 250 Points Interviews Yes C. EVALUATION COMMITTEE The County will determine the Proposer offering the best value applying the weighted selection criteria identified above. The County Board shall have the final decision-making authority regarding the award of any contract resulting from this RFP. 2.5

REQUIRED PROPOSAL DOCUMENTS A. PROPOSAL COVER PAGE AND CHECKLIST (See Attachment A) A Proposer must complete and submit the Proposal Cover Page and Checklist (Attachment A) with its proposal. B. COST PROPOSAL & PROJECT DURATION FORM (See Attachment B) A Proposer must complete and submit a Cost Proposal & Project Duration Form (Attachment B) and a Schedule of Values/Milestone Schedule Template (Attachment B-1). These Attachments MUST be submitted in a separate sealed envelope within the Proposal package. The Cost Proposal & Project Duration Form requires the following information:   

The identity of the individual Critical Team Members who will perform the work for the Proposer. The project’s Total Base Cost The Project Duration

The values and dates included in the Schedule of Values/Milestone Schedule Template (Attachment B-1) should reflect the Proposer’s Total Base Cost and Project Duration (as stated in Attachment B). C. RISK PLAN (See Attachment C) A Proposer must complete and submit a Risk Plan (Attachment C) that lists and prioritizes the Project’s major risks. Specifically, the Proposer must describe what it views as the greatest risks to delivering the project on time and within budget, and its method for managing, reducing or eliminating those risks, to the greatest extent possible. When listing the specific measure(s) it will take to manage, eliminate or reduce a cited risk, the Proposer should include (verifiable) past instances when it successfully employed the same (or a sufficiently similar) measure, citing the time and/or cost savings that resulted from such use.

Page 7 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

Format In order to minimize any bias, the Risk Plan must NOT contain any name that would enable an evaluator to identify the Proposer (such as company names, personnel names, project names, or product names). A hard copy version of the Risk Plan template is available as Attachment C to this RFP, or an editable electronic version of the template can be downloaded from: http://www.hennepin.us/portal/site/HennepinUS/menuitem.ce122610589406674cab69b6ccf06498/?vgnexto id=072971e99b812210VgnVCM100000c80f4689RCRD

Proposers must NOT re-create, re-format, or modify the template (including altering font size, font type, font color; or adding colors, pictures, diagrams, etc.). The Risk Plan must NOT exceed two (2) pages and should be completed only on the front side of each page. Evaluation The Evaluation Committee will review and rate each Risk Plan. To prevent any potential bias, evaluators will not be provided with names or any other identifying information prior to evaluating the Risk Plans of all Proposers. All Risk Plans will be rated on a 1-5-10 scale.

D. TECHNICAL CAPABILITY STATEMENT (See Attachment D) A Proposer must complete and submit a Technical Capability Statement (the “TC Statement”) (Attachment D). The TC Statement allows a Proposer to demonstrate that the individuals comprising its team possesses the relevant technical competence and expertise to complete the project on time and within budget. Note: Proposers are asked to provide the names of their Critical Team in Attachment B but should not include any names in their response to the questions in this Attachment D. Proposers are asked to address the following in their TC Statement: 1. As to the General Contractor’s Project Manager, describe this person’s qualifications to complete the work on time, within budget and at the highest quality for a facility of this size and scope. Include verifiable specific past project experience to support the claim that this person is highly qualified for this role with the Project. 2. As to the General Contractor’s Superintendent, describe this person’s qualifications to complete the work on time, within budget and at the highest quality for a facility of this size and scope. Include verifiable specific past project experience to support the claim that this person is highly qualified for this role with the Project. Format In order to minimize any bias, the TC Statement must NOT contain any name that would enable an evaluator to identify the Proposer (such as company names, personnel names, project names, or product names). A hard copy version of the TC Statement template is available as Attachment D to this RFP, or an editable electronic version of the template can be downloaded from: http://www.hennepin.us/portal/site/HennepinUS/menuitem.ce122610589406674cab69b6ccf06498/?vgnexto id=072971e99b812210VgnVCM100000c80f4689RCRD

Proposers must NOT re-create, re-format, or modify the template (including altering font size, font type, font color; or adding colors, pictures, diagrams, etc.). Proposers are not limited to two(2) pages in their TC Statement.

Page 8 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

Evaluation The Evaluation Committee will review and rate each TC Statement. To prevent any potential bias, evaluators will not be provided with names or any other identifying information prior to evaluating the TC Statements of all Proposers. All TC Statements will be rated on a 1-5-10 scale.

F. VALUE-ADDED PROPOSALS (See Attachment E) A Proposer must complete and submit a Value-Added Proposal Form (the “VA Proposal”) (Attachment E). VA Proposals are intended to provide a Proposer with the opportunity to identify value-added options, ideas, alternatives or suggestions that may benefit the County. The County is particularly interested in receiving Value-Added Proposals that can reduce a project’s cost and schedule. The proposed items may be described as additional or optional services and may include proposed substitutions. If applicable, a Proposer should identify any item or aspect of the work it believes may have been inadvertently omitted from the Technical Specifications and Drawings. Proposers should state the cost, time, and quality impact of all Value-Added Proposals. Proposers should cite past instances when it successfully employed an identical (or a sufficiently similar) measure that resulted in a cost savings, schedule reduction, or qualitative improvement, Proposers should also identify the time and/or cost savings that resulted from such past use of the proposed measure. The specific Value-Added Proposals listed in this Attachment E should NOT be reflected in the Proposer’s Total Base Cost or Project Duration (Attachment B Cost Proposal & Project Duration Form). Format A hard copy version of the VA Proposal template is available as Attachment E to this RFP, or an editable electronic version of the template can be downloaded from: http://www.hennepin.us/portal/site/HennepinUS/menuitem.ce122610589406674cab69b6ccf06498/?vgnexto id=072971e99b812210VgnVCM100000c80f4689RCRD

Proposers must NOT re-create, re-format, or modify the template (including altering font size, font type, font color; or adding colors, pictures, diagrams, etc.). Proposers are not limited to two (2) pages in their VA Proposal. Evaluation VA Proposals will not be scored by the Evaluation Committee. They will be reviewed by the County’s project team and discussed with the Proposer during the Pre-Award Period.

2.6

ANALYSIS OF PROPOSALS Proposers will be evaluated in accordance with the evaluation process, criteria and weights described in Section 2.4 (A) (EVALUATION PHASES) and (B) (EVALUATION CRITERIA AND WEIGHTS). The County will use a simple linear relationship model to analyze and rank Proposers based on the evaluation of cost, submittals and interviews. This model assigns the most points to the Proposer with the highest score in each criterion, and fewer points to the other Proposers (based on their relative distance from the highest score). See the illustration below. Page 9 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

No

Criteria

Weight

Firm A

Firm B

Firm C

Firm A (Score)

Firm B (Score)

Firm C (Score)

333

400

PHASE I - EVALUATION OF COST 1

Total Base Cost

500

$10,000

$15,000

$12,500

500

PHASE II - EVALUATION OF NON-COST FACTORS 2

75

7.5

8.3

9.5

59

66

75

3

Risk Plan Technical Capability Statement

175

5.0

7.9

8.5

103

163

175

4

Interviews

250

4.5

5.8

9.1 Overall Score:

124 786

159 721

250 900

In the “Score” column, Firm A receives “500” points for cost because it has the lowest cost. Firm B receives “333” points for cost ($10,000/$15,000 x 500 points). Firm C receives “400” points for cost ($10,000/$12,500 x500 points). The same procedure is applied to all the criteria and then the Overall Score is calculated for each Proposer.

2.7

INTERVIEW The Proposer’s Project Manager and Superintendent must each participate in an interview. The persons interviewed must be the same persons whose names are listed in the Proposer’s Cost Proposal Form (Attachment B) and who will assume these respective positions on behalf of the Proposer during the project. The County may request additional interviews with other personnel (or proposed subcontractors) of a Proposer. The County will interview all individuals separately and in person on the date specified by the County. No other person (from the Proposer’s team or company) will be permitted to attend, observe or participate in an interview (other than the interviewee). Additionally, no substitutes, proxies, phone, or electronic interviews will be permitted. The County may request additional information from a Proposer prior to interviews. Any person who fails to attend a scheduled interview will not be given a score, which may jeopardize the competitiveness of the Proposer with which they are associated. Interviews will consist of a list of questions asked by the County to each interviewee. Proposers will not be permitted to give a formal presentation, bring in notes, or distribute hand-out materials during an interview.

2.8

PRE-AWARD PERIOD Overview The Pre-Award Period will typically be a two week period during which the Contractor is expected to refine or adjust, if necessary, its plan to complete the Work on-time (see Contractor’s Period for Project Duration, defined in Section 1.5) and for the Total Base Cost it proposed. If applicable, the County will review and determine whether to accept any Alternative Proposal submitted by a Proposer. If the County accepts an Alternative Proposal from a Proposer, the acceptance thereof shall be reflected in a Bulletin, which shall be incorporated into the Contract Documents. Page 10 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

The Proposer must attend a Pre-Award Kick-off Meeting with the County during this period. Prior to such meeting, the County may ask the Proposer to do any of the following:    

Re-visit the site to do any additional investigation (if necessary). Coordinate with all parties who will be involved with the project, such as consultants, subcontractors, and material suppliers. Identify their concerns, if any, and develop solutions for such concerns. Identify any Project risks and develop an avoidance or mitigation strategy. Identify any action(s) required of the County or its representatives.

The County will provide the Proposer with the following documents prior to the Pre-Award Kickoff Meeting: 1. Contact information for all County personnel and others involved in the Project 2. A “Weekly Risk Report” template 3. The Affirmative Action/Small Business Enterprise (AA/SBE/WEP) Packet (See Exhibit 1, Articles 12, 13 & 14) Pre-Award Kick-off Meeting During the Pre-Award Kick-off Meeting, the Proposer will be asked to present a summary of the project that “walks the County through” the entire Project, from inception to completion. The Project Manager and Superintendent must attend the meeting in person. If the County determines the Proposer 1) has not demonstrated to the County’s satisfaction that it has developed a sufficient plan to minimize or avoid all known and/or foreseeable risks to the Project, 2) cannot complete the Project on-time (as per the Contractor’s Period for Project Duration, defined in Section 1.5) or for the Total Base Cost it proposed (in Attachment B), or 3) intends to substitute the Project Manager or Superintendent (interviewed by the County) without the County’s consent, it reserves the right to not award a contract to such Proposer and to invite the next highest-ranked Proposer to the Pre-Award Period. Pre-Award Documents The County will provide the Proposer with the following information prior to the Pre-Award Kick-Off Meeting: 1. A list of risks that other Proposers identified with the Project. 2. A list of County concerns and/or comments, which may include those identified by its design team, engineers or subject matter experts. 3. Contact information for all critical County personnel and others involved in the project. 4. The Weekly Risk Report template. 5. The Schedule of Unit Prices 6. The AA/SBE/WEP Packet (See Exhibit 1, Articles 12, 13 & 14) 7. The start and end dates of the Pre-Award Period as specified in the RFP. The Proposer will be required to return to the County prior to the Pre-Award Kick-Off Meeting the following documents: 1. A revised Schedule of Values, if applicable. 2. A draft Project Schedule. Page 11 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

3. A revised Risk Plan that addresses any additional risks/concerns that are identified by the County or other Proposers. A County action item list with recommended dates for performance. 4. A Weekly Risk Report. 5. A completed Schedule of Unit Prices 6. A completed AA and SBE Plan (both approved by the County) The Proposer is also expected to confirm all terms, including price, with its subcontractors and suppliers. Pre-Award Close-Out Meeting A final Close-Out Meeting will be held at the end of the Pre-Award Period during which the Proposer will be expected to present a summary of the issues discussed, the decisions made and any agreements reached between the County and the Proposer’s Team. This summation should be incorporated into a presentation that “walks the County through” the entire Project, from inception to completion. The Proposer’s Team should be present at this final Close-Out Meeting and the Proposer will be expected to have completed all required coordination and planning with the County prior to the meeting. If the County determines the Proposer 1) has not demonstrated to the County’s satisfaction that it possesses a sufficient capacity to minimize all known and foreseeable risks to the Project through a planning strategy , 2) cannot complete the Project within the Project Duration (as stated in Section 1.5 hereof) or for the Total Base Cost it proposed (in Attachment B), or 3) intends to substitute a Critical Team Member (previously interviewed by the County) without the County’s consent, it reserves the right to not award a contract to such Proposer and to invite the next highest-ranked Proposer to the Pre-Award Period. Information presented during the Pre-Award Meeting may be used by the County and incorporated into the Contract Documents.

SECTION 3 – POST AWARD REQUIREMENTS AND PROCEDURES 3.1

WEEKLY RISK REPORT The Weekly Risk Report (WRR) is a tool to assist the County in analyzing the performance of the project based on risk. The WRR is expected to take minimal effort. The WRR does not substitute or eliminate weekly progress reports or any other traditional reporting systems or meetings used by the Contractor. The purpose of the WRR is to allow the Contractor to manage and document all risks that occur throughout a project. Risk is defined as anything that impacts project cost or schedule. This includes risks that are caused by the Contractor (or entities under contract with the Contractor), and risks that are caused by the County (scope changes, unforeseen conditions, etc.). The County may also require the Contractor to document risks that may impact customer or client satisfaction. The report must be emailed to:  

Anita Kempf - [email protected],us Christine Longwell – [email protected],us

Page 12 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

3.2

POST PROJECT EVALUATION Upon completion of the project, the Contractor will be evaluated based on its performance on the project. This includes (but is not limited to): overall quality, ability to manage the project, ability to minimize complaints, County efforts, project delays, cost increases, and submission of accurate weekly reports (covering Contractor’s Critical Team Members).

SECTION 4 – SUBMITTAL FORMAT 4.1

SUBMITTAL FORMAT All submittal documents must be on standard 8½” x 11” paper. The Proposal must be mailed or delivered in a sealed package prior to the proposal closing date specified in this RFP. The package shall contain two envelopes. The first envelope shall contain a SEALED ENVELOPE that contains the Cost Proposal and Project Duration Form (Attachment B) and the Schedule of Values/Milestone Schedule (Attachment B-1) . The sealed envelope must have the notation “SEALED PROPOSAL ENCLOSED” stated on its face. The first envelope shall contain all other required documents and attachments. These documents should be stapled. The package must contain the Proposer’s name, address and project name and number on the outside of the package. All blanks to be filled-out by the Proposer on the Cost Proposal and Project Duration Form must be legibly executed in a non-erasable medium. Interlineations, alterations and erasures must be initialed by the signer of the proposal. Sums must be expressed in both words and figures. In the case of a discrepancy, the amount written in words shall govern. The proposal must be received by the date and time specified in Section 1.4 of this RFP. Proposals received after the time and date for receipt of proposals will be returned unopened. Proposals submitted orally, by telegraph, electronic mail, facsimile or other electronic means, will not be accepted by the County. The County is not responsible for delays or losses caused by the U.S. Postal Service or any other carrier or delivery service. The Proposer must assume full responsibility for timely delivery of its proposal at the location designated in this RFP for the receipt of proposals. Mail or deliver one (1) complete signed proposal package to the contact listed below. Do not submit copies to any other person or location. Hennepin County Purchasing and Contract Services Attn: Michael Rosenfeld A-1730 Government Center 300 South Sixth Street Minneapolis, MN 55487-0175 Project Name: Hennepin County Adult Corrections Facility, Main Building Remodeling/Expansion Project Number: 0031816

4.2

QUESTIONS AND INQUIRIES Page 13 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

Inquiries concerning the Technical Specifications and Drawings should be submitted, in writing, to: DuWayne Jones, AIA, LEED AP Architect | Senior Associate 520 Nicollet Mall, Suite 200 Minneapolis, MN 55402 [email protected] Inquiries concerning any other aspect of this RFP and the contract award should be submitted, in writing, to both of the following: CONTACT:

Christine A. Longwell Facilities Project Manager Hennepin County Property Services Department [email protected]

Copy to:

Michael Rosenfeld Hennepin County Purchasing and Contract Services A-1705 Government Center 300 South Sixth Street Minneapolis, MN 55487-0175 [email protected]

The closing date for receipt of written questions is identified in the Schedule of Critical Dates. Should the Proposer believe that an error appears in the RFP, Proposer shall, in writing, notify Michael Rosenfeld, Hennepin County Purchasing and Contract Services, at the address noted above, no later than the date and time noted in Section 1.4 (Schedule of Critical Dates).

4.3

ADDENDA The County may issue addenda prior to the date for submission of proposals. A Proposer must ascertain prior to submitting its proposal that it has received all issued addenda and must further acknowledge such receipt on the Cover Page and Checklist (Attachment A) to its proposal.

4.4

PROPOSER’S AUTHORITY The proposal must state the legal name of the Proposer and identify its legal form of organization. The Proposer must provide evidence of legal authority to perform within the jurisdiction of the Work. Each proposal must be signed by the person or persons legally authorized to bind the Proposer to a contract. A proposal by a corporation must further identify the state of incorporation.

4.5

EXTENSION OF TIME Hennepin County reserves the right to extend the proposal due date by addendum.

Page 14 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

4.6

RIGHT TO WITHDRAW RFP The County reserves the right to add, amend, withdraw and/or cancel, in part or entirely, this RFP for any reason and at any time with no liability to any prospective Proposer for any costs or expenses incurred in connection with the RFP or otherwise.

4.7

ATTACHMENTS AND EXHIBITS Attachment A Attachment B Attachment B-1 Attachment C Attachment D Attachment E

Cover Page and Checklist Cost Proposal & Project Duration Form Schedule of Values/Milestone Schedule Template Risk Plan Template Technical Capability Statement Template Value Added Proposals Form

Exhibit 1

Additional Instructions to Proposers

Page 15 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENT A Cover Page and Checklist The Proposer must complete and submit this Attachment. This Attachment shall be the cover page for the Proposer’s Proposal. Do NOT modify the format of any of the required attachments. All Attachments can be downloaded in MS Word from: http://www.hennepin.us/portal/site/HennepinUS/menuitem.ce122610589406674cab69b6ccf06498/?vgnexto id=072971e99b812210VgnVCM100000c80f4689RCRD Project Number: Project Name: PROPOSAL CHECKLIST The following documents are required for this Proposal Attachment A Complete all required information Attachment B Complete all required information MUST be submitted in a separate sealed envelope (with Attachment B-1) Attachment B Attachment B-1 MUST be submitted in a separate sealed envelope (with Attachment B) Attachment C Complete all required information (No Names / 2-page limit) Attachment D Complete all required information (No Names / No page limit) Attachment E Complete all required information (No page limit) Package Containing: Company name, RFP name and RFP number on the outside ADDENDA ACKNOWLEDGEMENT

Proposer acknowledges receipt of the following addenda, and has incorporated the requirements of such addenda into its proposal (List all addenda dates issued for this project and initial): No.

Date/Initials

No.

Date/Initials

No.

Date/Initials

No.

Date/Initials

AUTHORIZED SIGNATURE

By signing below, the Proposer acknowledges that they have carefully examined all RFP Documents and understand all instructions, requirements, specifications, terms and conditions; and that all statements, information, costs, and schedules submitted in response to the RFP are current, complete, true and accurate. Legal Name of Company

State of Incorporation/Organization

__________________________________________________________________________________________ Address

Printed Name of Company Representative*

Signature of Company Representative

E-mail

Date

Fax

Phone

* Must be an officer of the company with authorization to bind it to the provisions of the RFP/Contract

Page 16 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENT B Cost Proposal and Project Duration Form CRITICAL TEAM MEMBERS Name of General Contractor (GC) (company name) _______________________________________________ Name of GC’s Project Manager (individual name)

_______________________________________________

(individual email)_______________________________________________

Name of GC’s Superintendent (individual name) __________________________________________________ (individual email) _______________________________________________

PROJECT DURATION Project Duration :

(Calendar Days)

The “Project Duration” is the number of consecutive calendar days that accrue between the date a Notice to Proceed is issued and Substantial Completion of the Work.

PROJECT COST

Total Base Cost: $

(Lump Sum) Dollars

Note: The cost and schedule impact of any proposed Value-Added Item (listed in Attachment E) should NOT be included in the Proposer’s Total Base Cost or Project Duration.

Page 17 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENT B -1 Schedule of Values/Milestone Schedule Template

SCHEDULE OF VALUES SCHEDULED VALUE

CSI SECTION 01-00-00

DESCRIPTION OF WORK General Conditions and Requirements

$

02-00-00

Existing Conditions, Demolition, Remediation

$

03-00-00

Concrete

$

04-00-00

Masonry

$

05-00-00

Metals

$

06-00-00

Wood, Plastics, Composites

$

07-00-00

Thermal & Moisture Protection

$

08-00-00

Openings

$

09-00-00

Finishes

$

10-00-00

Specialties

$

11-00-00

Equipment

$

12-00-00

Furnishings

$

13-00-00

Special Construction

$

14-00-00

Conveying Equipment

$

21-00-00

Fire Protection

22-00-00

Plumbing

$

23-00-00

Heating, Ventilating, Air Conditioning

$

25-00-00

Integrated Automation

$

26-00-00

Electrical

$

27-00-00

Communications

$

28-00-00

Electronic Safety and Security

$

31-00-00

Earthwork

$

32-00-00

Exterior Improvements, Plantings

$

33-00-00

Utilities

$

Intercom System equipment and installation Video visitation system equipment and installation TOTAL

$

MILESTONE SCHEDULE PHASE

SCHEDULED NUMBER OF DAYS

Notice to Proceed to Start of Work Start of Work to Substantial Completion Substantial Completion to Final Completion TOTAL DAYS Page 18 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENTS B and B-1 MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE WITHIN YOUR PROPOSAL PACKAGE

Page 19 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENT C Risk Plan Proposers must use this template, but may add/delete additional rows provided they do not exceed a 2page limit. Proposers must also avoid including any identifying information in their Plan. In listing and prioritizing the Project’s major risks, a Proposer should describe 1) the greatest risks to delivering the project on time and within budget, 2) its method for managing, reducing or eliminating those risks, and 3) past instances when it successfully employed the same (or a sufficiently similar) measure, citing the time and/or cost savings that resulted from such use. Risk 1: ____________________________________________________________ Risk 2: ____________________________________________________________

Risk 3: ____________________________________________________________

Risk 4: ____________________________________________________________

Page 20 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENT D Technical Capabilities Statement Proposers are asked to demonstrate through their responses to the following questions that the individuals comprising their team possesses the relevant technical competence and expertise to complete the project on time and within budget. Note: Proposers are asked to name the individuals that comprise their Critical Team in Attachment B but should not include any names in their responses to these questions. (Proposers are not limited to two (2) pages in their response.)

1. As to the General Contractor’s Project Manager, describe this person’s qualifications to complete the work on time, within budget and at the highest quality for a facility of this size and scope. Include verifiable specific past project experience to support the claim that this person is highly qualified for this role with the Project. 2. As to the General Contractor’s Superintendent, describe this person’s qualifications to complete the work on time, within budget and at the highest quality for a facility of this size and scope. Include verifiable specific past project experience to support the claim that this person is highly qualified for this role with the Project. RESPONSES: 1.

________________________________________________________________________________

2.

________________________________________________________________________________

3.

________________________________________________________________________________

4.

________________________________________________________________________________

5.

________________________________________________________________________________

Page 21 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ATTACHMENT E Value-Added Proposals Proposers must use this template, but may add/delete additional rows. Identify any options, ideas, alternatives, or suggestions that will add value to this project. The County is particularly interested in proposals that can reduce cost and schedule. Include a short description of how the proposed item will add value and identify its impact to cost and schedule. On the “Documented Performance” line, cite past instances when the same (or a sufficiently similar) measure was employed to produce a cost savings, schedule reduction, or qualitative improvement. (Proposers are not limited to two (2) pages in their response.)

Value-Added Item 1: ___________________________________________________________ How will this add value? __________________________________________________________ Cost Impact ($

):_________________

Documented Performance:

Schedule Impact (# of days)

________________

_____________________________________________________

Value-Added Item 2: ___________________________________________________________ How will this add value? __________________________________________________________ Cost Impact ($

):_________________

Schedule Impact (# of days)

________________

Documented Performance: _______________________________________________________ Value-Added Item 3: ___________________________________________________________ How will this add value? __________________________________________________________ Cost Impact ($

):_________________

Documented Performance:

Schedule Impact (# of days)

________________

_____________________________________________________

Value-Added Item 4: ___________________________________________________________ How will this add value? __________________________________________________________ Cost Impact ($

):_________________

Documented Performance:

Schedule Impact (# of days)

________________

_____________________________________________________

Page 22 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

EXHIBIT 1 Additional Instructions to Proposers TABLE OF ARTICLES 1

PROPOSER'S REPRESENTATIONS

2

PROPOSAL DOCUMENTS

3

SUBSTITUTIONS

4

PREVAILING WAGES

5

MODIFICATION OR WITHDRAWAL OF PROPOSAL

6

NON-COLLUSION

7

PERFORMANCE BOND AND PAYMENT BOND

8

FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR

9

EXAMINATION OF THE SITE AND DOCUMENTS

10

PROMPT PAYMENT TO SUBCONTRACTORS

11

CONTRACT TIME

12

HENNEPIN COUNTY AFFIRMATIVE ACTION (AA) POLICY

13

SMALL BUSINESS ENTERPRISE (SBE) PROGRAM

14

WORKFORCE ENTRY (WEP) PROGRAM

ARTICLE 1 PROPOSER'S REPRESENTATIONS § 1.1

The Proposer by submitting a Proposal represents that:

.1

The Proposer has read and understands the Proposal Documents or Contract Documents, to the extent that such documentation relates to the Work for which the Proposal is submitted, and for other portions of the Project, if any, that are currently under construction or for which Proposals or bids are being solicited.

.2

The Proposal is made in compliance with the Proposal Documents.

.3

The Proposer has visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the Proposer’s personal observations with the requirements of the proposed Contract Documents.

.4

The Proposal is based upon the materials, equipment and systems required by the Proposal Documents without exception.

.5

The Proposer certifies that its firm is not prohibited from doing business with either the Federal or State of Minnesota Governments as a result of debarment or suspension proceedings. Page 23 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ARTICLE 2 PROPOSAL DOCUMENTS § 2.1

Proposers must use complete sets of Proposal Documents in preparing a Proposal; neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete Proposal Documents.

§ 2.4

The Owner and Architect may make copies of the Proposal Documents available on the above terms for the purpose of obtaining Proposals on the Work. No license or grant of use is conferred by issuance of copies of the Proposal Documents.

ARTICLE 3 SUBSTITUTIONS § 3.1 Any substitution of materials, products or equipment described in the Proposal Documents recommended by a Proposer must be identified in the Value-Added Plan.

ARTICLE 4 PREVAILING WAGES § 4.1

In submitting its Proposal, the Proposer understands and agrees that if awarded the Contract, the contractor and all subcontractors shall pay all laborers and mechanics employed in connection with the contract not less than the wages prevailing in Hennepin County, Minnesota for the various skills and trades employed, as determined by the Commissioner of the Minnesota Department of Labor and Industry, as specifically noted in the Contract Document, and shall submit a Contractor/Subcontractor Certification form, submit weekly payroll reports and related documentation, ensure the submission of all required forms by subcontractors (including lowertier), and comply with all other requirements of the Labor Standards Provisions of the Contract Documents.

ARTICLE 5 MODIFICATION OR WITHDRAWAL OF PROPOSAL § 5.1

Unless agreed to by the County in writing, a Proposal may not be modified, withdrawn or canceled by the Proposer for a period of ninety (90) days following the time and date designated for the receipt of Proposals. The submission of a Proposal conveys the Proposer’s agreement to this provision without reservations or qualifications.

§ 5.2

Prior to the time and date designated for receipt of Proposals, a Proposal submitted may be modified or withdrawn by notice to the party receiving Proposals at the place designated for receipt of Proposals. Such notice shall be in writing over the signature of the Proposer. Written confirmation over the signature of the Proposer shall be received, and date- and time-stamped by the receiving party on or before the date and time set for receipt of Proposals. A change shall be so worded as not to reveal the amount of the Cost of the original Proposal.

§ 5.3

Withdrawn Proposals may be resubmitted up to the date and time designated for the receipt of Proposals provided that they are then fully in conformance with these Proposal Requirements.

§ 5.4

Proposal security, if required, shall be in an amount sufficient for the Proposal as resubmitted.

Page 24 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

ARTICLE 6 NON-COLLUSION § 6.1

The Proposer agrees that it has not directly or indirectly taken any actions in restraint of a free competitive process in connection with its proposal.

§ 6.2 More specifically, the Proposer affirms as follows: .1 The costs in Proposer’s proposal have been arrived at independently, without consultation, communications or agreements, for the purpose of restricting competition, as to any matter relating to such costs with any other vendor of the goods or services described in the RFP; .2 The Proposer has not communicated the contents of its proposal to any person other than an employee, officer, partner or agent of the Proposer or its surety on any bond furnished with the proposal nor has Proposer authorized, directly or indirectly, any person whomsoever to do so; nor will Proposer communicate said contents or authorize directly or indirectly, any person whomsoever to do so prior to the official opening of the proposal; .3 No attempt has been made or will be made by the Proposer to induce any other person to submit a proposal for the purpose of restricting competition; .4 Proposer understands that applicable law provides that collusion in respect to preparation and/or submission of a proposal shall be punishable by a fine not to exceed Ten Thousand Dollars ($10,000.00) or imprisonment for a period up to five (5) years, or both.

ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND § 7.1

BOND REQUIREMENTS

§ 7.1.2 If awarded the Contract, the Proposer shall furnish a performance bond and a payment bond in accordance with Minnesota Statutes, Sections 574.26 - 574.32. The performance bond shall be for the use and benefit of the County and shall provide for the completion of the Contract according to its terms. The payment bond shall be for the use and benefit of all persons furnishing labor and materials engaged under or to perform the Contract. Each bond shall be written for the full amount of the Contract price. § 7.1.2 The Total Project Cost should include the cost of furnishing the bonds stipulated in the Proposal Documents. § 7.2

TIME OF DELIVERY AND FORM OF BONDS

§ 7.2.1 Prior to Owner executing the Agreement, the Proposer must deliver the required bonds to the Owner.

Page 25 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

§ 7.2.2 The performance bond and the payment bond shall each be written on a form required by Hennepin County. A copy of each bond form may be examined in the office of the Manager, Purchasing and Contract Services (PCS) Division, Hennepin County, A-1705 Government Center, Minneapolis, Minnesota, or a copy will be furnished upon written request. § 7.2.3 The sureties and reinsuring companies shall be authorized to conduct surety business in the State of Minnesota, and the sureties and reinsuring companies shall be listed in the current Department of the Treasury Circular No. 570 with an underwriting limitation equal to or greater than the penal sum of the bonds to be furnished. The Attorney-in-Fact who executes a surety bond on behalf of the surety shall affix to the bond a certified and current copy of the Attorney-in-Fact's Power of Attorney, which shall include the Attorney-in-Fact's current business address and telephone number.

ARTICLE 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR The Agreement shall be written on a form required by Hennepin County, and Hennepin County shall prepare the Agreement. A copy of the Agreement form may be examined in the office of the Manager, Purchasing and Contract Services (PCS) Division, Hennepin County, A-1730 Government Center, Minneapolis, Minnesota 55487, or a copy will be furnished upon written request.

ARTICLE 9 EXAMINATION OF THE SITE AND DOCUMENTS § 9.1

Each Proposer is obligated to thoroughly examine and study all Contract Documents and Proposal Requirements and to visit the site, to fully inform the Proposer as to all conditions, requirements and other factors which will affect the Proposal or execution of the work under the Contract Documents. By submitting a Proposal, the Proposer represents that it has made such examination and study, understands the requirements of the RFP and Contract Documents, and is familiar with the site and site conditions and that the Proposal is made in conformance with all such requirements.

§ 9.2

The selected Proposer, upon award, shall promptly complete the Hennepin County Project Safety & Environment Checklist (see Part II, General Conditions) and submit it in accordance with Article 10 of the General Conditions of the Contract.

ARTICLE 10 PROMPT PAYMENT TO SUBCONTRACTORS § 10.1 Proposers are advised that Minnesota Statutes Section 471.425, subd. 4a, requires prompt payment to Subcontractors. The law requires the prime Contractor to pay any Subcontractor within ten days of the prime Contractor’s receipt of payment from the County for undisputed services provided by the Subcontractor. The law also requires the prime Contractor to pay interest of 1-1/2 percent per month on any undisputed amount not paid on time to the Subcontractor. ARTICLE 11 CONTRACT TIME § 11.1 The Proposer shall achieve Substantial Completion of the Work as specified in Section 00800 Supplementary Conditions, Paragraph 8.4 Liquidated Damages. If the Contractor fails to

Page 26 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

complete its obligations within the project schedule, the Owner will be entitled to damages on a daily basis.

ARTICLE 12 HENNEPIN COUNTY AFFIRMATIVE ACTION (AA) POLICY § 12.1 Hennepin County is committed to equal opportunity and affirmative action in employment. If the amount of a Proposer’s Total Base Cost exceeds $100,000, the Proposer, when required, must submit a Hennepin County Construction Affirmative Action Plan (AA Plan) within seven (7) business days of being invited to the Pre-Award Period. The AA Plan has been referenced in Section 00030-Advertisement for Bids and must be used to fulfill this requirement. The AA Plan must be complete and signed. Any additional document or other information concerning the AA Plan and requested of the Best Value Proposer by the County, shall be furnished by the date set forth in the communication making such request. The Contract will not be awarded unless the required Construction AA Plan and any related information has been approved by the County or a written exemption from this requirement has been granted as outlined in the Contract documents, 00700 – General Conditions, Article 13.8.3 § 12.2 After start of work, Contractor shall submit an Employment Utilization Report (see Part II, General Conditions) on a monthly basis, to reflect the hours worked on the Project by race and gender.

ARTICLE 13 SMALL BUSINESS ENTERPRISE (SBE) PROGRAM § 13.1 Hennepin County is committed to providing equal opportunity in contracting and to a goal of increased participation of SBE firms in contracting and subcontracting. An SBE goal of Twenty-Five (25) Percent is hereby set for this project. This goal is based on the project’s scope of work coupled with an assessment by the County of available SBE firms. If the amount of the Best Value Proposer’s Total Base Cost exceeds $100,000, the Proposer must complete, sign and submit a Hennepin County Small Business Enterprise (SBE) Subcontractor Participation Form prior to the Pre-Award Period Close-Out Meeting. The Contract will not be awarded unless the required Subcontractor Participation Form has been approved by the County or a written exemption from this requirement has been granted as outlined in the Contract Documents, 00700 -General Conditions, Article 13.9. § 13.2 After start of work, Contractors shall submit the Subcontractor Payment Report to County on a monthly basis to confirm Contractor payments to all Subcontractors used on the project including SBE's. ARTICLE 14 WORKFORCE ENTRY (WEP) PROGRAM § 14.1 Hennepin County requires its Best Value Contractor to provide employment opportunities to

graduates of approved jobs training programs for the construction trades. § 14.2 Goal Setting § 14.2 .1 As part of the Best Value Contractor’s obligations under the Workforce Entry Program

(WEP), the Best Value Contractor is required to make a good faith effort to hire at least two (2) WEP apprentices for nine hundred seventeen and three-quarters (917.75) Page 27 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

hours each for a total of one thousand thirty-five and one-half (1835.5) total WEP labor hours for this Project. In the event the Best Value Contractor subcontracts a portion of the Work, the Best Value Contractor shall determine how much of the WEP requirement will be fulfilled by the subcontractor; however, the Best Value Contractor shall retain the primary responsibility for meeting the WEP requirements and ensuring a subcontractor’s compliance such requirements if the Best Value Contractor elects to fulfill its WEP requirements through a subcontractor. The County may modify the required number of WEP hours and/or number of WEP apprentices when appropriate based on Contract amendments. The WEP hours, where applicable, may be included in the Construction Employment Goals for minorities or women. § 14.3 Approval of Contractor’s WEP Program § 14.3.1 Not later than thirty (30) days following the County’s award of the Contract to the Best

Value Contractor, the Best Value Contractor shall submit a written Project WEP Program with the proposed number of WEP apprentices (by name if possible), hours, and work schedule for each WEP apprentice in each job classification for County review. WEP apprentices selected by the Best Value Contractor shall be graduates of jobs training programs approved by Hennepin County.

Page 28 of 29 Standard Version 6.0 (8-20-2013)

Contract No. 3832A3

PART 2 - TECHNICAL SPECIFICATIONS AND DRAWINGS 1. 2. 3. 4.

Volume 1: General Conditions of the Contract and General Requirements Volume 2: Architectural, Structural and Civil Volume 3: Fire Protection, Mechanical, Electrical and Electronic Security Project Drawings

Page 29 of 29 Standard Version 6.0 (8-20-2013)