City of Savannah - BidNet


[PDF]City of Savannah - BidNetac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

6 downloads 294 Views 479KB Size

PURCHASING DEPARTMENT

City of Savannah

Request for Statements of Qualification for Design-Build Services for the Neighborhood Resource Center on Pennsylvania Avenue

RFSQ – Event No. 3350 Qualifications Due: July 14, 2015 at 1:30 p.m. (EST)

City of Savannah Purchasing Department 3rd floor, City Hall 2 East Bay Street P.O. Box 1027 Savannah, Georgia 31401

STATEMENT OF QUALIFICATIONS Request for Statements of Qualifications Event No. 3350 1. General Information A. Overview The City of Savannah is accepting statements of qualification from design-build teams to design and construct the Neighborhood Resource Center on Pennsylvania Avenue project. Design-build teams are invited to submit their responses to this request for statements of qualification (RFSQ) according to the requirements set forth in this document, including the format and content identified. The statements of qualification (SOQs) will be reviewed and evaluated. Following evaluation, the committee will establish a short-list of respondents to be considered for further evaluation. The short list of teams will be sent to all RFSQ respondents. Only the design-build teams who are selected for further consideration shall be allowed to submit proposals on this project. All responses must be submitted manually. Electronic responses will not be accepted. Successful respondents will demonstrate highly qualified abilities to accomplish the objectives of this RFSQ. Additionally, successful respondents will demonstrate a deep understanding of the project’s objective of building a high quality neighborhood resource center. The City is particularly interested in information related to the respondents’ successes with various design-build projects such as community centers, libraries, art/craft/ceramic studio, audiovisual classrooms, computer centers, café, fitness rooms, multi-purpose rooms, offices, etc., along with the team’s working relationships with the owner. The project shall be located on approximately 1.1 acres at the northwest corner of Pennsylvania Avenue and Elgin Street, to be operated by the City of Savannah. All statements of qualification are due in the Office of the Purchasing Department, 3rd floor, City Hall, 2 East Bay Street, Savannah, Georgia 31401 (P.O. Box 1027, 31402) no later than 1:30 p.m. (EST) on July 14, 2015. The names of the respondents will be read at the public opening shortly thereafter. All questions regarding this event must be received by July 6, 2015 at 5 p.m. (EST). Questions must be submitted in writing to Molly F. Huhn, Purchasing Director, at [email protected]. The answers to all questions received will be published on the City’s website in addenda issued by the Purchasing Department. Companies must

RFSQ Event # 3350 – Page 2

STATEMENT OF QUALIFICATIONS acknowledge all addenda issued in conjunction with this event in order for their responses to be considered. In no event will the City be liable for any costs incurred by any respondent or any other party in developing or submitting a SOQ. The project is to be designed and constructed in two phases using the progressive design-build delivery method: 

Phase One: Prepare design to 90 % complete and a guaranteed maximum price (GMP) proposal. This includes all preconstruction services necessary to obtain the 90% design.



Phase Two: Complete design, construction and post-construction tasks, if the GMP is approved by the City in Phase One.

At completion of the evaluation process, the City intends to issue a request for proposals (RFP) to the short-listed respondents for evaluation and award of the progressive design-build contract. B. Tasks The primary objective of the work to be performed by the design-build team is to ensure that the design and construction meet scope and quality requirements and are accomplished on time and within budget. The City’s objectives for delivery of the project are as follows: 

Quality: Provide a high quality neighborhood resource center that will become a cornerstone for economic development in the neighborhood and compliment the Savannah Gardens development.



Cost: Minimize operation, maintenance, and utility costs.



Schedule: Achieve the scheduled completion date for design, construction and closeout of the project.



Risk Assessment and Management: Achieve an optimal balance of risk allocation between the City and the design-builder by assessing and managing risk during all phases of the project to ensure, to the best extent possible, that potential impacts to budget, quality and schedule are mitigated.

RFSQ Event # 3350 – Page 3

STATEMENT OF QUALIFICATIONS 

Safety: This building will be used by all age groups. The design will need to incorporate appropriate safety features in order to minimize accidents inside of the center.

By selecting the progressive design-build delivery method for the project, the City is committed to working in close collaboration with the design-builder during Phase One to develop the project’s design to achieve the project objectives and to obtain a mutuallyagreeable GMP price for delivery of the project. The design-build team should assume that they will be working with a program manager and City staff as part of this project. The City will use an independent cost estimator (ICE) to verify costs throughout the project. 1. General Scope of Required Services The design-builder will provide services in two distinct phases. Phase One services generally consist of preliminary engineering, geotechnical investigations and design development, as well as preparation of a proposed price and schedule in close collaboration with the City and its ICE (Independent Cost Estimator). The proposed price and schedule includes the project’s design (developed to the Owner’s required level of completion), a GMP, project schedule, and supporting documentation, such as detailed open-book costing for the GMP. Phase Two services generally encompass completing the project’s design, construction, and performance testing. Permitting activities are included in each phase. Phase One services: 

Develop the project execution plan, including project schedule.



Project Design: The design-build team will be responsible for developing the plans and specifications for this project. This includes providing design management throughout the design. Design will also include surveying, geotechnical, and Building Information Modeling (BIM) services. This includes any value-engineering activities in conjunction with the Owner.



Prepare a project cost model and provide detailed cost estimates as the design and design alternatives advance.



Secure necessary permits for the entire project. Permitting requirements include, but are not limited to, building permits, zoning approvals including the RFSQ Event # 3350 – Page 4

STATEMENT OF QUALIFICATIONS Zoning Board of Appeals, MPC approvals, site permits, and any federal or state permits that are needed. 

Submit and negotiate a GMP to complete the Phase Two services.

Phase Two services: 

Complete the final design.



Procure equipment and subcontractors.



Provide all construction services that will result in a complete project.



Provide project construction management during the construction phase. This includes all documentation needed during construction.



Provide field inspection services, which include providing a quality assurance/quality control (QA/QC) person during the construction phase. This includes field inspection services for both the building and the site.



Provide warranty coverage.



Provide project close-out services. Close-out includes any operations and maintenance training that may be needed, producing O&M manuals, and production of as-builts including mylars. This includes submitting all close out documents required in the site permit.



Finalize and secure any permitting as required.

2. Responsibilities City: The City will cooperate with the design-builder and will fulfill its responsibilities in a timely manner to facilitate the design-builder’s timely and efficient performance of services. Owner responsibilities include: 

Review submissions and provide comments to design-builder.



Provide adequate funding.



Provide access to the project site. RFSQ Event # 3350 – Page 5

STATEMENT OF QUALIFICATIONS Design-Builder: The design-builder will cooperate with the Owner and will provide in a timely manner the Phase One and Phase Two services necessary to complete the project scope specified in this RSFQ. Design-builder responsibilities include:  

Prepare design and construction documents. Manage the overall project to ensure delivery within the established schedule and cost parameters and in compliance with quality assurance requirements including all applicable codes; provide timely project/professional service communications; develop and implement appropriate recovery strategies when project objectives are at risk. Implement quality-management procedures.



Provide timely written reports to City staff and other interested stakeholders when requested.



Participate in community involvement in all phases of the project’s life cycle and assist in the communication of other pertinent information to interested entities, groups and the general public.



Ensure that the design and construction stay on time and within budget.



Manage the process of compliance with all applicable regulatory requirements, permitting, and necessary approvals.



Manage the submittal of all required documents for approval by Federal, State, City, and other local agencies.



Validate cost estimates and provide value engineering and constructability reviews throughout the design of projects to ensure compliance with project budget and schedule. A cost estimate will be required at the 30% and 60% design submittals. Provide a guaranteed maximum price for construction when the project reaches 90% design.



Perform document quality assurance and quality control.



Develop and implement an effective Minority and Women-Owned Business Enterprise (M/WBE) compliance plan. Integrate local, minority, and women-owned business participation outreach into procurement plans. At the 60% design, the contractor will be required to submit for the M/WBE goals for construction. This cost estimate will need to include the City’s National Institute of Governmental Purchasing (NIGP) codes.



Comply with the City’s Workforce Development Program. RFSQ Event # 3350 – Page 6

STATEMENT OF QUALIFICATIONS 

Provide a competitive bidding process for the procurement of construction. A submittal of all subcontractor bids will be required. Selfperformance of work will be allowed, however, the contractor will still need to show a bid for this work.



Schedule and conduct the kickoff, plan review, pre-construction owner, and toolbox meetings. Provide minutes to all applicable parties. Include all meeting minutes in pay request.



Attend the City’s Building Plan Review (BPR) and Site Plan Review (SPR) meeting before submitting plans for the building and site permits.



Provide project construction management services including the following: Conduct regular jobsite meetings, oversee quality assurance testing and inspection programs, monitor contractor and subcontractor work for deficiencies, maintain copy of all contract documents, change orders and other documentation, oversee contractor and subcontractor safety program. Supervise subcontractors and design-builder personnel.



Manage the submittal process during construction. This includes ensuring that RFIs, shop drawings, catalog cuts, product samples, etc. are processed in a timely manner. Management of this process also includes maintaining an up to date submittal log and an up to date RFI log.



Report potential budget and schedule variances, prepare recovery plans, and oversee implementation of recovery plans to achieve on-time project completion.



Ensure that all contract drawings, terms, and conditions are adhered to during the construction phase.



Coordinate all required material testing, including all special inspections, with the City’s testing firm. Provide quality control testing on all equipment incorporated in the work. Maintain an up-to-date log with reports of all special inspections performed.



Provide and adhere to the contractor’s safety plan and along with providing adequate site security. The contractor is required to provide and maintain site security.



Maintain a daily project diary of all the details of the work, equipment and labor on site. Provide a copy of the daily reports with the pay requests.

RFSQ Event # 3350 – Page 7

STATEMENT OF QUALIFICATIONS 

Ensure the project stays in compliance with all applicable erosion and sedimentation laws. This includes performing all required erosion control inspections on time and maintaining the inspection reports on file at the job site.



Schedule all required building, trade, and site inspections with the Development Services Department. This includes obtaining the Certificate of Occupancy (CO).



Administer post construction close-out, start-up, and transition to operation including ensuring receipt of all operations and maintenance manuals and as-built drawings. Assist in training City personnel on equipment as applicable.



Maintain all required bonding and insurance requirements throughout the duration of the project.



Contractors and sub-contractors will be required to pay fair wage as specified in bid documents. Contractor shall provide corporate policies regarding wages paid to employees. At a minimum, the City of Savannah requires wages based on Davis-Bacon wage decisions issued per project. The contractor shall provide detail of benefits packages offered to employees. In lieu of benefits, the contractor may offer an additional percentage added to the hourly rate as a bonus.



Provide photo documentation during construction that will adequately show all work which has transpired during each day.

3. Selection A. The design-build team must have working knowledge of the design-build process. Each responsive SOQ will be reviewed to determine whether it meets the minimum qualification 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 minimum qualification requirements may be rejected. Minimum qualifications are as follows: 

Material adverse condition. The design-builder must not be subject to a material adverse condition, such as pending litigation, insufficient RFSQ Event # 3350 – Page 8

STATEMENT OF QUALIFICATIONS liquidity, weak operating net income or cash flow, or excessive leverage, that gives rise to reasonable doubt concerning its ability to continue to operate as an ongoing concern, to provide performance bonds or insurance, or to maintain sufficient financial strength to undertake and successfully complete the project and to mitigate/absorb project risks. 

Licensing and registration. The design-builder and each firm must be licensed in State of Georgia for the type of work to be performed. The designer must include in responsible charge an engineer registered in State of Georgia, and each architect must be registered in State of Georgia.



Design experience. The design team must have comprehensive design experience (building construction/site development) with three (3) projects of a similar nature within the past seven (7) years. Of these projects, a minimum of one project with a total construction cost over $6 million and a minimum of one project with a building size exceeding 22,000 square feet must be included. Similar types of projects include community centers, libraries, art/craft/ceramic studio, audiovisual classrooms, computer centers, café, fitness rooms, multi-purpose rooms, and offices.



Construction experience. The general contractor’s office or group that will perform the work must have comprehensive construction experience (building construction/site development) with two (2) projects of a similar nature within the past seven (7) years. Of these projects, a minimum of one project with a total construction cost over $6 million and a minimum of one project with a building size exceeding 22,000 square feet must be included. Similar types of projects include community centers, libraries, art/craft/ceramic studio, audiovisual classrooms, computer centers, café, fitness rooms, multi-purpose rooms, and offices.



Design-build experience. Within the past seven (7) years, the designbuilder must have successfully completed at least three (2) design build projects for municipal clients in the United States. Similar types of projects include community centers, libraries, art/craft/ceramic studies, audiovisual classrooms, computer centers, café, fitness rooms, multipurpose rooms, and offices. RFSQ Event # 3350 – Page 9

STATEMENT OF QUALIFICATIONS



Safety record. The builder must have achieved an experience modification rate (EMR) of not greater than 1.0 for the current and past two years.



Payment and Performance Bond: Ability to obtain performance and payment bonds for this project as set forth in parts 4.8 and 4.9.



MWBE Compliance Plan: Approval of the design-builder’s compliance plan.

B. Comparative Evaluation Criteria The selection committee will evaluate and rank the responsive SOQs that satisfy the minimum qualification requirements by applying the weighted comparative evaluation criteria set forth below. Financial condition is evaluated on a pass/fail basis as part of the Minimum Qualification Requirements. 

Experience and capabilities o Design-Builder/other firms o Key Personnel  Organization, management, and safety

[40%] [40%] [20%]

C. Statements of Qualification - The City will pre-select firms prior to accepting sealed proposals. Only those firms who are selected for further consideration shall be allowed to submit proposals on this project. The award of the contract will subsequently be made to the most qualified proposer. The City reserves the right to conduct interviews and/or further investigation as the City deems necessary prior to pre-selection. D. The information herein will be used to determine if a firm is selected for further consideration for the specific project. The City will review all submittals and determine the selection status of all respondents. A list of firms selected for further consideration will be prepared and posted at the completion of this review and sent to all RFSQ respondents. E. To be considered, each firm must submit the following information by the indicated deadline. Additional pages may be attached as needed, but responses RFSQ Event # 3350 – Page 10

STATEMENT OF QUALIFICATIONS shall be in the order as listed in the request and numbered accordingly. The submittal must be signed by a corporate officer or principal. Each respondent shall submit one (1) unbound printed and signed original, five (5) printed copies, and one (1) electronic copy. “Statement of Qualifications” should be clearly written on the outside of the envelope, along with the project name, company name, and event number. F. Incomplete and/or noncompliance with submittal instructions will eliminate proposals from further consideration. G. Obligation to Keep Project Team Intact: Respondents 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. If extraordinary circumstances require a change, it must be submitted in writing to the Owner Contact, who, at his or her sole discretion, will determine whether to authorize a change, recognizing that certain circumstances (such as termination of employment) may occur that are beyond the design-builder’s control. Unauthorized changes to the project team at any time during the procurement process may result in elimination of the respondent from further consideration. H. Rights of the Owner: In connection with this procurement process, including the receipt and evaluation of SOQs and development of the short list, the City 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:  Cancel, withdraw, postpone, or extend this RFSQ, in whole or in part, at any time, without incurring any obligations or liabilities  Modify the procurement schedule  Waive deficiencies, informalities, and irregularities in an SOQ and accept and review a non-conforming SOQ  Suspend and terminate the procurement process or terminate evaluations of SOQs received  Permit corrections to data submitted with any SOQ  Hold meetings and interviews, and conduct discussions and correspondence, with one or more of the respondents to seek an improved understanding of any information contained in any SOQ  Seek or obtain, from any source, data that has the potential to improve the understanding and evaluation of the SOQs RFSQ Event # 3350 – Page 11

STATEMENT OF QUALIFICATIONS  





Seek clarification from any respondent to fully understand information provided in the SOQ and to help evaluate and rank the respondents Reject any SOQ containing exceptions, additions, qualifications, or conditions not called for in the RFSQ or otherwise not acceptable to the Owner Conduct an independent investigation of any information, including prior experience, identified in any SOQ by contacting project references, accessing public information, contacting independent parties, or any other means Request additional information from a respondent during the evaluation of the SOQ

RFSQ Event # 3350 – Page 12

STATEMENT OF QUALIFICATIONS General Contractor: 4.1

Information regarding the business entity and principals: Firm name: Address: Phone: Fax: Year firm was established:

Specify type of ownership:

Name of two (2) principals to contact: Principal 1: Name & title: Phone number: Email address: Principal 2:

4.2

Name & title: Phone number: Email address:

Georgia Licensed Contractors information Note: A Georgia General Contractors License must be held by the firm seeking selection. If the firm seeking selection does not have a Georgia Utility Contractors license for utility work, then the firm must have a Georgia General Contractors License and the Georgia Utility Contractors license must be held by a subcontractor performing the utility work. Please identify this information as such: Type: Type: Type:

License #: License #: License #:

Year Issued: Year Issued: Year Issued:

4.3

Total dollar value of all projects successfully completed over the past 5 (five) years: $_____________

4.4

Number of persons currently employed: Management: Technical:

Clerical: Skilled labor:

Total: Professional: Common labor:

4.5

Complete Table 4.5, listing projects currently under construction and under contract with the office or group that will perform the proposed work. Provide all information requested in the table.

4.6

Attach evidence of financial ability to complete the project. Evidence may include Standards RFSQ Event # 3350 – Page 13

STATEMENT OF QUALIFICATIONS and Poor's rating, credit ratings and information, or other financial information. 4.7

Attach evidence of insurability for a project of this type. Include current certificate of insurance including worker’s compensation coverage.

4.8

Attach evidence of a bonding capacity of $___7,000,000.00__ or more.

4.9

Discuss the company’s maximum amount of bonding capacity and its ability to obtain performance and payment bonds for this project. Provide documentation of available bonding limit versus work under contract, not completed totals. Documentation should explicitly demonstrate remaining, unused aggregate bonding capacity of at least $_7,000,000.00___ over its existing project life. Projects in punch list stage shall not be considered complete:

4.10

Complete Table 4.10, listing projects completed by the proposed project manager(s). Please limit number of proposed superintendents to two (2) and the number of projects per project manager to five (5). The project manager must be an employee of the respondent, and cannot serve as the QA/QC manager or superintendent. Include a resume or list of qualifications for each proposed superintendent.

4.11

Complete Table 4.11, listing projects completed by the proposed superintendent(s). Please limit number of proposed superintendents to two (2) and the number of projects per superintendent to five (5). The superintendent must be an employee of the respondent, and cannot serve as the QA/QC manager or project manager. Include a resume or list of qualifications for each proposed superintendent.

4.12

As a condition of contracts for large or complex projects, the contractor will employ a fulltime QA/QC manager assigned to the project. Complete Table 4.12, listing projects completed under the review of the proposed QA/QC manager(s). Please limit number of proposed managers to two (2) and the number of projects per manager to five (5). The QA/QC manager must be an employee of the respondent, and cannot serve as the project superintendent or project manager. Include a resume or list of qualifications for each proposed manager. A QA/QC MANAGER WILL BE REQUIRED FOR THIS PROJECT.

4.13

Complete Table 4.13, listing similar projects completed as the general contractor by the office or group that will perform the proposed work. Provide all information requested in

RFSQ Event # 3350 – Page 14

STATEMENT OF QUALIFICATIONS the table. Related experience must be in construction of projects that include the following items: 

Comprehensive construction experience (building construction/site development) on two (2) projects of a similar nature within the past seven (7) years, of a similar scope and scale, with a minimum of one with a total construction cost over $6 million and a minimum of one with a building size exceeding 22,000 square feet.

4.14

Disclose any claims between the contractor and an owner within the preceding five (5) years that were filed in court or resulted in arbitration.

4.15

Disclose any refusals by an insurer to renew an insurance policy issued to the contractor within the preceding five (5) years:

4.16

Disclose any claims between the contractor and any owner or subcontractor that remain outstanding at the time of this response to this RFSQ:

4.17

Disclose information on any projects, including details of any instances within the past five (5) years where a surety company has "completed a project" or "paid for completion" because of a default termination of a construction contract:

4.18

Disclose any nonpayment issues with subcontractors, suppliers or equipment companies:

4.19

Disclose any current litigation:

RFSQ Event # 3350 – Page 15

STATEMENT OF QUALIFICATIONS 4.20

Demonstrate a consistent ability to meet bid prices with a minimum of construction related change orders by completing the columns labeled “Bid Value ($)”, “Final (or Current) Contract Value ($)”, and “No. of Change Orders” included in Tables 4.5., 4.10., 4.11., and 4.12.

4.21

Attach all contractor initiated change orders for the projects referenced in Table 4.13.

4.22

Demonstrate an industry standard safety record. Provide NCCI (or other official rating bureau) experience modification rating for the last three (3) years:

Attach company safety training policies, including mandatory employee training requirements, additional safety training, and frequency of safety training. 4.23

Contractors and sub-contractors will be required to pay fair wage as specified in bid documents. Contractor shall provide corporate policies regarding wages paid to employees. At a minimum, the City of Savannah requires wages based on Davis-Bacon wage decisions issued per project. The contractor shall provide detail of benefits packages offered to employees. In lieu of benefits, the contractor may offer an additional percentage added to the hourly rate as a bonus.

4.24

Describe your firm’s Minority and Women-Owned Business Enterprise Compliance Plan by completing Table 4.24. A project specific goal for utilization of Minority/Women Owned Business Enterprises (M/WBEs) as suppliers and/or sub-contractors will be established for this project and set forth in the RFSQ. The Consultant shall submit a M/WBE Compliance Plan to demonstrate their corporate policy regarding M/WBEs and their recent history involving achievement of M/WBE utilization goals. Attach a separate sheet detailing your compliance plan and the methodology you propose to achieve the specified utilization goal.

4.25

List any current project listed as completed, but not accepted, i.e. – in the punch list stage (Complete Table 4.25).

Design Consultant: 4.26

Information regarding the business entity and principals: Firm name: Address: Phone: Fax: Email:

RFSQ Event # 3350 – Page 16

STATEMENT OF QUALIFICATIONS Year firm was established:

Specify type of ownership:

4.27

Name of principal(s):

4.28

Education of the principal(s):

4.29

Relevant experience of the principal(s) with the submitting firm:

4.30

Please provide the current and past five-year average number of staff employed in the consultants offices where principal staff for the proposed project is located. Please count each staff member in only one category (1-5). Current

5 Year Average

Architects

_______

________

Engineers

_______

________

Drafting technicians

_______

________

Clerical

_______

________

Other

_______

________

4.31

How long has your firm been engaged in the architect/engineering profession?

4.32

List job titles and qualification of all associates who will be working on this project:

4.33

Describe any outstanding characteristics of the organization and any other qualifications which especially qualify you as consultants or enable your organization to render distinctive service. List any professional awards (for similar projects) which have been made to your firm or to members of your firm who will participate in the proposed project:

4.34

4.35

If your firm has found it necessary to enter into litigation with an owner or contractor, please indicate the case or cases, the reason for, and the results of the litigation.

4.36

What are the limit of your Errors and Omissions Insurance? What is the deductible?

4.37

Provide information and documentation of Georgia Professional License(s) including types, numbers and dates of issuance for each member of the design team (consultants and subconsultants).

4.38

Please complete the attached chart of similar projects, Table 4.38, which have been completed during the past five (7) years, giving date of contract, name of project, location of project, describe scope of work, name of Owner’s contact and phone number, and size of RFSQ Event # 3350 – Page 17

STATEMENT OF QUALIFICATIONS project. Provide construction estimate of each project and final cost. Related experience must be in projects that include the following items:  Comprehensive design experience (building construction/site development) on three (2) projects of a similar nature within the past seven (7) years, of a similar scope and scale, with a minimum of one with a total construction cost over $6 million and a minimum of one with a building size exceeding 22,000 square feet. 4.39

Please complete a chart for all anticipated sub-consultants to be used, illustrating the division of work and roles and responsibilities each would have for this project. (Signed)____________________________________ Firm__________________________________________

Design-Build Experience 4.40

Please complete the attached chart of similar projects, Table 4.40, which have been completed during the past seven (7) years, giving date of contract, name of project, location of project, describe scope of work, name of Owner’s contact and phone number, and size of project. Provide construction estimate of each project and final cost. Related experience must be in projects that include the following items: 

Within the past seven (7) years, the Design-Builder team must have successfully completed at least two (2) design build projects for municipal clients in the United States of similar type.

RFSQ Event # 3350 – Page 18

STATEMENT OF QUALIFICATIONS

CONTRACTOR: SUBMITTED BY: Signature of Corporate Officer or Principal NAME & TITLE (PRINT): ADDRESS: CITY/STATE:

ZIP:

TELEPHONE: ( ) AREA CODE

FAX: ( ) AREA CODE

FEDERAL TAX IDENTIFICATION NUMBER:

Confirm receipt of addenda issued in conjunction with this RFSQ: Addenda # Date(s)

_________________ _________________

INDICATE MINORITY OWNERSHIP STATUS OF BIDDER (FOR STATISTICAL PURPOSES ONLY). CHECK ONE: ______ NON-MINORITY OWNED ______ AFRICAN AMERICAN ______ HISPANIC ______ WOMAN

______ ASIAN AMERICAN ______ AMERICAN INDIAN ______ OTHER MINORITY

RFSQ Event # 3350 – Page 19

STATEMENT OF QUALIFICATIONS TABLE 4.5. - CURRENT PROJECTS: PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

CURRENT CONTRACT VALUE ($)

RFSQ Event # 3350 – Page 20

NO. OF CHANGE ORDERS

SCHEDULED COMPLETION DATE

M/WBE GOAL

STATEMENT OF QUALIFICATIONS TABLE 4.10. - PROPOSED PROJECT MANAGER NAME: ADDRESS:

SELECTED PROJECT EXAMPLES FOR PROJECT MANAGER: PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

RFSQ Event # 3350 – Page 21

FINAL CONTRACT VALUE ($)

NO. OF CHANGE ORDERS

COMPLETION DATES PROJECTED / ACTUAL

STATEMENT OF QUALIFICATIONS TABLE 4.11. - PROPOSED SUPERINTENDENT NAME: ADDRESS:

SELECTED PROJECT EXAMPLES FOR SUPERINTENDENT: PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

RFSQ Event # 3350 – Page 22

FINAL CONTRACT VALUE ($)

NO. OF CHANGE ORDERS

COMPLETION DATES PROJECTED / ACTUAL

STATEMENT OF QUALIFICATIONS Table 4.12. - PROPOSED QUALITY CONTROL PERSONNEL NAME: ADDRESS:

SELECTED PROJECT EXAMPLES FOR QUALITY CONTROL PERSONNEL PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

FINAL CONTRACT VALUE ($)

RFSQ Event # 3350 – Page 23

NO. OF CHANGE ORDERS

NO. OF ACCIDENTS

COMPLETION DATES PROJECTED / ACTUAL

STATEMENT OF QUALIFICATIONS Table 4.13. - SELECTED PROJECT EXAMPLES - SIMILAR PROJECTS – CONSTRUCTION TEAM PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

FINAL CONTRACT VALUE ($)

RFSQ Event # 3350 – Page 24

NO. OF CHANGE ORDERS

COMPLETION DATES PROJECTED / ACTUAL

M/WBE GOAL

M/WBE ACTUAL

STATEMENT OF QUALIFICATIONS TABLE 4.24. - MINORITY AND WOMEN-OWNED BUSINESS COMPLIANCE PLAN The Contractor shall submit a Minority and Woman-Owned Business Enterprise (M/WBE) Compliance Plan to demonstrate their corporate policy regarding M/WBE’s, their recent history involving achievement of M/WBE utilization goals, and the compliance plan and methodology proposed to achieve the specified utilization goal. Please respond to the following questions in order to comply with this request. 1.

State your corporate policy regarding M/WBE participation.

2.

List your recent history involving achievement of M/WBE in the table below.

Name of past projects involving M/WBE’s.

3.

M/WBE Goal of Project

% of M/WBE Goal Met

Detail the proposed methodology to achieve the specified M/WBE goal for this project in the space provided below. Please be concise in explaining the step-by-step process you will follow to obtain participation by M/WBE’s

1. 2. 3. 4. 5. 6.

RFSQ Event # 3350 – Page 25

STATEMENT OF QUALIFICATIONS Table 4.25. – CURRENT PROJECTS COMPLETED BUT NOT ACCEPTED (PUNCH-OUT)

PROJECT NAME

CONTRACT DOLLAR VALUE

DATE OF PUNCH LIST INSPECTION

CALENDAR DAYS ON PUNCH LIST

EXPECTED DATE OF PUNCH LIST COMPLETION

RFSQ Event # 3350 – Page 26

COMMENTS

STATEMENT OF QUALIFICATIONS

Table 4.38. - SELECTED PROJECT EXAMPLES - SIMILAR PROJECTS – DESIGN TEAM PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

FINAL CONTRACT VALUE ($)

RFSQ Event # 3350 – Page 27

NO. OF CHANGE ORDERS

COMPLETION DATES PROJECTED / ACTUAL

M/WBE GOAL

M/WBE ACTUAL

STATEMENT OF QUALIFICATIONS Table 4.40. - SELECTED PROJECT EXAMPLES - SIMILAR PROJECTS – DESIGN BUILD

PROJECT NAME

OWNER NAME AND CONTACT NAME / NUMBER

LOCATION AND GENERAL DESCRIPTION OF PROJECT

BID VALUE ($)

FINAL CONTRACT VALUE ($)

RFSQ Event # 3350 – Page 28

NO. OF CHANGE ORDERS

COMPLETION DATES PROJECTED / ACTUAL

M/WBE GOAL

M/WBE ACTUAL