Loading...
Item 3.10 South Centra Water Treatment Project Authorize Advertisement of Request for Qualifications Request for City Council Action DEPARTMENT INFORMATION ORIGINATING DEPARTMENT REQUESTOR: MEETING DATE: Utilities Utility Manager Neidermeier September 8, 2025 PRESENTER(s) REVIEWED BY: ITEM #: Consent AE2S Engineer Schaefer City Administrator/Finance Director Flaherty City Attorney Kendall 3.10 – South Central Water Treatment – Phase 1 - CMAR RFQ STRATEGIC VISION MEETS: THE CITY OF OTSEGO: Is a strong organization that is committed to leading the community through innovative communication. X Has proactively expanded infrastructure to responsibly provide core services. Is committed to delivery of quality emergency service responsive to community needs and expectations in a cost-effective manner. Is a social community with diverse housing, service options, and employment opportunities. Is a distinctive, connected community known for its beauty and natural surroundings. AGENDA ITEM DETAILS RECOMMENDATION: City Staff recommend the City Council authorize advertisement of a Request for Qualifications (RFQ). ARE YOU SEEKING APPROVAL OF A CONTRACT? IS A PUBLIC HEARING REQUIRED? No No BACKGROUND/JUSTIFICATION: The City of Otsego’s drinking water capacity is expected to require expansion by 2029 at current rates of residential growth. The South-Central wellfield and related South Central Water Treatment (SCWT) is the next phase of planned addition to drinking water capacity. The CMAR request for qualifications (RFQ) advertisement is the first step in selecting a CMAR to provide pre-construction services for the treatment portion of the project. The CMAR RFQ was reviewed by the Public Works Subcommittee on August 20, 2025, as well as by the City Attorney’s office, both providing recommendations to proceed with consideration by the City Council. Proposers will respond to the RFQ with a Statement of Qualifications, and the proposers will be narrowed to a “short list” of up to three Proposers. The short-listed Proposers will be issued an RFP and respond with proposals to be evaluated with a goal of making a recommendation to the City Council in December 2025. This multi-step process is outlined in Minnesota statute, which was updated in 2023 to allow CMAR delivery for public projects. Note that dates listed in the attached RFQ are based upon the assumption of Council authorization to advertise at the September 8, 2025, Council meeting. SUPPORTING DOCUMENTS ATTACHED: • Request for Qualifications (RFQ) - South Central Water Treatment POSSIBLE MOTION PLEASE WORD MOTION AS YOU WOULD LIKE IT TO APPEAR IN THE MINUTES: Motion to authorize advertisement of the RFQ for the “South Central Water Treatment – Phase 1” pre-construction services. BUDGET INFORMATION FUNDING: BUDGETED: Fund 601 – Drinking Water Utility Yes This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 34 REQUEST FOR QUALIFICATIONS RFQ – CMAR SERVICES OTSEGO SOUTH CENTRAL WATER TREATMENT CITY OF OTSEGO, MINNESOTA ISSUED DATE: SEPTEMBER 9, 2025 DUE DATE: 2:00 PM OCTOBER 1, 2025 This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 34 Table of Contents ADVERTISEMENT OF REQUEST FOR QUALIFICATIONS ......................................... 4 Article 1— General Information ..................................................................................... 6 1.01 Definitions ...................................................................................................... 6 1.02 Project Description ......................................................................................... 6 1.03 Procurement Process ................................................................................... 14 1.04 Proposal Documents .................................................................................... 16 1.05 Information Conference ................................................................................ 17 1.06 Examination of Proposal Documents ............................................................ 17 1.07 Site Visit ....................................................................................................... 17 1.08 Addenda ...................................................................................................... 17 1.09 Confidentiality of Submitted Information ........................................................ 17 Article 2— Requirements for the Statement of Qualifications ....................................... 19 2.01 General Information ...................................................................................... 19 2.02 SOQ Format and Presentation ..................................................................... 19 Article 3— Instructions for Preparing the Statement of Qualifications ........................... 21 3.01 Preparation Instructions ................................................................................ 21 3.02 SOQ Expenses ............................................................................................ 27 Article 4— Submitting the Statement of Qualifications ................................................. 28 4.01 Delivery of SOQ ........................................................................................... 28 Article 5— Evaluation of Statements of Qualifications .................................................. 29 5.01 Evaluation Criteria ........................................................................................ 29 5.02 Formal Interviews ......................................................................................... 30 5.03 Acceptance of Technique and Methodology .................................................. 30 5.04 Ranking of Proposers ................................................................................... 30 Article 6— Conditions for Proposers ............................................................................ 31 6.01 Confidential Information ................................................................................ 31 6.02 Minimum Requirements ................................................................................ 31 This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 34 6.03 Ineligible Firms and Individuals ..................................................................... 31 6.04 Rights of Owner ........................................................................................... 31 6.05 Obligation to Keep Project Team Intact ......................................................... 32 6.06 Addenda ...................................................................................................... 33 6.07 Protests ....................................................................................................... 33 6.08 Conflicts ....................................................................................................... 33 ATTACHMENT A – INDEX OF PROJECT BACKGROUND DOCUMENTS ................ 34 This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 34 ADVERTISEMENT OF REQUEST FOR QUALIFICATIONS OTSEGO SOUTH CENTRAL WATER TREATMENT CITY OF OTSEGO OTSEGO, MINNESOTA General Notice: The City of Otsego (Owner) intends to request Statements of Qualifications (SOQ) from Construction Manager at Risk (CMAR) organizations (Proposers) to provide Pre-construction and Construction Phase services for the following Project: Otsego South Central Water Treatment AE2S Project No. P05409-2024-005 This Project consists of the construction of a water treatment facility with a capacity of 2,700 gallons per minute (gpm), expandable to 4,500 gpm, located southeast of the intersection of McAllister Ave NE and 70th Street NE in Otsego. The Project will also include construction of a clearwell, on-site raw and finished water piping, site improvements, and related work. Shortlisted Proposers will be provided with the RFP, which will include additional Project Background Documents consisting of Engineer’s available preliminary design documents, including process narrative, process flow diagram, preliminary P&IDs, and preliminary site plan. Receipt of Statements of Qualifications: For this project, SOQs demonstrating the Proposer’s qualifications and ability to provide CMAR services and construct the Project will be accepted only via the online electronic bid service through Quest Construction Data Network (QuestCDN) until Wednesday, October 1 at 2:00 P.M. local time. After that time, the Owner will no longer accept SOQ submittals. Prospective Proposers must be on the plan holders list through QuestCDN for SOQ to be accepted. Submissions shall be prepared at the Proposer’s expense and become a record of the Owner and therefore a public record. Owner is subject to the Minnesota Government Data Practices Act, Minnesota Statutes, Chapter 13 (“MGDPA”) and corresponding Minnesota Rules. All data submitted by Proposer is subject to the requirements and data classifications of the MGDPA. Proposal Documents: Digital copies of the Request for Qualifications (RFQ) documents are available from http://www.AE2S.com or http://www.questcdn.com for a fee. Said documents may be downloaded using the following QuestCDN Project # 9829794. Please contact QuestCDN at 952- 233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. The RFQ is subject to revision after the date of issuance via written addenda. Any such addenda will be posted to QuestCDN. It is the responsibility of each Proposer to obtain all RFQ addenda prior to submitting their SOQ. Neither Owner, Owner’s Advisors, nor Engineer will be responsible for any documents, including addenda, if any, obtained from sources other than QuestCDN. The Owner anticipates short-listing not more than three (3) Proposers to participate in a subsequent Request for Proposals (RFP) and potential in-person interviews. The Owner, acting This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 34 through its authorized representatives, shall have the right to reject any and all submissions and waive any informality or irregularity contained in said submittals. Refer to the RFQ for all further requirements regarding the SOQ, Proposals, CMAR selection, and other Proposal submittals, qualifications, and procedures. Bond Requirements: In accordance with Minnesota Statutes, Section 574.26 and 574.32, Payment and Performance Bonds will be required from the selected CMAR. As such, the Proposer will need to provide a Surety Letter substantiating the appropriate bonding capacity, see RFQ for further details. Project Funding: This Project is being funded by municipal bonds. Information Conference and Site Visit: Owner does not presently plan to conduct an Informational Conference or a Site Visit with the Proposers at this stage of the CMAR selection process. Owner may conduct an Informational Conference or a Site Visit as part of the Request for Proposals (RFP) stage. Contract Price and Completion of Work: Owner anticipates that the CMAR’s Contract Price will be approximately $25 million to $30 million. The CMAR Contract has an expected construction start date of August 2026 with an anticipated substantial completion of December 2028. Direct inquires in writing via email to Engineer; Ben Julson, PE at Ben.Julson@AE2S.com and Ryan Hanson, PE at Ryan.Hanson@AE2S.com. This Advertisement is issued by: Owner: City of Otsego By: Adam Flaherty Title: City Administrator & Finance Director Published: Quest CDN: Project # 9829794 City Website: www.otsegomn.gov/Bids.aspx This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 34 Article 1 - General Information 1.01 Definitions A. Terms used in the Proposal Documents have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms have the meanings indicated below: 1. Proposal Documents—The Advertisement of Request for Qualifications (Advertisement), Request for Qualifications, Statement of Qualifications, Request for Proposals, Proposal, and Proposal Bond. 2. Proposer—A Construction Manager at Risk (CMAR) entity that submits a Statement of Qualifications and, if invited to do so in a two-step selection process, submits a Proposal for the CMAR Contract. 3. Request for Qualifications (RFQ)—The document issued by Owner to prospective Proposers requesting that they submit qualifications and other information to be used by the Owner in ranking Proposers and either selecting the successful Proposer in a one-step selection process or determining which Proposers in a two-step selection process will be invited to submit a Proposal for the CMAR Contract. 4. Statement of Qualifications (SOQ)—The document submitted to Owner by a Proposer in response to the RFQ, including any completed forms, attachments, and exhibits, to demonstrate experience, competence, and ability to successfully perform the CMAR Services and furnish and complete the Work. 5. Request for Proposal (RFP)—The document issued directly to the most highly ranked Proposers in a two-step selection process based on evaluations of the submitted Statements of Qualifications, asking each selected Proposer to submit a Proposal for providing CMAR Services and furnishing and completing the Work. 6. Proposal—The document submitted to Owner by a Proposer in response to the RFP, including any completed forms, attachments, and exhibits presenting the compensation (price) terms to be included in the Agreement between Owner and Construction Manager at Risk if the selected Proposer is awarded the CMAR Contract. 7. Proposal Bond—The surety bond provided by Proposer at the time the Proposal is submitted and held by Owner until the Agreement is executed and the evidence of insurance and bonds required by the Contract Documents are provided. B. In addition to terms specifically defined, terms with initial capital letters in the Proposal Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1.02 Project Description A. The Project is identified as follows: Owner: City of Otsego, Minnesota Project: Otsego South Central Water Treatment AE2S Project No.: P05409-2024-005 Owner Project No.: 4202408 B. The scope of the CMAR Contract is summarized as follows: This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 7 of 34 1. The Owner is in the process of preparing the Owner-CMAR Agreement. The draft Owner-CMAR agreement is anticipated to be included with the RFP to short- listed Proposers. 2. Owner and Engineer propose the following tentative Project Schedule and Milestones: 30% Design Deliverable: November 2025 60% Design Deliverable: January 2026 90% Design Deliverable: March 2026 100% Design Deliverable: May 2026 Finalize GMP May 2026 Estimated Construction Start(1): August 2026 Estimated Substantial Completion(1): December 2028 3. Owner’s Objectives: a. Owner’s goals for the Project and the CMAR are as follows: 1) Quality: Deliver the proposed facilities consistent with the project design and specifications that will reliably meet the project technical requirements. 2) Risk: Achieve an acceptable balance of risk allocation between the Owner and the CMAR. 3) Safety: Implement a comprehensive safety program that incorporates industry best practices. 4) Cost: Maximize value to Owner and mitigate life-cycle cost by contributing to the design process. 5) Schedule: Provide real-time market insights to help the design team be aware of any market conditions or forces that may impact schedule. 6) Coordination: Minimize construction conflicts and potential re-work. Maximize construction efficiency, equipment/material procurement/delivery scheduling, and on-site use of CMAR and Subcontractor facilities and construction equipment to meet Project requirements. 7) Project Startup and Commissioning: Achieve full system test and mechanical completion within the agreed upon project schedule(s). b. Owner selected CMAR as the delivery method for the following advantages: 1) Collaboration: Owner expects the CMAR to collaborate closely with Owner and Engineer during the pre-construction phase to review the design and provide a detailed and transparent estimate to help determine if design is within budget, and if not, the estimate will allow This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 8 of 34 for identification of phasing that may be required to meet budget. If value engineering or redesign is needed, work with the Owner and Engineer to provide direction for the design(s) to achieve the Owner’s objective of a mutually agreeable Guaranteed Maximum Price (GMP) for delivery of the Project. 2) Construction: Owner expects the CMAR to plan, sequence, and construct the facilities as designed and within the agreed upon price and schedule. 4. Project Background: a. The Owner operates a municipal water distribution system comprised of ten (10) municipal wells ranging in capacity from 400 gallons per minute (gpm) to 1,200 gpm, which feed into four (4) existing wellhouses. Two of the wellhouses are currently in various stages of design and construction to add pressure filtration systems for the removal of iron, manganese, and radium. Due to ongoing residential growth, the City of Otsego’s drinking water capacity is projected to require capacity expansion by 2029. The next planned phase to increase capacity is the South Central wellfield and the associated South Central Water Treatment (SCWT) facility, which, based on the water quality of other wells in the system, is also expected to require filtration. The SCWT’s target capacity is 2,700 gpm for Phase 1 with a buildout capacity of 4,500 gpm in the future. Site planning for the proposed water treatment facility is ongoing. b. Attachment A – Index of Project Background Documents contains the preliminary site layout. 5. Project Scope: a. It is anticipated that the Project will consist of the following major components: 1) Construction of on-site utilities, including the following components. All off-site utilities will be constructed by others. a) Raw water mains within the site to connect municipal wells, both on-site and off-site, to the water treatment building. b) Finished water mains within the site to convey treated water from the water treatment building to the connection point with the City’s distribution system. c) On-site sanitary infrastructure to convey building and process waste to the City’s existing collection system; a lift station may be required. d) Other utilities: natural gas, electric, and communications utilities are anticipated to be brought on-site by the respective utility providers and will include a defined point of connection for the CMAR scope. 2) Construction of a water treatment facility with a capacity of 2,700 gallons per minute (gpm), expandable to 4,500 gpm, located in the south-central part of Otsego, including the following components: a) Forced draft aerators. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 9 of 34 b) Detention basins. c) Concrete gravity filters consisting of a 18-inch layer of greensand plus media and a 12-inch layer of anthracite media. d) Chemical storage and feed systems consisting of 1-ton chlorine gas cylinders, polyphosphate, and fluoride. e) Finished water clearwell / ground storage reservoir, volume to be defined through the design process. f) High service pump station comprised of two (2) high service pump chambers, one (1) backwash pump chamber, associated pumps, process piping, appurtenances, etc. g) Two (2) backwash tanks, each sized to hold one complete backwash cycle, with associated reclaim pumping and sludge waste pumping systems; a plate settler may be included depending on final design. h) Blower and associated piping and appurtenances to provide air scour backwashes. i) Administration spaces including a training room, offices, restroom, locker room, laboratory, server room, and control room. j) Electrical room and electrical equipment and instrumentations & control (I&C) equipment required to operate the facility. k) Mechanical room and mechanical equipment required to operate the facility. l) Garage and maintenance area. m) Site work including driveways, yard piping, stormwater systems, landscaping, lighting, etc. n) Power to site and emergency backup generator. 6. Project Budget and Funding: a. This Project is being funded by municipal bonds. b. The concept-level Engineer’s opinion of probable cost for construction is estimated to be $25 million to $30 million. 7. Pre-construction Phase Services: a. The CMAR will provide Pre-construction services as described in this RFQ to enhance the collaborative design process and will actively support the Engineer in developing the design to construct the Project in agreement with the Owner’s goals. During this phase, Engineer will advance the design to the level of completion necessary to define the Project and will provide construction-ready documents. With that information, CMAR will prepare a Construction Management Plan, Cost Models, project schedules, and conduct constructability reviews in agreement with the Owner’s goals prior to the initiation of the Construction Phase services. The Owner and CMAR will then negotiate and finalize the CMAR Contract to establish Project Roles This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 10 of 34 and Responsibilities and incorporate a Guaranteed Maximum Price (GMP) for the overall project. b. The Pre-construction Phase services may include but are not limited to: 1) Provide a Project Manager, all Key Personnel, and all other associated personnel necessary to fully meet the CMAR obligations for the Project Pre-construction Phase Services; 2) Participate in one project kick-off meeting for Pre-construction Phase Services; 3) Provide within fourteen (14) days of finalizing the Pre-construction Phase Services Agreement between the Owner and CMAR a Construction Management Plan that includes approach to Project Organization, Schedule, Cost, and Quality. 4) Develop and provide detailed cost estimating, incorporating knowledge of marketplace conditions, including a maintained Project cost model to be used throughout and as the basis of the GMP Proposal(s); 5) Develop and maintain the overall project schedule, with input from Owner and Engineer, in agreement with project goals; 6) Build and maintain Design Evolution Log and Cost & Schedule Logs to track design decisions effect on cost and time; 7) Host and lead a maximum of two (2) Risk Review Workshops, to identify project risks and work with the team to identify mitigation strategies and develop contingencies to be used for the project; 8) Provide site investigations of existing conditions, including condition assessments, potholing, and other services as needed; 9) Support Engineer with alternate design evaluation, alternative costing, and constructability reviews which could have the potential for cost savings to Owner; 10) Attend and engage in monthly design progress meetings and major design milestone workshops (60% and 90%). Provide constructability review and consult on constructability issues in the development of the 60% and 90% design review plans and specifications. Frequency of attendance and engagement at design progress meetings will depend on the project complexity and input desired; 11) Advise Owner of ways to gain efficiencies in project delivery. This includes planning and conducting an overall Construction Sequencing Workshop with Owner and Engineer and subsequent progress meetings during construction; 12) Provide monthly planning and scheduling reports (using critical path method) to minimize the construction impact; 13) Pre-selection, pre-negotiation, or pre-procurement efforts of long-lead equipment and materials: a) Identify equipment and materials that may benefit from pre- procurement given their anticipated lead times. CMAR shall host a This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 11 of 34 Procurement Workshop early in the pre-construction process to discuss equipment and materials for pre-procurement consideration. b) Advise Owner and Engineer as needed; and c) Lead efforts to secure said equipment and materials upon discussion with Owner and Engineer. 14) Prequalify subcontractors/suppliers for the project; 15) Develop Bidder interest in the Project – it is the intent of the Owner to include the services to local contractors to the greatest extend practical; 16) Make recommendations to the Owner regarding the division of the Work to facilitate bids and proposals for the major elements of the Work; 17) Assist in the permitting processes with Authorities having jurisdiction (AHJ). Lead and work with Owner and Engineer to secure all required construction permits to minimize project construction delays; 18) Protect Owner’s sensitivity to quality, safety, sustainability, and environmental concerns; 19) Identify, evaluate, and propose cost-effective alternatives; 20) Provide construction material review and provide potential alternative material recommendations; 21) Advise the Owner of ways to gain efficiency in project delivery to meet project completion date; and 22) Complete GMP Proposals with conditions, assumptions, and contingency, including draft proposals at 30% (30% drawings will be complete prior to CMAR selection, first task when CMAR is contracted shall be to estimate the 30% GMP and assemble a draft GMP as a Baseline), 60%, 90%, and final GMP for the project. The CMAR will host a workshop to review each draft GMP Proposal and the final GMP proposal prior to acceptance. Owner will have the option to negotiate and accept a GMP at any of the draft proposal stages. 8. Construction Phase Services: a. Following acceptance of the GMP by the Owner and execution of a construction contract between the Owner and CMAR, the CMAR will competitively procure all subcontractors and vendors and will be responsible for the project’s construction, startup, commissioning, operator training and support, performance testing, and warranty services as agreed to in the CMAR contract and the GMP Amendment(s). b. Construction Phase services may include but are not limited to: 1) Provide final design input; 2) Complete all work within the agreed upon GMP and GMP Amendment(s), if any; 3) Fully transparent and open-book reporting of all costs incurred against the GMP and GMP Amendment(s), if any; This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 12 of 34 4) Procurement and management of all construction materials, equipment, and labor with vendors and subcontractors; 5) Manage supply chain to ensure timely delivery of materials, equipment, etc.; 6) Procure and manage subcontractors; 7) Provide Construction Management services and coordination; 8) Manage submittal and Request for Information (RFI) processes; 9) Construction scheduling and monthly updates; 10) Manage and address Risk Mitigation and maintain a project-specific risk register; 11) Field management; 12) Quality assurance and quality control; 13) Bonding and insuring the Work; 14) Compliance with all federal, state, and local permitting and code requirements; 15) Construction job site safety; 16) Deliver constructed work; 17) Manage self-performed and subcontracted work; 18) Provide startup, commissioning, and performance testing; 19) Provide operator training; 20) Provide timely and complete submission of manufacturer’s equipment Operations and Maintenance materials; and 21) Provide warranty period services; and 22) All other Construction Phase Services required for a complete and functional project. 9. Roles and Responsibilities: a. Owner: Owner will cooperate with the CMAR and will fulfill its responsibilities in a timely manner to facilitate the CMAR’s timely and efficient performance of services. 1) Owner’s responsibilities include: a) Manage contracts with Engineer and CMAR; b) Manage interface between design and construction teams; c) Review Pre-construction Phase deliverables and submissions; provide comments to CMAR in a timely manner; d) Make timely decisions when presented with the proper information, and schedule for when decisions need to be made; This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 13 of 34 e) Furnish existing studies and provide relevant and available data and information regarding the project, including record drawings, preliminary studies, etc.; f) Assist in field-verifying existing conditions; g) Communication of sequencing constraints, (e.g., allowable shutdown durations, regularly scheduled maintenance, etc.); h) Provide information and perform (or engage CMAR or Engineer to perform) additional studies that may be necessary to complete the project; i) Approve design and construction plans; j) Provide funding; k) Provide access to the project site and any necessary easements; l) Obtain the governmental approvals and permits that Owner is responsible for and assist the CMAR in obtaining governmental approvals and permits that the CMAR is responsible for; m) Participate in construction Project meetings; n) Monitor construction activities; o) Coordinate engineering services during construction; p) Respond in a timely manner to construction submittals and RFI responses (e.g., submittals, requests for information, notices, etc.) as defined in the contract; q) Approve scope changes; r) Provide necessary data and inputs (e.g., raw water quality, etc.) for project startup and performance testing; s) Participate in the early development of the facility commissioning plan with responsibilities clearly delineated; t) Manage Engineer’s preparation of facility Operations and Maintenance manual; and u) Engage meaningfully in commissioning, startup, and training activities and prepare for hand-off from CMAR. b. CMAR: The CMAR will cooperate with Owner and Engineer and will provide the pre-construction and construction services necessary to complete the Project and project scopes specified in this RFQ. 1) CMAR responsibilities include: a) Maintain single point of contact with Owner’s Project Manager for construction-related items; b) Provide input to and coordinate with Engineer for design and construction; c) Maintain as-built construction documents; d) Supervise subcontractors and CMAR personnel; This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 14 of 34 e) Obtain necessary governmental approvals and permits. Lead the construction permitting process and obtain required construction permits. Owner and Engineer will participate and provide assistance with permitting process as applicable; f) Perform risk management and mitigation activities; g) Maintain site security; h) Conduct acceptance testing; i) Develop and implement project management plans and quality management procedures (including quality control and quality assurance). Quality management of contracts will include: (1) Coordination/constructability reviews of each bid package by the CMAR prior to issuing bid documents to subcontractors; (2) Complete and ensure construction of the work is in strict accordance with the quality requirements established by the contract documents; (3) Assemble and issue 3rd Party Materials Testing and Special Inspections bid packages to local vendors for direct contract to CMAR; (4) Coordinate CMAR’s 3rd Party Materials Testing and Special Inspections work with Subcontractors; (5) Provide all 3rd Party Materials Testing and Special Inspections work to Owner and Engineer for review and approval; j) Establish and maintain change order management plan; k) Develop and implement Project health and safety practices; l) Facilitate resolution of Project issues and challenges; m) Coordinate construction activities with and lead assigned testing, commissioning, startup, and training activities, coordinating with Owner’s Operations and Maintenance staff to minimize impacts; n) Provide timely and complete submission of manufacturer’s equipment Operations and Maintenance materials; and o) Additional roles and responsibilities as described in the Pre- construction and Construction Phase Services sections. c. Engineer: Engineer will prepare all design documents, work collaboratively with Owner and the CMAR, and provide services during construction to supervise that the project construction conforms to the design and Owner’s objectives. 1.03 Procurement Process A. On behalf of the Owner, Engineer shall administer the RFQ process. All communications shall be submitted in writing, by email, and shall specifically reference this RFQ. All questions or comments about the meaning or intent of the Proposal Documents, Addenda, and the related supplemental data shall be directed to Ben Julson, PE (MN), Project This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 15 of 34 Manager, at Ben.Julson@AE2S.com and Ryan Hanson, PE (MN), Assistant Project Manager, at Ryan.Hanson@AE2S.com. Only questions or comments from potential CMAR firms are permitted. Questions or comments from suppliers, vendors, etc. are not permitted as part of the RFQ process. Inquiries must be received no later than seven (7) calendar days prior to the date for submittal of SOQ. Questions received less than seven calendar days prior to the submittal of the SOQ may or may not receive an official response via addenda. B. Responses to questions or inquiries do not modify or supplement the Proposal Documents, including any draft Contract Documents, unless set forth in an Addendum that expressly modifies or supplements such documents. Any response that requires modification or supplementation of the Proposal Documents, including any draft Contract Documents, will be made by formal Addendum to the RFQ. Owner or Engineer will not be responsible for any explanations or interpretations other than those posted. C. No oral communications from the Project Manager, Engineer, or any other individual are binding. No contact with Owner staff or any public official concerning the Project during the procurement process outside of formal procurement meetings that concern the project is allowed. Violations of this provision will result in disqualification of Proposer. D. The Owner is issuing this RFQ as the first step in a two-step process for selecting a CMAR. 1. First step – RFQ: Owner will receive and evaluate SOQ based on the prescribed selection criteria (which will not include price) to determine which of the responding Proposers the Owner deems most qualified to deliver the Project. Owner will identify no more than three (3) Proposers that will continue in the selection process. 2. Second step – RFP: Owner will issue the RFP to no more than three (3) Proposers deemed most qualified to deliver the Project, inviting each thus identified to submit proposed prices for CMAR Services, Construction Support Costs, and the CMAR Fee on the Cost of the Work. 3. The price information submitted in the Proposal, and the scoring of qualifications from the SOQ previously submitted, all as adjusted by Interviews, if any are conducted, will be used to prepare a final ranking of Proposers and identification of the successful Proposer to which an award of the CMAR Contract will be issued. E. Each potential Proposer should provide the Engineer, within five (5) business days of RFQ issue date, an acknowledgement that they have received the RFQ and are a potential Proposer. Such acknowledgement shall identify and provide full contact information for the Proposer’s representative, who shall be the Proposer’s single point of contact for the receipt of any future documents, notices, and addenda associated with this RFQ. Such acknowledgment must be sent in writing and a copy electronically transmitted to the Owner contact. F. Selection Process Schedule This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 16 of 34 1. The tentative selection process schedule is as follows: RFQ Issued September 9, 2025 Pre-SOQ Virtual Meeting September 23, 2025 Questions Deadline September 24, 2025 SOQs Due October 1, 2025 Short-list October 16, 2025 RFP Release October 16, 2025 Pre-Proposal Meeting, Site Visit TBD Questions Deadline October 30, 2025 Proposals Due November 7, 2025 Interviews November 17 – November 21, 2025 City Council Award of CMAR Firm December 8, 2025 Contract Finalization December 2025 Pre-construction Phase Notice to Proceed January 2026 1.04 Proposal Documents A. Digital copies of the RFQ documents are available from QuestCDN at http://www.questcdn.com for a fee. Said documents may be downloaded using the following QuestCDN Project #9829794. B. Proposers must obtain a complete set of the Proposal Documents for use in preparation of the SOQ. Proposers are responsible for ensuring that a complete set of documents is obtained and used and assume sole responsibility for errors or misinterpretations resulting from the use of incomplete Proposal Documents. For those Proposers that qualify for the RFP step, Owner and Engineer may provide additional Proposal Documents as attachments to the RFP documents. C. Owner shall make copies of the Proposal Documents, including any Addenda and related supplemental data, available for the sole purpose of obtaining SOQ or, subsequently, as to Proposal Documents issued to short-listed Proposers only, to obtain Proposals, and does not confer a license or grant permission or authorization for any other use. Authorization to download documents includes the right for Proposers to print documents for their use. Electronic or printed documents may not be re-sold under any circumstances. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 17 of 34 1.05 Information Conference A. A virtual pre-SOQ Information Conference is planned on the date indicated in the schedule. Plan holders will be sent the detailed information for attendance via email. 1.06 Examination of Proposal Documents A. Proposer shall examine the Proposal Documents before submitting an SOQ. 1. Carefully study the Proposal Documents, including any draft or supplemental information made available to the Proposer. 2. Become familiar with all federal, state, and local laws and regulations that may impact cost, progress, or the completion of Work. 3. Make observations and investigations, correlate knowledge and observations with the requirements of the Proposal Documents and consider these in preparation of an SOQ. 4. Determine that the Proposal Documents, Addenda, and supplemental data are adequate to indicate and convey understanding of all terms and conditions for preparing an SOQ. 5. Promptly notify the Engineer of all conflicts, errors, ambiguities, or discrepancies that the Proposer discovers in the Proposal Documents, Addenda, or supplemental information. B. The submission of ann SOQ will constitute an incontrovertible representation by the Proposer that it has complied with every requirement of the RFQ and other Proposal Documents, that the Proposer has given the Owner’s Advisor written notice of all conflicts, errors, ambiguities, and discrepancies that the Proposer has discovered in the Proposal Documents, and that the Proposal Documents indicate and convey understanding of all terms and conditions required for preparation of the Proposal. 1.07 Site Visit A. No Site visits will be conducted during the Statement of Qualifications step. B. Owner will subsequently provide Site visit instructions to short-listed Proposers in the Request for Proposals. 1.08 Addenda A. Owner reserves the right to issue Addenda to the Proposal Documents. Proposer is responsible for being aware of all Addenda issued by the Owner. 1.09 Confidentiality of Submitted Information A. Owner is a governmental body subject to the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13 (“MGDPA”). All data submitted by Proposer is subject to the requirements of the MGDPA and corresponding Minnesota Rules. Owner intends to review the SOQ, the Proposal, and any other document submitted by Proposer and presumes This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 18 of 34 that all bid information is public. Owner is a governmental body subject to the limitations of Laws and Regulations and has limited authority to withhold confidential information submitted by Proposers when presented with an open records request. B. SOQs, Proposals and other documents submitted by the Proposer will be opened in a manner consistent with Minnesota Statutes, Section 13.591, subds 3(b) and 4. C. Proposer acknowledges and agrees that it will be solely responsible for submitting any arguments, authorities, or other information to the agency having jurisdiction regarding release of the information that the Proposer deems private, proprietary trade secret, or confidential, and that if disclosure is required by the agency having jurisdiction, the Owner has no liability for releasing this information and Proposer will not be entitled to exercise any remedy for a disclosure made pursuant to the laws and regulations. D. If Owner is requested or becomes legally compelled, by oral questions, interrogatories, requests for information or documents, subpoena, civil or criminal investigative demand, public information requests, including requests under the MGDPA or other applicable laws and regulations, or similar process, or is required by a regulatory body to make any disclosure that is prohibited or otherwise constrained by this RFQ, Owner will provide Proposer with prompt notice of this request so that Proposer may seek an appropriate protective order or other appropriate remedy. Any such effort by a Proposer to seek or obtain a protective order or other remedy shall be at the Proposer’s sole cost and expense. E. By submitting an SOQ or Proposal, the Proposer consents to the procedure outlined in this section of the RFQ as its sole remedy and waives any claim against the Owner because of actions taken under this procedure. 1. Notwithstanding any other provision of the RFQ, it is stipulated and agreed that by accepting an SOQ or Proposal, the Owner has not and does not waive any immunities or limitations on liability. 2. To the extent that the Owner withholds from disclosure all or any portion of Proposer’s documents at Proposer’s request, Proposer, by submitting an SOQ or Proposal in response to this RFQ or an RFP agrees to fully indemnify, defend, and hold harmless Owner, its officials, employees, contractors, consultants, and agents, from all damages, penalties, attorneys’ fees and costs the Owner, its officials, employees, contractors, consultants, and agents, may incur related to withholding information from public disclosure. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 19 of 34 ARTICLE 2—REQUIREMENTS FOR THE STATEMENT OF QUALIFICATIONS 2.01 General Information A. The SOQ as submitted must include the information described in this RFQ, as a minimum, to allow the Owner to: 1) assess the qualifications of each Proposer to successfully perform CMAR Services and complete the Work, and 2) rank the Proposer’s qualifications objectively and as compared to the qualifications of other prospective Proposers. The information requested in the RFQ must be provided completely and in detail. B. Each SOQ should be prepared simply and provide a straightforward and concise description of the Proposer and the Proposer’s ability to perform the required CMAR services. Emphasis should be on completeness, clarity of content, responsiveness to the requirements, and an understanding of the Project and the Owner’s needs. Vague statements will be viewed unfavorably. C. The RFQ as furnished to Proposers is set up to require that certain information be provided in forms included in the SOQ. The information in these forms will be used to make direct comparisons with the information provided by other Proposers in response to this RFQ. Failure to submit the required information in the SOQ may result in the Owner considering the Proposer as non-responsive. Failure to provide the information completely and clearly may result in lower scores in the evaluations which could result in the Proposer not being invited to submit a Proposal. Proposers may be required to provide supplemental information, if requested, to clarify, enhance, or supplement the information provided in the SOQ. D. Information requested by the forms and tables that cannot be totally incorporated in the forms may be included as an appendix to the form. Appendices must be clearly referenced by appendix number on the form, and the appended material must include the appendix number on every sheet of the appendix. The appendix must include only the information that responds to the question or item number to which the appendix applies. E. The information requested will be used to address each of the selection categories presented in the RFQ (not including any price category). Proposers may provide supplemental information to the SOQ such as organizational brochures or other marketing information to help demonstrate their qualifications to Owner. Supplemental information may not be submitted as a substitute for the information specifically requested in this document. The reference must include the specific selection category to demonstrate strengths for each criterion. 2.02 SOQ Format and Presentation A. The SOQ shall be bound and formatted as follows: 1. Page Limit: SOQs shall not exceed twenty (20) total pages, excluding the transmittal letter, index or table of contents, front and back covers, title This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 20 of 34 pages/separation tabs, and appendices. Two 11”x17” pages are allowed to count as one page. Additional 11”x17” pages will count as two pages. 2. Electronic Version: The submitted PDF must contain bookmarks for each section listed in Paragraph 2.02.C. See Article 4 for additional details regarding electronic delivery. 3. Front Cover: The SOQ front cover shall be labeled with the following information: a. Proposer Name b. Project Title c. Owner’s Project Number d. Submittal Type: Statement of Qualifications for CMAR Services: Otsego South Central Water Treatment B. The content requirements set forth in this RFQ represent the minimum content requirements for the SOQ. It is the Proposer’s responsibility to include information in its Proposal to present all relevant qualifications and other materials. The SOQ, however, should not contain standard marketing or other general materials. It is the CMAR’s responsibility to modify such materials so that only the directly relevant information is included in the SOQ. C. The SOQ must include the following information in the order listed below: 1. Transmittal Letter 2. Index or Table of Contents 3. Part 1 – Executive Summary 4. Part 2 – SOQ Forms. The following forms, provided in the SOQ, shall be used in preparing the SOQ: a. Table 1 – General Information b. Table 2 – Reference Projects c. Table 3 – Key Personnel (Tables 3a through 3h) d. Table 4 – Reference Projects and Key Personnel e. Table 5 – Demonstration of Performance 5. Part 3 – CMAR Narratives 6. Appendix A – Supporting Financial and Company Documentation 7. Appendix B – Project Narratives 8. Appendix C – Resumes 9. Appendix D – Bonding and Insurance Letters 10. Appendix E – Current and Recent Litigation and Legal Matters 11. Appendix F – Safety Logs This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 21 of 34 ARTICLE 3—INSTRUCTIONS FOR PREPARING THE STATEMENT OF QUALIFICATIONS 3.01 Preparation Instructions A. Transmittal Letter: 1. Proposers must submit a transmittal letter (one-page maximum) on the Proposer’s letterhead. It must be signed by a representative of the Proposer who is authorized to sign such material and to commit the Proposer to the obligations contained in the SOQ. The Transmittal Letter must include the name, address, phone number, and email address for the Proposer contact and must specify who would be the CMAR’s signatory to any contract documents executed with the Owner. The Transmittal Letter must also affirm receipt of all addenda. The Transmittal Letter may include other information deemed relevant by the Proposer. B. Index or Table of Contents: 1. Provide a Table of Contents for each section of the SOQ. C. Part 1 – Executive Summary: 1. The executive summary (maximum three (3) pages) must include a concise overview of the key elements of the SOQ. The executive summary shall not be used to convey additional information not found elsewhere in the SOQ. D. Part 2 – SOQ Forms: 1. A detailed and complete description of the CMAR and Key Firms must be provided in Part 2 of the SOQ using the forms provided. Proposer shall not modify the format of the forms provided. If additional space is needed to provide requested information, Proposer shall: 1) include additional copies of the forms/tables, 2) provide attachments immediately after the table, or 3) include information in an Appendix (if directed by the specific form). a. Table 1—General Information: Provide general information about the Proposer’s organization using copies of Table 1. Provide the same information for each joint venture partner if the Proposer is a joint venture or partnership. Table 1 includes information on: 1) Business Organization; 2) Business Officers, Partners, and Limits of Authority; 3) Business History; 4) Indicators of Organization Size; 5) Licensure; 6) Diverse Business Certifications; 7) Previous Contracting Experience; 8) Previous History with Owner; 9) Previous Claims History and Litigation Experience; 10) Surety; 11) Financial Summary Information for Proposer; This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 22 of 34 12) Insurance; 13) Construction Site Safety Experience; and 14) Safety Officer Experience and Certifications. b. Table 2—Reference Projects: Provide a list of projects of similar scope and scale substantially completed for municipal entities in the United States by the Proposer within ten (10) years of the due date of this SOQ using copies of Table 2. 1) Proposer shall provide not less than three (3) and no more than five (5) projects which demonstrate experience of the Proposer’s team with construction of similar projects. At a minimum, at least two (2) of the projects must have been substantially completed within five (5) years of the due date of the SOQ. Proposers not meeting this requirement for similar projects may be disqualified as being non-responsive. 2) Reference projects of similar scope may be for drinking water, wastewater, or water reuse treatment facilities with a preference for reference projects that most closely align with the scope of work and general characteristics of the proposed project. 3) A minimum of one (1) Key Personnel (see Table 3) must have participated in each of the projects completed by the Proposer, serving in one of the roles identified in Table 2 (Project Manager, CM Services Manager, Project Superintendent, Safety Manager, or Quality Control Manager). Higher scoring will be given to Proposers that include past projects with multiple Key Personnel involvement. 4) Note that it is the responsibility of the Proposer to verify Owner reference contact information. Projects with inaccurate contact information may be scored lower. c. Table 3—Key Personnel: Provide information on Key Personnel proposed for this project on Tables 3a through 3h. Key Personnel include the Project Manager, Pre-construction Manager, Project Superintendent, Safety Manager, Quality Control Manager, and Lead Estimator. Proposer may identify additional Key Personnel they deem to be critical to Project success. Table 3h may be used for additional Key Personnel whose role is not identified in Tables 3a though 3g. 1) The Proposer may provide information on an alternate individual if the Proposer is not able to commit to one individual for the Project at the time the SOQ is submitted. The Qualifications of these individuals will be considered in evaluating the qualifications of the Proposer. The Proposer must commit to providing the services of the proposed Key Personnel or alternate for the life of the Project as a condition of qualification. Unexcused failure to provide the proposed Key Personnel may provide the basis for termination of the CMAR Contract at the discretion of the Owner. 2) Proposer shall include a list of the current project assignments for each of the individuals proposed. Additionally, Proposer shall indicate the availability of each Key Personnel for this Project. The Project Superintendent must be dedicated to the CMAR Contract full-time for This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 23 of 34 the duration of the Project’s construction phase. If any other key personnel are not devoted solely to the CMAR Contract, indicate how time is to be divided between the CMAR Contract and their other assignments. Specifically address how and when individuals currently on other assignments will transition into this CMAR Contract. Use attachments as needed. 3) Provide resumes not exceeding two (2) pages each for each individual proposed for the Key Personnel positions and their alternates in Appendix C – Resumes. Resumes must describe the qualifications of the individual and include the following as a minimum: technical experience, managerial experience, education and formal training, professional registration(s) (as applicable), and a work history which describes project experience within the organization and the industry, including roles and responsibilities for each assignment. Additional information highlighting the experience which makes them the best candidate for the assignment should also be included. Focus on projects on which the individuals proposed have had significant involvement within five (5) years of the due date of the SOQ and which demonstrate their experience with similar projects. 4) Note that any change in Key Personnel included in the Proposal is subject to the provisions outlined in Article 6.05 Obligation to Keep Project Team Intact. d. Table 4—Reference Projects and Key Personnel: Provide Table 4 to cross- reference the Key Personnel with participation in the reference projects included as part of Table 2. e. Table 5—Demonstration of Performance: Provide a tabulation of performance on up to ten (10) water, wastewater, or water reuse treatment projects completed by the Proposer within ten (10) years of the due date of the SOQ to demonstrate the ability of the Proposer to complete projects. Projects shall be substantially completed and have a bid price greater than or equal to $10 Million at the time of bidding. Tabulated projects meeting the requirements identified in this paragraph shall be listed in chronological order based upon date of reference project substantial completion. Notes may be added to each line item to describe circumstances for contract modifications beyond the control of the Proposer. E. Part 3 – CMAR Narratives 1. Detailed, concise, and complete descriptions of several components of the CMAR’s qualifications which cannot be included in the SOQ Forms (see Part 2) are required by the Owner. These descriptions must be provided in Part 3 of the SOQ. 2. General Information a. Previous History with Owner: Provide a narrative not to exceed one (1) page describing previous experience with Owner acting as a General Contractor and how that may impact the Proposer’s performance on this Project. b. Familiarity with Project Location: Provide a narrative not to exceed two (2) pages describing the Proposer’s familiarity with the Project Location, This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 24 of 34 including the team’s experience with local subsurface, climatic, and geophysical construction conditions, knowledge of the City’s or State’s construction rules, regulations, and methods, and how the team’s subcontractor selection plan will incorporate these qualifications. c. Safety Program: Provide a narrative describing the Proposer’s safety program. 1) Narrative shall not exceed two (2) pages. 2) Narrative shall describe the organization’s success in implementing specific site safety programs. Proposer shall not be required to provide copies of said specific safety manuals or programs. 3) Include safety statistics or records indicating categories of accidents, and a statement regarding the organizations’ commitment to safety. Include OSHA 300 and 301 logs for the past three (3) years. Logs do not count against the two (2) page limit and can be included as an appendix. 3. Project Management and Approach to Project a. Provide a conceptual description of the CMAR’s approach for managing and performing its services on the Project. Specifically address the following information: 1) Discuss approach to project management including risk management, budget tracking, project scope management, approach to communication (internal/external), resource planning and staff allocation, and stakeholder management. 2) Discuss how a collaborative relationship with the Owner and Engineer would be established during development, scheduling, cost estimating, and risk management; 3) Discuss how the design and construction processes will interface (including how constructability issues, construction packaging, value engineering, and risk issues will be addressed); 4) Identify the work components critical to the Project’s success and how these components would be achieved; 5) Describe the scope of the CMAR’s and other proposed Key Firm’s services and responsibilities during the pre-construction phase; 6) Describe the process for developing the 30%, 60%, 90%, and final GMPs, including the approach to establishing the CMAR’s construction contingency; 7) Identify scope of work, categorized by discipline, that CMAR intends to self-perform. Note that the CMAR will be required to bid competitively against other bidders. Explain how this will be achieved in a transparent manner; 8) Provide a narrative on the approach to delivering a quality project; and 9) Discuss the project schedule and identify your firm’s specific approach to meeting the schedule. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 25 of 34 b. Provide pre-construction and construction phase organizational charts showing the reporting relationships and responsibilities of the CMAR and any other Key Firms and describe the CMAR’s approach to the management of such firms. c. In addition, this section shall include specific descriptions of the CMAR’s approach to the following: 1) Communications (with Owner and Engineer); and 2) Adherence to the final GMP. d. Narrative shall not exceed ten (10) pages. F. Appendix A – Supporting Financial and Company Documentation 1. Use this appendix to provide all required financial information and other documentation outlined in Table 1 of the SOQ Forms. G. Appendix B – Project Narratives 1. Provide narratives not to exceed one (1) page for each project listed in Table 2 of the SOQ Forms. Projects selected must demonstrate the capabilities of the organization. H. Appendix C – Resumes 1. Provide resumes for each key personnel listed in Table 3 of the SOQ Forms and per the requirements outlined in Article 3 of this RFQ. I. Appendix D – Bonding and Insurance Letters 1. The following minimum insurance limits shall apply to this project: Worker’s Compensation, and related coverages: State Statutory Applicable Federal Statutory Employer’s Liability: Bodily injury, each accident $1,000,000 Bodily injury by disease, each employee $1,000,000 Bodily injury/disease aggregate $2,000,000 Foreign voluntary worker compensation: Statutory Contractor’s General Liability: General Aggregate $2,000,000 Products – Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence (Bodily Injury and Property Damage $2,000,000 Automobile Liability: Bodily Injury Each Person $500,000 Each Accident $1,000,000 Property Damage – Each Accident $1,000,000 Combined Single Limit of $2,000,000 Excess or Umbrella Liability: General Aggregate $2,000,000 This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 26 of 34 Each Occurrence $2,000,000 The Excess or Umbrella Liability coverage shall stack on top of the liability coverages to the fullest extent permitted under the policy but at minimum over the required Contractor’s General Liability and Automobile Liability coverage Contractor’s Professional Liability: Each Occurrence $2,000,000 General Aggregate $2,000,000 Mobile Equipment: $2,000,000 Additional Insured: City of Otsego, Minnesota Advanced Engineering and Environmental Services, LLC I&S Group, Inc. Hakanson Anderson Associates, Inc. The Planning Company, LLC Owner selected geotechnical and testing firm (to be confirmed at a later date) 2. Provide all required information and documentation outlined in this RFQ regarding bonding and insurance. J. Appendix E – Current and Recent Litigation and Legal Matters 1. The SOQ must provide the following additional information pertaining to factors or events that have the potential to adversely affect the CMAR Firm’s ability to perform its contractual commitments. a. Material adverse changes in financial position: Describe any material historical, existing or anticipated changes in financial position, including mergers, acquisitions, takeovers, joint ventures, bankruptcies, divestitures, or any material changes in the mode of conducting business that has occurred within ten (10) years of the due date of the SOQ. b. Legal proceedings and judgments: List and briefly describe any pending or past (within five (5) years of the due date of the SOQ) legal proceedings and judgments, or any contingent liability that could adversely affect the financial position or ability to perform contractual commitments to Owner. If no such proceedings or judgments are listed, provide a sworn statement to that effect from the CMAR Firm’s general counsel. 1) Provide a narrative describing the issues being contested and when it is anticipated that the disputes will be resolved. Claims are to include only those items which have progressed through the change management process for the project and are being disputed by the Proposer or the project owner. c. Completion of contracts: Has the CMAR Firm failed to complete any contract, or has any contract been terminated due to alleged poor performance or default within ten (10) years of the due date of the SOQ. If so, describe the circumstances. d. Violation of laws: Has the CMAR Firm been convicted of any criminal conduct or been found in violation of any federal, state, or local statute, regulation, or court order concerning antitrust, public contracting, This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 27 of 34 employment discrimination or prevailing wages within ten (10) years of the due date of the SOQ. If so, describe the circumstances. e. Debarred from bidding: Has the CMAR Firm been debarred within ten (10) years of the due date of the SOQ, or is it currently under consideration for debarment, on public contracts by the federal government or by any state If so, describe the circumstances. 2. If any of the above questions are answered in a manner that indicates that any of these unfavorable factors or events are present, it is the Proposer’s responsibility to: 1) describe in detail the unfavorable factor or event and 2) provide sufficient information to demonstrate that the unfavorable factor or event will not adversely impact the Proposer’s ability to perform its contractual commitments. 3. Proposer must notify Owner of any changes subsequent to submission of the SOQ and before the selection process is completed (and, in the case of the selected Proposer, before executing the Contract). K. Appendix F – Safety Logs 1. Include the OSHA 300 and 301 logs. 3.02 SOQ Expenses A. Under no circumstances shall Owner be responsible for any SOQ preparation expenses, submission costs, or any other expenses, costs, or damages of whatever nature incurred as the result of a Proposer’s participation in this RFQ process. Proposer understands and agrees that it submits its SOQ at its own risk and expense and releases Owner from any claim for damages or other liability arising out of the RFQ, RFP, and award process. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 28 of 34 ARTICLE 4—SUBMITTING THE STATEMENT OF QUALIFICATIONS 4.01 Delivery of SOQ A. Submittal Deadline: 1. SOQ must be received no later than 2:00 PM, Wednesday, October 1, and addressed to: a. City of Otsego Attn: Adam Flaherty, City Administrator & Finance Director 13400 90th St NE, Otsego, MN 55330 B. Electronic Deliverable Requirements: 1. For this project we will accept only online electronic bids through QuestCDN. To access the electronic bid form, download the project document and click online bidding button at the top of the advertisement. 2. Proposers shall provide a submittal including: a. The SOQ, including all supplemental information and attachments. C. SOQs may be modified or withdrawn using a document executed in the same manner that an SOQ must be executed, and the associated document signed by the person or officer of the Proposer authorized to do so. Using a method permitted for delivery of the SOQ, deliver the modification/withdrawal document prior to the date and time for the receipt of SOQs. 1. Proposer may withdraw its SOQ at any time prior to the submittal date and time by submitting a written request to the contact for RFQ inquiries indicated above. An authorized representative of the Proposer must sign the written request. Proposer may submit another SOQ at any time prior to the submittal deadline. No SOQ may be withdrawn for 30 days after the submittal date and time without approval by Owner. Such approval shall be based on the Proposer’s submittal, in writing, of a reason acceptable to Owner in its sole discretion. 2. Owner shall not be liable for any errors in the Proposer’s SOQ. No modifications to the SOQ shall be accepted from the Proposer after the submittal date and time. The Proposer is responsible for careful review of its entire SOQ to ensure that all information is correct and complete. Proposers are responsible for all errors or omissions contained in their SOQs. D. SOQ submitted in response to this RFQ will become the property of the Owner. E. The Owner will not consider unsolicited supplementary information within the SOQ. F. Each Proposer assumes full responsibility for timely delivery of its SOQ at the required location. Any SOQ received after the submittal deadline will be deemed nonresponsive and returned unopened. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 29 of 34 ARTICLE 5—EVALUATION OF STATEMENTS OF QUALIFICATIONS 5.01 Evaluation Criteria A. Owner will evaluate and rank each SOQ using pre-determined selection criteria. Owner will determine if SOQs comply with the prescribed requirements and will consider the qualifications of the Proposers, and other factors as described in this Article to determine which Proposers are best qualified to complete the Project. 1. Owner will evaluate each SOQ via a Selection Committee comprised of staff from the Owner. Engineer will participate in an advisory-only capacity. The Selection Committee, composed of a minimum of three (3) persons, will be determined by Owner prior to review of SOQs. 2. SOQs that fail to comply with the prescribed requirements in this RFQ may be rejected as non-responsive. Owner, at its sole discretion, may waive any such failure to meet a requirement of this RFQ and may request clarification or additional information to remedy a deficiency. Failure to respond in a timely manner to any such request may be grounds for elimination of the Proposer from further consideration. B. The Selection Committee will evaluate and rank the responsive SOQs that satisfy the minimum requirements by applying the weighted comparative evaluation criteria set forth in this Article at Owner’s sole discretion. Note that some categories will not be scored, and others will be scored on a pass/fail basis. C. The table below depicts the rating categories and the maximum point value for each category by which the selection committee will rank Proposers submitting an SOQ. Scores will be used to identify no more than three (3) qualified Proposers, to which Owner will issue an RFP. Rating Category Description Point Value 1 Transmittal Letter Not Scored 2 Executive Summary Not Scored 3 Minimum Requirements, Article 6 of RFQ Pass/Fail 4 SOQ Forms, Table 1 – General Information & Attachments Pass/Fail 5 SOQ Forms, Table 2 – Reference Projects & Attachments 20 6 SOQ Forms, Tables 3 & 4 – Key Personnel & Attachments 20 7 SOQ Forms, Tables 5 – Performance & Attachments 20 8 CMAR Narratives –Owner/Site Experience 5 9 CMAR Narratives – Project Management Style & Project Approach 30 10 SOQ Forms (Table 1) and CMAR Narratives – Safety 5 Total 100 D. Note that additional evaluation criteria will be included at the RFP stage. E. Owner may conduct investigations as it deems necessary to establish the responsibility, qualifications, and capability of Proposers. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 30 of 34 5.02 Formal Interviews A. Owner, at its discretion, may choose to conduct formal interviews with Proposers to clarify any points in the SOQ to gain a better understanding of how the Proposers can provide the best value to the Owner for the CMAR Contract. 1. If the Owner chooses to conduct interviews with some or all Proposers, they will be notified of: a. The time and place for the interview; b. Interview format and agenda; c. Topics to be discussed at the interview; and d. Individuals expected to participate in the interview. 2. Failure to participate in the interview may result in disqualification from consideration for the award of the CMAR Contract. 5.03 Acceptance of Technique and Methodology A. Submission of an SOQ indicates the Proposer’s acceptance of the evaluation technique and methodology in this RFQ as well as the Proposer’s recognition that some subjective judgments must be made by the Owner during the evaluation and selection process. 5.04 Ranking of Proposers A. Based on the evaluation of the Proposals and their preliminary scoring, Owner will short-list Proposers and send each the RFP. Per Minnesota Statutes, Section 471.463, subd 3(c), a cost for the proposer’s services is required for final selection. This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 31 of 34 ARTICLE 6—CONDITIONS FOR PROPOSERS 6.01 Confidential Information A. Refer to Confidentiality of Submitted Information provided as part of Article 1. 6.02 Minimum Requirements A. Each responsive SOQ will be reviewed to determine whether it meets the minimum requirements outlined in this subsection. At its sole discretion, the selection committee may waive any failure to satisfy such requirements and may request clarification or additional information to address any questions that may arise in this regard. Any SOQ that does not satisfy all the following minimum requirements may be rejected: 1. Financial condition of Proposer; 2. Ability of the Proposer to demonstrate it has bonding capacity availability for this project of at least $40 million; 3. Ability of the Proposer to demonstrate it can meet the minimum insurance requirements; 4. Legal proceedings and judgments; 5. Completion of contracts; 6. Debarment status; and 7. Licensing and registration: The Proposer and other Key Firms included in the SOQ must be licensed in the State of Minnesota for the type of work to be performed. 6.03 Ineligible Firms and Individuals A. The following firms and individuals are serving in an advisory capacity to the Owner for this Project and related projects and are therefore not eligible to assist or participate with any Proposer that submits an SOQ for the Project: 1. Advanced Engineering and Environmental Services, LLC. 2. I&S Group, Inc. 3. Hakanson Anderson Associates, Inc. 4. The Planning Company, LLC. 6.04 Rights of Owner A. In connection with this procurement process, including the receipt and evaluation of SOQs and selection of the short-list, Owner reserves to itself (at its sole discretion) all rights available to it under applicable law, including without limitation, with or without cause and with or without notice, the right to: 1. Cancel, withdraw, postpone, or extend this RFQ, in whole or in part, at any time prior to the execution of the CMAR Contract, without incurring any obligations or liabilities; This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 32 of 34 2. Modify the procurement schedule; 3. Waive deficiencies, informalities and irregularities in an SOQ and accept and review a non-conforming SOQ; 4. Suspend and terminate the procurement process or terminate evaluations of SOQs received; 5. Permit corrections to data submitted with any SOQ; 6. Hold meetings and interviews, and conduct discussions and correspondence, with one or more of the Proposers to seek an improved understanding of any information contained in an SOQ; 7. Seek to obtain, from any source, data that has the potential to improve the understanding and evaluation of the SOQ; 8. Seek clarification from any Proposer to fully understand information provided in the SOQ and to help evaluate and rank the Proposers; 9. Reject an SOQ containing exceptions, additions, qualifications, or conditions not called for in the RFQ or otherwise not acceptable to Owner; 10. Reject any or all SOQ wholly or in part and to waive any technicalities, informalities, or irregularities in any proposal at its sole option and discretion; 11. Conduct an independent investigation of any information, including prior experience, included in an SOQ by contacting project references, accessing public information, contacting independent parties, or any other means; 12. Request additional information from a Proposer during the evaluation of its SOQ; and 13. Award a project contract only to a Qualified Proposer. Qualified Proposer is defined as a firm that meets the requirements of this RFQ and demonstrates the ability, resources, skills, capability, willingness, and business integrity necessary to provide required services. The Owner’s determination of whether a proposer is a Qualified Proposer is at Owner’s sole discretion. B. Per Minnesota Statutes, Section 471.463, subd 4(c), if the Owner receives two or less SOQs, Owner reserves the right to: 1. Solicit new SOQs; 2. Revise the RFQ and then solicit new SOQs using the revised RFQ; 3. Select another allowed procurement method; and/or 4. Reject all SOQs. 6.05 Obligation to Keep Project Team Intact A. Proposers are advised that all firms and Key Personnel identified in the SOQ shall remain on the Project Team for the duration of the procurement process and execution of the Project. Key Personnel shall be committed to the Project and changes may not be accepted, unless they no longer work for the firm or Owner otherwise agrees in writing that a change is appropriate. If extraordinary circumstances require a change, it must be submitted in writing to the Owner’s Representative, who, and with Owner’s review and at Owner’s sole discretion, will This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 33 of 34 determine whether to authorize a change, recognizing that certain circumstances (such as termination of employment) may occur that are beyond the CMAR’s control. Unauthorized changes to the Project Team at any time during the procurement process may result in the elimination of the Proposer from further consideration. Alternate candidates listed in Table 3 of the SOQ shall be used for replacement purposes should a Primary Candidate be removed from the Project based on the reasons previously discussed. 6.06 Addenda A. If any revisions to the RFQ or procurement process become necessary or desirable (at Owner’s sole discretion), Owner may issue written addenda. Owner will issue any such addenda to potential Proposers via QuestCDN. It is each Proposer’s responsibility to obtain, review and incorporate all addenda information prior to submitting their SOQ. 6.07 Protests A. Any protests to an Owner’s action in connection with this procurement must be filed in writing no later than seven (7) calendar days following such action and must be in strict accordance with the Owner’s applicable procedures and with applicable law. 6.08 Conflicts A. Proposers must disclose any instances where the firm or any individuals working on the SOQ, the Proposal, or subsequent project, may have a conflict of interest and, if so, the nature of that conflict (e.g., employed by Owner, related to an official of Owner). This document is a MODIFIED version of EJCDC® CMAR-200, Request for Qualifications –Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 34 of 34 ATTACHMENT A – INDEX OF PROJECT BACKGROUND DOCUMENTS A.01. Otsego South Central Water Treatment Preliminary Site Layout Documents have been uploaded to QUESTCDN and are available for download.     APPENDIX A HTRONScale in Feet080File: C:\Users\gprior\DC\ACCDocs\AE2S\05409-2023-008 Otsego WH3 WTP\Project Files\01-Civil\South Central WTP (Prelim)\X-EXHIBIT.dwgPlotted: By: Graham Prior Date: Wednesday, August 13, 2025 File: C:\Users\gprior\DC\ACCDocs\AE2S\05409-2023-008 Otsego WH3 WTP\Project Files\01-Civil\South Central WTP (Prelim)\X-EXHIBIT.dwg PROJECT TITLE:PROJECT NO:DATE:ALT. PROJECT NO:SHEET DESIGNATOR:SHEET NO:CLIENT:SHEET TITLE:PREPARED BY:CHECKED BY:APPROVED BY:SYM DATE APPR STATUS:Certification of Individual Project Design Disciplines AreIncluded On Their Individual Drawings, RespectivelyAdvanced Engineering and Environmental Services, LLC www.ae2s.com A d v a nced Eng in e e r i ng and P R E L IM I N A R Y Environmental Services, LLCNO T FO R CO N S T R U C T IO N OTSEGO SOUTH CENTRAL WTPPRELIMINARY SITE PLANCITY OF OTSEGOOTSEGO, MNP05409-2024-005AUG 2025SWC100GPGPGPPRELIMINARY - NOT FOR CONSTRUCTION This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 23 Statement of Qualifications Certification Project Name: Otsego South Central Water Treatment Project Location: Otsego, Minnesota Project Owner: City of Otsego, Minnesota Owner Project Number: 4202408 Engineer: Advanced Engineering and Environmental Services, LLC Engineer Project Number: P05409-2024-005 By submitting this State of Qualifications (SOQ) and related information, Proposer certifies that it has read the Proposal Documents and that Proposer’s representations are true and correct and contain no material misrepresentations, and that the individual signing below is authorized to make this certification on behalf of the Proposer’s organization. Proposer: (typed or printed name of organization) Signature: (individual’s signature) Name of Individual: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address for giving notices: Phone: Email: (Attach evidence of authority to sign if Proposer is a corporation, partnership, or a joint venture.) This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 23 Table 1—General Information Organization Legal Name of Organization Business Structure: ☐ Sole Proprietorship ☐ General Partnership ☐ Limited Partnership ☐ Corporation ☐ Limited Liability Company ☐ Joint Venture ☐ Other: Date Organization was formed: State under which Organization was formed: If multiple parties, indicate parties involved. A separate SOQ is required per party or Joint Venturer. 1. 2. 3. If Business Structure is “Other”, provide a description of how Organization has delivered similar projects using the business structure identified above: Is this Organization authorized to operate in the Project location? ☐ Yes ☐ No ☐ Pending Is this Organization licensed as a general contractor in the Project location? ☐ Yes ☐ No ☐ Pending Provide a copy of the Organization’s certificate of authorization to operate in the Project location in Appendix A – Supporting Financial and Company Documentation. List of companies, firms, or organizations that own any part of the Organization. Provide information on owners holding an interest of more than 10% in Appendix A – Supporting Financial and Company Documentation. No. Name of Company, Firm, or Organization Percent Ownership (%) Principal Office/Headquarters Primary contact Main telephone number Email address Business address This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 23 Project Office – Location where CMAR intends to perform construction management work. Business address Business Officers, Partners, and Limits of Authority Name Title Authorized to sign contracts: ☐ Yes ☐ No Limit of Authority Name Title Authorized to sign contracts: ☐ Yes ☐ No Limit of Authority Name Title Authorized to sign contracts: ☐ Yes ☐ No Limit of Authority Name Title Authorized to sign contracts: ☐ Yes ☐ No Limit of Authority Name Title Authorized to sign contracts: ☐ Yes ☐ No Limit of Authority Name Title Authorized to sign contracts: ☐ Yes ☐ No Limit of Authority Provide documentation of authority to execute documents for the Business officers and partners in Appendix A – Supporting Financial and Company Documentation. Business History List of names that this Organization currently has or anticipates operating under over the history of the Organization, including the names of related companies presently doing business: Names of organization From date To date Indicators of Organization Size Average number of current full-time employees (professional) Average number of current full-time employees (nonprofessional) Estimate of revenue for the current year Estimate of average revenue for the previous 3 years This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 23 Licensure Provide the Minnesota contractor licenses held by the organization. Provide additional license documentation in Appendix A – Supporting Financial and Company Documentation. Name of License Licensing Agency License Number Expiration Date Name of License Licensing Agency License Number Expiration Date Name of License Licensing Agency License Number Expiration Date Name of License Licensing Agency License Number Expiration Date Name of License Licensing Agency License Number Expiration Date Diverse Business Certifications Provide documentation of Diverse Business Certifications in Appendix A – Supporting Financial and Company Documentation. Name of Certification Certifying Agency Certification Date ☐ Disadvantage Business Enterprise ☐ Minority Business Enterprise ☐ Woman Business Enterprise ☐ Disabled Veteran Owned Business ☐ Historically Underutilized Business ☐ Small Business Enterprise ☐ Other ☐ Other ☐ Other ☐ Other ☐ Other ☐ None This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 23 Previous Contracting Experience Years of experience in projects similar to the proposed project: As a general contractor As a joint venture partner Has this or a participating or a predecessor organization ever been disqualification as a Proposer by any local, state, or federal agency within the last five (5) years? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. Has this or a participating or a predecessor organization ever been debarred from contracting by any local, state, or federal agency within the last five (5) years? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. Has this or a participating or a predecessor organization been released from a proposal in the past five (5) years? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. Has this or a participating or a predecessor organization ever defaulted on a project or failed to complete any contract awarded to it? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents or in a change order? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. Has this or participating or the predecessor organization ever been convicted of or been found in violation of any federal, state, or local statute, regulation, or court order concerning antitrust, public contracting, employment discrimination, or prevailing wages over the past ten (10) years? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. Is this or a participating or a predecessor organization currently involved in any litigation or contemplating litigation? ☐ Yes ☐ No; If yes, provide full details in a separate attachment. If any of the above questions are answered in a manner that indicates that any of these unfavorable factors or events are present, Proposer shall describe in detail the unfavorable factor or event and include sufficient information to demonstrate that the unfavorable factor or event will not adversely impact the Proposer’s ability to perform its contractual commitments. Previous History with Owner List projects that have been completed with the Owner. Project Name Completion Year 1 2 3 4 5 6 7 8 9 10 This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 23 Previous Claims History and Litigation Experience List all claims or litigation involving owners on other construction projects that have been active over the last ten (10) years or that are currently unresolved. Description of Claim or Litigation Status 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Include additional information in Appendix E – Current and Recent Litigation and Legal Matters. Surety Surety Name Mailing address (principal place of business): Physical address (principal place of business): Telephone (main) Telephone (claims notices) Name of Local Agent for Surety Telephone Email Surety is a corporation organized and existing under the laws of the state of Is Surety authorized to provide surety bonds in the Project location? ☐ Yes ☐ No Is surety listed in the U.S. Department of the Treasury’s Listing of Approved Sureties (Department Circular 570 “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies”)? ☐ Yes ☐ No Provide a letter from Proposer’s surety and include in Appendix D – Bonding and Insurance Letters to verify the availability of a bond of at least $40 million. This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 7 of 23 Financial Summary Information for Proposer Date of Proposer’s most current financial statement ☐ Attached Date of Proposer’s most current audited financial statement ☐ Attached Financial indicators from the most current financial statement: Proposer’s Current Ratio (Assets/Liabilities) Proposer’s Quick Ratio [(Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities] Describe the resources that are available to the Proposer to provide adequate cash flow for the project if either ratio above is less than 1.0: Provide a document that summarizes the CMAR’s dollar volume of completed work within five (5) years of the due date of the SOQ in Appendix A – Supporting Financial and Company Documentation. If the CMAR is a joint venture, LLC, or partnership, provide the dollar volume of work completed within five (5) years of the due date of the SOQ for each partner or member separately in Appendix A – Supporting Financial and Company Documentation. Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the Project location? ☐ Yes ☐ No Does Provider have an A.M. Best Rating of A-VII or Better? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address (principal place of business) Telephone (Main) Telephone for Notice of Claims Local Agent for Provider Address for Local Agent This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 8 of 23 Telephone for Local Agent Coverage Providers Insurance Provider Type of Policy (Coverage Provided) Provide a letter or certificate of insurance from the CMAR Organization’s insurance company, and include in Appendix D – Bonding and Insurance Letters, stating its ability to acquire and provide the draft minimum limits for the required insurance provided in the Article 3 of the RFQ. Construction Site Safety Experience Provide Proposer's Worker’s Compensation Experience Modification Ratio (EMR), Total Recordable Frequency Rate (TRFR) for incidents, and Total Number of Recorded Manhours for the last three (3) years. Additionally, provide the EMR, TRFR, and MH history for the last three (3) years of any proposed Subcontractor(s) that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR and TRFR history for the Proposer. Year Company EMR TRFR MH EMR TRFR MH EMR TRFR MH Provide days-away-from-work injury incident rate as an attachment. A day-away-from-work injury is an injury that prevents an employee from returning to his or her next regularly scheduled shift. The incident rate is calculated by multiplying the number of days-away-from-work injuries for the particular year by 200,000 and then dividing the product by the person-hours worked for that year. Safety Officer Experience and Certifications Safety Officer Years of Experience Certification Name Issuing Agency Expiration Key Firms Identify and provide additional general information for any Key Firms (such as subcontractors and sub- consultants) included on the Project Team using copies of Table 1. This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 9 of 23 Table 2—Reference Projects Project Reference No. 1 Name of Organization Project Information Project Name Project Owner Role of Proposer Delivery Model General Description of Project (include location, scope of work, and capacity of the treatment facility). Contract Amount – Initial Date Project Started Contract Amount – Final Date Project Completed Explanation for initial and final Project Cost disparity and discrepancies between scheduled and actual completion date (if any) Key Project Personnel Project Manager CM Services Manager Project Superintendent Safety Manager Quality Control Manager Name Duration in role for Project Personnel change (Y/N) Reason for change (if any) Secondary Staff Member Duration in role for Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Title Organization Telephone Email Owner Engineer Construction Manager This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 10 of 23 Project Reference No. 2 Name of Organization Project Information Project Name Project Owner Role of Proposer Delivery Model General Description of Project (include location, scope of work, and capacity of the treatment facility). Contract Amount – Initial Date Project Started Contract Amount – Final Date Project Completed Explanation for initial and final Project Cost disparity and discrepancies between scheduled and actual completion date (if any) Key Project Personnel Project Manager CM Services Manager Project Superintendent Safety Manager Quality Control Manager Name Duration in role for Project Personnel change (Y/N) Reason for change (if any) Secondary Staff Member Duration in role for Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Title Organization Telephone Email Owner Engineer Construction Manager This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 11 of 23 Project Reference No. 3 Name of Organization Project Information Project Name Project Owner Role of Proposer Delivery Model General Description of Project (include location, scope of work, and capacity of the treatment facility). Contract Amount – Initial Date Project Started Contract Amount – Final Date Project Completed Explanation for initial and final Project Cost disparity and discrepancies between scheduled and actual completion date (if any) Key Project Personnel Project Manager CM Services Manager Project Superintendent Safety Manager Quality Control Manager Name Duration in role for Project Personnel change (Y/N) Reason for change (if any) Secondary Staff Member Duration in role for Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Title Organization Telephone Email Owner Engineer Construction Manager This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 12 of 23 Project Reference No. 4 Name of Organization Project Information Project Name Project Owner Role of Proposer Delivery Model General Description of Project (include location, scope of work, and capacity of the treatment facility). Contract Amount – Initial Date Project Started Contract Amount – Final Date Project Completed Explanation for initial and final Project Cost disparity and discrepancies between scheduled and actual completion date (if any) Key Project Personnel Project Manager CM Services Manager Project Superintendent Safety Manager Quality Control Manager Name Duration in role for Project Personnel change (Y/N) Reason for change (if any) Secondary Staff Member Duration in role for Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Title Organization Telephone Email Owner Engineer Construction Manager This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 13 of 23 Project Reference No. 5 Name of Organization Project Information Project Name Project Owner Role of Proposer Delivery Model General Description of Project (include location, scope of work, and capacity of the treatment facility). Contract Amount – Initial Date Project Started Contract Amount – Final Date Project Completed Explanation for initial and final Project Cost disparity and discrepancies between scheduled and actual completion date (if any) Key Project Personnel Project Manager CM Services Manager Project Superintendent Safety Manager Quality Control Manager Name Duration in role for Project Personnel change (Y/N) Reason for change (if any) Secondary Staff Member Duration in role for Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Title Organization Telephone Email Owner Engineer Construction Manager This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 14 of 23 Table 3—Key Personnel (3a through h3) Table 3a–Proposed Principal-in-Charge Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 15 of 23 Table 3b–Proposed Project Manager Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 16 of 23 Table 3c–Proposed Pre-Construction Manager Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 17 of 23 Table 3d–Proposed Project Superintendent Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 18 of 23 Table 3e–Proposed Project Safety Manager Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 19 of 23 Table 3f–Proposed Project Quality Control Manager Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 20 of 23 Table 3g–Proposed Lead Estimator Name of Organization Primary Candidate Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 21 of 23 Table 3h–Proposed Additional Key Staff (make copies as needed) Name of Organization Role: Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role Alternate Candidate (Optional) Name of individual Years of experience as this role Years of experience with this Organization Number of similar projects as this role Number of similar projects in other roles List other roles (for “similar projects in other roles”) Current Project Assignments (use attachments as needed) Percent of Time Available for this Project Reference Contact Information (listing names indicates approval to contact named individuals) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate’s Role Candidate’s Role This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 22 of 23 Table 4—Reference Projects and Key Personnel Project Reference No. Project Name (projects shall match those in Table 2). 1 2 3 4 5 Project Reference No. 1 2 3 4 5 Proposed Key Personnel for this Project Principal-in-Charge ☐ ☐ ☐ ☐ ☐ Project Manager ☐ ☐ ☐ ☐ ☐ Pre-construction Manager ☐ ☐ ☐ ☐ ☐ Project Superintendent ☐ ☐ ☐ ☐ ☐ Project Safety Manager: ☐ ☐ ☐ ☐ ☐ Project Quality Control Manager: ☐ ☐ ☐ ☐ ☐ Lead Estimator: ☐ ☐ ☐ ☐ ☐ Other Role: ☐ ☐ ☐ ☐ ☐ Other Role: ☐ ☐ ☐ ☐ ☐ Other Role: ☐ ☐ ☐ ☐ ☐ General Project Characteristics AE2S Project ☐ ☐ ☐ ☐ ☐ City of Otsego Project ☐ ☐ ☐ ☐ ☐ Acted as General Contractor ☐ ☐ ☐ ☐ ☐ Collaboratively Delivered ☐ ☐ ☐ ☐ ☐ Pre-Construction Services (including GMP Development) ☐ ☐ ☐ ☐ ☐ Pre-Procurement of Equipment ☐ ☐ ☐ ☐ ☐ Water Treatment Construction ☐ ☐ ☐ ☐ ☐ Raw/Finished Watermain Construction (in addition to site piping) ☐ ☐ ☐ ☐ ☐ AIS Funding Requirements ☐ ☐ ☐ ☐ ☐ BABA Funding Requirements ☐ ☐ ☐ ☐ ☐ Treatment Capacity <5 MGD Treatment Capacity ☐ ☐ ☐ ☐ ☐ 5 – 10 MGD Treatment Capacity ☐ ☐ ☐ ☐ ☐ 10 – 15 MGD Treatment Capacity ☐ ☐ ☐ ☐ ☐ >15 MGD Capacity ☐ ☐ ☐ ☐ ☐ Treatment Components Gravity Water Filtration ☐ ☐ ☐ ☐ ☐ Chemical Feed Systems ☐ ☐ ☐ ☐ ☐ Water Retaining/Storage Basins ☐ ☐ ☐ ☐ ☐ Installation of Process Equipment ☐ ☐ ☐ ☐ ☐ Electrical and I&C Installation and Coordination ☐ ☐ ☐ ☐ ☐ This document is a MODIFIED version of EJCDC® CMAR-210, Statement of Qualifications—Construction Manager at Risk Series. Copyright© 2023 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 23 of 23 Table 5—Demonstration of Performance Name of Organization Owner Name Project Name Original Contract Price Value of Change Orders Original Contract Substantial Comp. Date Actual Contract Date for Substantial Comp. Owner Enhancements Unforeseen Conditions Design Issues Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer): Notes (indicate collaborative delivery method and describe circumstances for contract modifications beyond the control of the Proposer):