request for qualifications - fairfax county · 2020-05-27 · responses to this request for...

22
1 COUNTY OF FAIRFAX DEPARTMENT OF PUBLIC WORKS AND ENVIRONMENTAL SERVICES Request for Qualifications Construction Manager At Risk Original Mount Vernon High School Renovation and Adaptive Reuse THE COUNTY OF FAIRFAX, VIRGINIA, Department of Public Works and Environmental Services (DPWES) is soliciting Request for Qualifications (RFQ) submissions from qualified contractors and construction managers who are interested in the opportunity to submit a Construction Manager At Risk (CMAR) proposal to provide pre-construction and construction services for the renovation and adaptive reuse for the existing approximately 160,000 square-foot Original Mount Vernon High School facility (Project) that includes historic preservation and Virginia Historic Tax Credits. County has approved this Project to be executed using the CMAR method of project delivery due to scheduling and cost advantages associated with this contract mechanism, as enumerated below; 1. Schedule Advantages - The use of a CMAR contract may accelerate the project as follows: a) Advanced coordination between the architect/engineer and the contractor to identify areas in need of selective demolition during the design phase, b) Potential to reduce the duration of the bidding process associated with the low bid procurement approach, and c) Opportunity for advance and ongoing coordination between the design team and the CMAR to provide for expedited resolution of issues including unforeseen conditions. 2. Cost Certainty The use of CMAR contract allows for ongoing cost validation by the CMAR, which reduces bid uncertainty associated with traditional competitive sealed bidding. Use of CMAR will also allow for direct pricing feedback so that scope items can be prioritized to remain within the approved project estimate. 3. Cost Reductions - The use of a CMAR contract brings valuable insight from the contractor through a series of constructability reviews and continuous on-board value engineering. The advantage over a traditional process is gaining the input from a contractor’s perspective as the design progresses, versus after a final bid is received. The contractor, architect/engineer, and owner can have direct dialogue during the design phase and changes related to constructability and coordination can be addressed prior to construction, minimizing change order impacts. 4. Historic Preservation - Engaging the contractor through the CMAR process early in the design process will facilitate the investigation of unknown conditions in the historic structure to allow for appropriate scheduling and pricing of renovations as well as provide the opportunity to research unique and long lead items, including custom materials that may be necessary for replacement or matching of existing historic features.

Upload: others

Post on 19-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

1

COUNTY OF FAIRFAX

DEPARTMENT OF PUBLIC WORKS AND ENVIRONMENTAL SERVICES

Request for Qualifications – Construction Manager At Risk

Original Mount Vernon High School Renovation and Adaptive Reuse

THE COUNTY OF FAIRFAX, VIRGINIA, Department of Public Works and Environmental

Services (DPWES) is soliciting Request for Qualifications (RFQ) submissions from qualified

contractors and construction managers who are interested in the opportunity to submit a

Construction Manager At Risk (CMAR) proposal to provide pre-construction and construction

services for the renovation and adaptive reuse for the existing approximately 160,000 square-foot

Original Mount Vernon High School facility (Project) that includes historic preservation and

Virginia Historic Tax Credits. County has approved this Project to be executed using the CMAR

method of project delivery due to scheduling and cost advantages associated with this contract

mechanism, as enumerated below;

1. Schedule Advantages - The use of a CMAR contract may accelerate the project as

follows: a) Advanced coordination between the architect/engineer and the

contractor to identify areas in need of selective demolition during the design

phase, b) Potential to reduce the duration of the bidding process associated with

the low bid procurement approach, and c) Opportunity for advance and ongoing

coordination between the design team and the CMAR to provide for expedited

resolution of issues including unforeseen conditions.

2. Cost Certainty – The use of CMAR contract allows for ongoing cost validation by

the CMAR, which reduces bid uncertainty associated with traditional competitive

sealed bidding. Use of CMAR will also allow for direct pricing feedback so that

scope items can be prioritized to remain within the approved project estimate.

3. Cost Reductions - The use of a CMAR contract brings valuable insight from the

contractor through a series of constructability reviews and continuous on-board value engineering. The advantage over a traditional process is gaining the input from a contractor’s perspective as the design progresses, versus after a final bid is received. The contractor, architect/engineer, and owner can have direct dialogue during the design phase and changes related to constructability and coordination can be addressed prior to construction, minimizing change order impacts.

4. Historic Preservation - Engaging the contractor through the CMAR process early

in the design process will facilitate the investigation of unknown conditions in the historic structure to allow for appropriate scheduling and pricing of renovations as well as provide the opportunity to research unique and long lead items, including custom materials that may be necessary for replacement or matching of existing historic features.

2

Included in the scope of services is collaboration with the design team during the design phase,

attendance at design coordination meetings and constructability reviews, value engineering

participation, construction scheduling, cost estimating, and development of a guaranteed

maximum price (GMP) proposal. If GMP negotiations are successful, the County will amend the

contract to include the GMP for construction of the improvements.

Responses to this Request for Qualifications (RFQ) will be evaluated to identify applicants with

the requisite experience, qualifications, and resources to complete the Project successfully. The

Owner will identify and select a short-list, from the list of applicants, based on an evaluation of

each applicant’s submission to this RFQ. Firms on the short-list will be invited to respond to a

detailed Request for Proposal (RFP) which will be subsequently issued. Short-listed firms will

be offered the opportunity to tour the existing facility during the RFP phase. This RFQ places

emphasis on the applicant’s demonstrated ability on past projects of similar size, nature, and

scope to perform on this Project to meet or exceed Owner expectations and work with the Owner

and the design team in a collaborative fashion from start to finish. The details of the Project

requirements will be presented in the RFP which will be issued at a later date to the short-list of

applicants.

RFQ submissions for the Original Mount Vernon High School Renovation and Adaptive Reuse

are to be mailed to the following address: Office of the Director, Building Design &

Construction Division, Department of Public Works and Environmental Services, 12000

Government Center Parkway, Suite 449, Fairfax, Virginia 22035-0052 and must be received no

later than July 13, 2020. The RFQs shall be mailed to this office via USPS certified mail receipt,

no hand delivery is permissible. All interested applicants are required to submit six (6)

hardcopies of their RFQ submission with the required materials and two (2) compact discs

(CD’s) containing the submission in portable document format (PDF). Please submit any

questions regarding this RFQ to [email protected].

3

PROJECT DESCRIPTION:

The project is for the historic renovation and adaptive reuse of the Original Mount Vernon High

School (OMVHS), located at 8333 Richmond Highway, Alexandria, Virginia. The existing

facility consists of five buildings for a total of approximately 160,000 square feet, including the

main building, and four smaller buildings immediately adjacent to the main structure. See

attached aerial image of the facility.

The general scope of work for the proposed project will provide for the comprehensive

renovation, historic preservation and adaptive reuse of the existing historic buildings, including

replacement of building envelope components, roofing, mechanical, electrical, and plumbing

systems, fire protection and security systems, HazMAT remediation, ADA compliance,

demolition of two non-historic buildings, and associated sitework and infrastructure

improvements/replacement, including trails. The property is listed on the National Register of

Historic Places and in the Virginia Landmarks, and the County will pursue Virginia State

Historic Tax Credits. The occupancies considered for the renovated OMVHS buildings include

educational uses, childcare and childhood education programs, theater, gymnasium, food service,

and innovative community and incubation spaces for multiple uses. The project shall achieve a

minimum Silver Certification with a target goal of Gold Certification under the LEED® Green

Building program.

The order of magnitude planning level estimated construction cost is $55 million, including all

CMAR construction phase costs and services. It is anticipated that pre-construction services will

be required of the CMAR at the start of 2021. Onsite construction activities are anticipated to

begin in 2022 and be completed in 2024. The Owner has secured an Architectural and

Engineering firm under separate contract.

GENERAL

The Owner shall not be responsible for any cost incurred by applicants because of participation in

this selection process. Each applicant shall bear its own expense in connection with the preparation

and submission of materials and the provision of any supplemental information requested under

this RFQ. This is not a request for proposal.

Decisions by the Owner to short-list are final and shall not constitute a determination of

responsibility on any of the applicants and thus any applicant’s proposal, during the RFP stage,

may be rejected on the basis of a subsequent determination of non-responsibility.

Procedures adopted by the County for Construction Management at Risk contracts include a

provision that not less than 5% and not more than 10% of the construction work, as measured by

cost of the work, will be performed by the CM with its own forces.

4

RFQ SUBMISSION REQUIREMENTS

The applicant must complete and submit six (6) hardcopies and two (2) compact discs (CD’s)

containing the submission in portable document format (PDF) of their submittal with all

associated forms and attachments, which together comprise the applicant’s RFQ Submission. The

RFQ Submission shall be signed where indicated, notarized, and submitted in a sealed envelope to

the Owner. The applicant’s name and the Project name (Original Mount Vernon High School

Renovation and Adaptive Reuse) should be clearly displayed on the outside of the envelope.

The Owner will time and date stamp the sealed RFQ Submission envelope upon receipt.

Timely submission is the sole responsibility of the applicant.

The RFQ submission must be typed or neatly printed. It shall be submitted in a three-ring binder

and shall not exceed 60 pages of data (30 sheets printed front and back, or 60 sheets of single sided

print). The information presented should be clear, complete, concise, truthful, and accurate. All

attachments submitted shall be identified with the name of the applicant. Failure to submit a

response on the official submittal forms provided in the RFQ for that purpose may be considered

cause for rejection of the application. Modification of any portion of the RFQ may be cause for

rejection of the application. The Owner reserves the right to decide, on a case-by-case basis, at its

sole discretion, whether to reject any or all of the applications, and any such decision shall be

considered final.

5

PASS / FAIL REQUIREMENTS

A FAIL rating on any item in the category titled “PASS / FAIL Requirements” is sufficient

cause to reject the Applicant’s RFQ submission.

The following are PASS or FAIL criteria:

1. Completeness of RFQ – Only complete RFQ submissions will be considered and

evaluated. A complete RFQ submission must be completed according to the instructions,

including all required attachments and requested information and must be comprised of, but

not limited to, the following:

• Attachment B Cover Page

• Attachment B-1 Applicant Information

• Attachment B-2: Details of Past Projects

• Attachment B-3: Professional References

• Attachment B-4: Applicant Affidavit

• All additional information as needed to provide a complete response to the RFQ

2. Debarment Status – By submitting an RFQ package, the applicant certifies that neither it

nor any affiliated entity is currently debarred from submitting bids or has otherwise agreed

not to submit bids on contracts with any federal, state, or local government or business

entity. If the applicant experiences a material change in its debarment status after the RFQ

submission is submitted and prior to the award of the contract for the Project, the applicant

shall notify the Owner of the change in writing at the time the change occurs or as soon

thereafter as is reasonably practicable. If at any time during the evaluation process the

applicant is debarred as described above, it will be considered grounds to reject their

application.

3. Applicant's License – The applicant must provide a copy of their valid Class A

Contractors License and be in good standing as a Class A General Contractor in the

Commonwealth of Virginia.

4. Bonding Capacity/Statement – The applicant must provide a signed statement from its

Surety stating that, based on present circumstances, the Surety will be willing to provide

performance and payment bonds in the amount of at least $55M for the applicant in

connection with the Project.

5. Required Experience – The minimum experience requirement in order to be considered

is: successful completion in the last ten (10) years of at least three (3) substantially

renovated facilities similar to the Original Mount Vernon High School, each having a

contract value greater than $30 million, at least one of which should be greater than $50M

in value, and at least one (1) project involving historic preservation and (1) project that was

LEED Certified. These projects should be similar in scope, size and complexity. Provide

the construction cost and schedule as well as the Owner and Architect representative’s

contact information for each project. At least one (1) of these projects must have been

6

delivered using an alternative delivery method (Design-Build or CMAR, etc.).

6. Professional References – Provide a minimum of three (3) professional references from

previously completed projects, including contact information.

7. Failure to Complete - Applicant – By submitting an RFQ package, the applicant certifies

that neither it nor any affiliated entity has failed to complete a contract. If the applicant

experiences a material change in this status after the RFQ submission is submitted and

prior to the award of the contract for the Project, the applicant shall notify the Owner of the

change in writing at the time the change occurs or as soon thereafter as is reasonably

practicable. If at any time during the evaluation process the applicant fails to complete a

contract as described above, it will be considered grounds to reject their submission.

CONFIDENTIAL / PROPRIETARY INFORMATION

The applicant should give specific attention to the identification of those portions of their RFQ

submission which they deem to be confidential, proprietary information or trade secrets, and

provide any justification of why such materials, upon request, should not be disclosed by the

Owner.

The applicant must clearly indicate each page that is deemed confidential, proprietary or a trade

secret. The applicant may NOT preface their entire RFQ submission with a proprietary

statement.

If the Owner determines that a page that the applicant has designated "confidential" or "trade

secret" is not entitled to protection from public disclosure, the Owner will provide notice of that

determination to the contact person designated by the applicant, in any reasonable manner that the

Owner can provide such notice, at least five (5) business days prior to its public disclosure of the

document. If the applicant does not designate anyone to receive such notice, the Owner will not

have any obligation to provide any notice of a determination of non-confidentiality. If the applicant

does not designate anyone to receive such notice, or if, within five (5) business days after the

designated person receives such notice, the applicant does not initiate judicial proceedings to

protect the confidentiality of the document, the Owner will not have any obligation to withhold the

document from public disclosure.

By submitting to the Owner a page that the applicant designates as "confidential" or "trade secret",

the applicant agrees that in the event a third party brings any action against the Owner or any of its

officials or employees to obtain disclosure of the document, the applicant will indemnify and hold

harmless the Owner and each applicant's affected officials and employees from all costs, including

attorney's fees incurred by or assessed against any defendant, of defending against such action. The

applicant also agrees that at the Owner’s request the applicant will intervene in any such action and

assume all responsibility for defending against it, and that the applicant’s failure to do so will

relieve the Owner of all further obligations to protect the confidentiality of the document. All

materials and information submitted during the RFQ process will become the property of the

Owner and will not be returned to the applicant, except for the financial information, which shall

7

be returned upon request after the Owner’s short-list has been selected.

EVALUATION

A Selection Advisory Committee (SAC) will review and evaluate the RFQ submissions for all

applicants based on the criteria listed below. Each criterion will be rated on a scale ranging from 0

to 5 with 0 being unacceptable and 5 being excellent. In addition, each criterion has been assigned

a weight factor based on importance with 1 being of lower importance and 5 being of higher

importance. These criteria will be used in determining the short-list of applicants to invite for

interviews. The SAC reserves the right to waive any and all irregularities or informalities in the

submittal, reject any and all submittals, and to accept the submittals most favorable to the Owner.

Written notification of each applicant’s status regarding an invitation to respond to the RFP will be

provided at least 30 days prior to the date established for the submission of the proposals. In

evaluating each RFQ, the Owner will consider, by way of illustration and not limitation, the criteria

included in this section.

POINT-RATING ITEMS

All RFQs that pass the PASS / FAIL Requirements will be evaluated by the Owner’s SAC in

accordance with the Point-Rating System identified in Attachment “A”, Item B. Based on the

Point Rating System, the SAC will form a ranked short-list of applicants. The short-listed

applicants will be invited to respond to the RFP.

If any of the short-listed applicants subsequently withdraw or is removed for causes stated

herein, the Owner reserves the right to add the next highest ranked applicant to the short-list. In

considering an applicant’s points rating, the SAC shall be the sole judge of the financial

soundness, history of satisfactory project performance, whether or not the applicant possesses a

sufficient number of experienced qualified personnel at its management and supervisory level

and has demonstrated a commitment on its projects to accommodating changes and disruptions

in the work, all of which indicate the ability to successfully complete the Project at a

reasonable cost to the Owner, with high quality work, and in accordance with the Project’s

schedule.

1. Project Experience – Project experience will be evaluated for: a) projects of similar size,

nature, and scope, b) historic preservation, and c) LEED Certified projects.

2. Alternative Project Delivery Approach – Evaluation of alternative project delivery

approach will place emphasis on the applicant’s level of experience, approach and

success using alternative project delivery methods. Preference will be given to applicants

who have demonstrated significant experience, ingenuity, transparency, and collaborative

approaches using CMAR, Design-Build, or other alternative project delivery

methodologies.

3. Personnel Qualifications/Experience – The potential project manager(s) and

8

superintendent(s) must have experience on projects of similar size, nature, and scope,

including historic preservation and LEED Certified projects. Preference will be given to

applicants with management, manpower and expertise located in the Mid-Atlantic region.

The qualifications of other key personnel the applicant would like to provide will also be

considered in this evaluation.

4. References/Past Project Performance – The Owner intends to contact references listed

in the applicant’s RFQ regarding the point-rating items B.1, B.3, B.4, B.6 and B.7 listed

on the Owner’s Evaluation Form, and may contact other potential references referred to

them in the course of this evaluation. During evaluation of past project performance,

emphasis will be placed on applicant’s ability to meet schedule and budgets, quality of

completed work, and overall cooperation/coordination. The Owner reserves the right to

contact any party it deems appropriate and by submitting an RFQ, the applicant releases

the Owner and any references from all liability concerning this exchange of information.

Applicants should ensure that the reference information provided is current. Letters of

reference shall NOT be included in the applicant’s RFQ, since such letters do not follow

a standard objective format.

5. Financial Data – Data will be reviewed for financial soundness.

6. Safety Performance – Safety data will be reviewed and compared to current OSHA and

insurance industry standards.

7. Environmental Performance – Environmental compliance data will be reviewed and

compared to current EPA and State regulatory standards.

8. Claims/Final Resolution/Judgments – Evaluation of this data will be based on the

number of affirmative answers to the questions and the details provided in explanation

for each occurrence.

MINORITY PARTICIPATION

Although there are no specific project requirements for the Project with regard to Minority

Business Enterprises (MBE) or Women-Owned Business Enterprises (WBE), Fairfax County

encourages applicants to seek such participation.

ADDENDA AND INTERPRETATIONS

All requests for interpretation of the RFQ and the associated attachments must be made in writing

to Fairfax County. Such requests shall be addressed to Director, Building Design & Construction

Division, Department of Public Works and Environmental Services, 12000 Government Center

Parkway, Suite 449, Fairfax, Virginia 22035-0052. Requests can be made by email to:

[email protected]. To be given consideration, such requests must be received not later

than ten (10) days prior to the date fixed for the submittal of the RFQ responses. Any and all such

interpretations and any supplemental instructions or changes to the RFQ will be in the form of

written addenda which, if issued, will be posted on-line for all Applicants not later than three (3)

calendar days prior to the date fixed for submittal of the RFQ. All addenda so issued shall become

9

part of the RFQ and receipt thereof must be signed by all applicants and returned to the Owner

with the submitted RFQ.

NOTICE OF SUBSTANTIAL CHANGES

If the applicant experiences a material change in its debarment status, financial condition, corporate

structure or personnel after the RFQ is submitted and prior to the award of the contract for the

Project, the applicant shall notify the Owner of the change in writing at the time the change occurs

or soon thereafter.

Failure to notify the Owner of any material change in the applicant’s debarment status, financial

condition, corporate structure or personnel may constitute grounds for rescinding an “invitation to

propose” or for rejection of the related proposal.

MISREPRESENTATION

If any applicant knowingly makes a misrepresentation in submitting information to the Owner, or

fails to provide all required information, or provides information that is misleading, such

misrepresentation, omission or misleading information will be sufficient grounds to reject the

applicant’s submittal, to rescind a previously issued invitation to propose, or for rejection of a

proposal submitted as a result of this selection process.

COLLUSION AMONG APPLICANTS

More than one submission from an individual, firm, partnership, corporation, or association under

the same or different name will be rejected. Any or all submissions will be rejected if there is any

reason for believing that collusion exists among the applicants. Participants in such collusion will

not be considered in future RFQs / RFPs for the same work. Each applicant, by providing a

submission, certifies that they are not a party to any collusive action or to any action that is

otherwise unlawful.

A

ATTACHMENT A

OWNER’S EVALUATION FORM (This form is for Owner’s Evaluation Panel use only – not for completion by applicant)

Applicant Name:

A. PASS / FAIL EVALUATION

CATEGORY PASS FAIL

1. Completeness of RFQ ________________ ________________

2. Debarment Status ________________ ________________

3. Contractor's License ________________ ________________

4. Bonding Capacity/Statement ________________ ________________

5. Required Experience ________________ ________________

6. Professional References ________________ ________________

7. Failure to Complete – Applicant ________________ ________________

B. POINT-RATING ITEMS WEIGHT x GRADE = TOTAL

1. Project Experience

a. Project Size/Cost/Scope 5 0 1 2 3 4 5

b. Historic Preservation 4 0 1 2 3 4 5

c. LEED Certified Projects 3 0 1 2 3 4 5

2. Alternative Project Delivery Approach 3 0 1 2 3 4 5

3. Personnel Qualifications/Experience 5 0 1 2 3 4 5

4. References/Past Project Performance 3 0 1 2 3 4 5

5. Financial Data 2 0 1 2 3 4 5

6. Safety Performance 4 0 1 2 3 4 5

7. Environmental Performance- Review 3 0 1 2 3 4 5

8. Claims/Final Resolution/Judgments- Review 3 0 1 2 3 4 5

TOTAL SCORE:

GRADING SCALE 0 = Poor, 1 = Questionable, 2 = Below Average, 3 = Average, 4 = Above Average, 5 = Most Favorable

B

ATTACHMENT B

COVER PAGE

A copy of this page shall be the cover page for the RFQ Submission. A set of attachments and any

additional information should be included with each copy of the RFQ submission.

1. Applicant Name:

Provide all names under which the applicant does business:

Is the applicant related to another firm as a parent, subsidiary, or affiliate? Yes___ No___

If yes, attach names and addresses for all affiliated, parent and/or subsidiary companies, and

state the nature of each affiliation.

2. Address:

3. Tax Identification Number (EIN/SSN):

4. Is applicant a corporation? Yes_______, No_______

If yes, what is the State of incorporation?

5. If not incorporated, specify method and date of organization:

If a partnership, attach partnership details (such as partner’s names and individual contact

information for each partner). If a Joint Venture (JV), attach the JV agreement and provide

details of the intended role of each JV member, including appropriate additional attachments

(at a minimum submit an Attachment C for each JV member).

6. Specify the portions of the Work, that the applicant expects to subcontract:

7. Provide contact information including name, title, phone number and email address of the

person who can respond authoritatively to any questions regarding this response:

Signed by:

Printed name and title:

B-1(a)

ATTACHMENT B-1

APPLICANT INFORMATION

A. PASS / FAIL EVALUATION

1. Completeness of RFQ – Completeness is defined in the RFQ section titled Evaluation.

2. Debarment Status

a. Debarment ....................................................................................................... Yes___ No___

b. Deletion from a Prequalified Bidders List ..................................................... Yes___ No___

c. Other action which resembles debarment ...................................................... Yes___ No___

If yes, provide details on a separate sheet for each instance.

3. Contractor's License – Attach a copy of the Applicant’s valid Commonwealth of Virginia

Contractors Class A License or attach a statement about Applicant's ability to acquire one

in a timely fashion consistent with the Project’s schedule.

4. Bonding Capacity/Statement – Attach a signed statement from Applicant’s Surety stating

that, based on present circumstances, the Surety will be willing to provide performance and

payment bonds for the applicant in connection with the Project.

Total bonding capacity $

Available bonding capacity $

6. Minimum Project Experience – Provide on Attachment B-2.

7. Professional References – Provide on Attachment B-3 at least three (3) professional

references including contact information.

8. Failure to Complete - Applicant – Has the applicant ever failed to complete any work

awarded to it? This includes termination for the convenience of the Owner or any other

reason for failing to complete a project.

Yes___ No___

B-1(b)

ATTACHMENT B-1

(Cont'd)

B. POINT RATING ITEMS

1. Project Experience – Using a separate copy of Attachment B-2 for each project, provide

details of three (3) or more major renovation projects of similar size, nature, and scope to

the OMVHS completed within the last ten (10) years with each having a contract value

greater than $30 million dollars, at least one of which should be greater than $50M in value,

(1) one or more projects that included Historic Preservation and (1) or more projects that

included LEED Certification. Include the following data: project name, Owner,

architect/engineer and/or construction manager, completion date, description of each work

package performed by the applicant’s own forces, original and final contract value for each

work package (trade), total project cost, LEED Certification level achieved (if applicable),

and project delivery method.

2. Alternative Project Delivery Approach –Using a separate copy of Attachment B-2 for

each project, provide details of projects completed within the last 10 years using alternative

project delivery methods. Provide details of the alternative delivery method used; the

applicant’s level of participation in the design development, preparation of progressive

construction estimates, and value engineering reviews/recommendations; if the approach

included development of a GMP proposal using open-book pricing; if subcontractor pre-

qualification and work package bidding was administered by the applicant; if the applicant

was required to submit competitive bids for work packages the applicant intended to self-

perform; and any other additional information related to the applicant’s alternative project

delivery approach for the project.

3. Personnel Qualifications/Experience – Submit a copy of the applicant's corporate

organizational chart. Provide the total quantity of company employees as well as the quantity

of employees identified by discipline and project with names and titles down through field

superintendents. Provide proposed project organizational chart and attach resumes of key

personnel. Emphasize years of construction experience, last employer, last position, and

experience on similar projects. Proposed personnel should have historic preservation and/or

historic tax credit experience.

4. References – Reference information is addressed on Attachment B-2.

5. Financial Data

a. Submit the applicant’s most recent audited financial statements for a 3-year period.

Complete balance sheets and income statements must be included. The statements shall

be enclosed in a separate sealed envelope and included in the RFQ submission package.

Data provided for parent or child entities related to the applicant firm in lieu of the

applicant’s data shall not be reviewed and shall be considered incomplete.

b. Has the applicant, or any affiliate, ever been denied bonding or had bonding revoked?

Yes___ No___

If yes, provide details on a separate sheet for each instance.

B-1(a)

ATTACHMENT B-1

(Cont'd)

6. Safety Performance – On a separate sheet provide the following:

a. Experience Modification Rate (EMR) with 3-year and 5-year trends

b. Lost Time Incident Rate with 3-year and 5-year trends

c. Recordable Incident Rate with 3-year and 5-year trends

d. A list of OSHA citations levied during the past five (5) years. Describe the infractions

and indicate whether there was a warning or fine imposed and the dollar amount of

each.

e. Details from the applicant’s OSHA 300A log for the past five (5) years indicating:

• Number of lost workday cases

• Number of restricted workday cases

• Number of cases with medical attention only

• Number of fatalities

7. Environmental Performance – Have actions from a third party occurred on, or in

conjunction with, any project performed by the applicant, any affiliate, or their officers,

partners or directors in the last five (5) years related to the following:

a. Erosion and Sediment Control Permit Violations ..................................... Yes___ No___

b. Spills ............................................................................................................ Yes___ No___

c. Violation of Owner’s Discharge or Non-Discharge Permits ..................... Yes___ No___

d. 401/404 Permit Violation ............................................................................ Yes___ No___

If the answer to any of items a. through d. above is yes, provide details on a separate sheet

for each instance

8. Claims/Final Resolution/Judgments – Have any of the following actions occurred on, or

in conjunction with, any project performed by the applicant, any affiliate, or their officers,

partners or directors in the last five (5) years?

a. Legal Action Implemented by Applicant against Owner .......................... Yes___ No___

b. Legal Action Implemented by Applicant against Subcontractor .............. Yes___ No___

c. Legal Action Implemented by Owner ........................................................ Yes___ No___

d. Legal Action Implemented by Subcontractor ............................................ Yes___ No___

e. Settlement or Close Out Agreement in effect with Owner ........................ Yes___ No___

f. Judgments ................................................................................................... Yes___ No___

g. Arbitrations .................................................................................................. Yes___ No___

If the answer to any of items a. through g. above is yes, provide details on a separate sheet

for each instance.

B-2(a)

ATTACHMENT B-2

DETAILS OF PAST PROJECTS (Use a separate copy of this form for each project)

1. Applicant Name:

If applicant’s Name is not the same, state relationship (i.e. parent company, subsidiary, JV

etc.):

Project Manager:

Superintendent:

2. Project Name:

Facility Name:

Project Location:

Contract # Project #

3. Owner:

Address:

Contact Person:

Contact Title & Phone # ( ) ____________

4. Engineer:

Address:

Contact Person:

Contact Title & Phone # ( ) ____________

5. Construction Manager (if any):

Address:

Contact Person:

Contact Title & Phone # ( ) ____________

B-2(b)

ATTACHMENT B-2

(Cont'd)

6. Contract Dates (completion dates should reflect substantial completion)

Notice to Proceed:

Contractual Completion:

Actual Completion:

7. Description of Project:

(Include Project Delivery Method Used – Design, Bid, Build (DBB); Design – Build (DB),

Construction Manager At- Risk (CMAR), or other (describe)). Use additional attachment

if necessary.

8. Original Contract Value:

Final Contract Value: $___________________

Final Subcontract Value: $___________________

Total % of GC and OH&P: $___________________

Value of Change Orders: $___________________

Outstanding Claims (if any): $____________________

Owner Budget (if known): $____________________

Value of Tax Credits (if known) $____________________

9. Bonding Company:

Address:

Contact Person:

Contact Title & Phone #

10. Work Packages (Trade) Self-Performed (Use additional attachments if necessary):

a. Work Performed:

Work Package Contract Value: $

B-2(c)

ATTACHMENT B-2

(Cont'd)

b. Work Performed:

Work Package Contract Value: $

c. Work Performed:

Work Package Contract Value: $

d. Work Performed:

Work Package Contract Value: $

e. Work Performed:

Work Package Contract Value: $

11. List the five (5) largest subcontracts on this project.

a. Subcontractor Name:

Trade: ___________________________________ Subcontract Value:

Work Performed:

Address:

Contact Person:

Contact Title & Phone # ( ) ___________

B-2(d)

ATTACHMENT B-2

(Cont'd)

b. Subcontractor Name:

Trade :___________________________________ Subcontract Value:

Work Performed:

Address:

Contact Person:

Contact Title & Phone # ( ) ___________

c. Subcontractor Name:

Trade :___________________________________ Subcontract Value:

Work Performed:

Address:

Contact Person:

Contact Title & Phone # ( ) ___________

d. Subcontractor Name:

Trade: ___________________________________ Subcontract Value:

Work Performed:

Address:

Contact Person:

Contact Title & Phone # ( ) ___________

B-2(e)

ATTACHMENT B-2

(Cont'd)

e. Subcontractor Name:

Trade: ___________________________________ Subcontract Value:

Work Performed:

Address:

Contact Person:

Contact Title & Phone # ( ) ___________

B-3

ATTACHMENT B-3 PROFESSIONAL REFERENCES

1. Company Name:

Contact Person:

Contact Title & Phone # ( ) ___________

2. Company Name:

Contact Person:

Contact Title & Phone # ( ) ___________

3. Company Name:

Contact Person:

Contact Title & Phone # ( ) ___________

B-4

ATTACHMENT B-4

APPLICANT AFFIDAVIT

The undersigned hereby attests under penalty of perjury and by personal knowledge to the

following:

1. The contents of the RFQ submission (including all submitted attachments and other

documentation) are true, correct and not misleading.

2. To the best of my knowledge neither the applicant, nor its agents, affiliates, partners,

employees, officers, directors or other associates of any kind, have colluded with any

individual or entity on behalf of the applicant, or themselves, to produce an unfair

advantage over others or to gain favoritism in the award of any contract resulting from this

RFQ.

3. By responding to this RFQ and submitting the RFQ submission, the applicant agrees to

indemnify and hold harmless all parties to this RFQ, including, but not limited to, the

Owner and Engineer for any conceivable damages arising therefrom; and affirms that no

compensation is expected as a result of the preparation of said response.

Applicant Name:

Officer’s Signature:

Printed name and title:

Telephone No:

Affix Corporate Seal

Witnessed by:

Witness printed name and title:

Date Signed:

B-2(e)

Site Map