REQUEST FOR QUALIFICATIONS FOR Architectural


REQUEST FOR QUALIFICATIONS FOR Architectural...

3 downloads 193 Views 650KB Size

Whatcom Transportation Authority

REQUEST FOR QUALIFICATIONS FOR Architectural & Engineering Consultant Services #2014 - 700 RELEASE DATE: August 11, 2014 RESPONSE DUE DATE AND TIME: September 15, 2014 at 12:00PM Whatcom Transportation Authority 4111 Bakerview Spur Road Bellingham, WA 98226 Phone (360) 676-6843 Fax (360) 527-4868

A&E Consultant Service RFQ #2014-700

Contents

Part 1 – General Information ............................................................................................................................ 3 Part 2 - Submission Guidelines ........................................................................................................................ 4 Part 3 – Evaluation Process............................................................................................................................... 7 Part 4 – Technical Specifications/Scope of Work ..................................................................................... 9 Part 5 – Contract Details.................................................................................................................................. 10 Part 6 – Protest Procedures ........................................................................................................................... 11 Part 7 – Public Disclosure Law ..................................................................................................................... 13 Part 8 – Debarment, Compliance, Conflict of Interest.......................................................................... 14 Part 9 – Appendix ............................................................................................................................................... 15 Appendix A: General Contract Terms and Conditions .................................................................... 15 Part 10 – Exhibits ............................................................................................................................................... 19 Exhibit A: Firm’s Checklist ......................................................................................................................... 19 Exhibit B: Submission Form ...................................................................................................................... 20 Exhibit C: Vendor Information & References ..................................................................................... 21

Page 2 of 22

A&E Consultant Service RFQ #2014-700

Part 1 – General Information Whatcom Transportation Authority (WTA) provides fixed route, paratransit, and vanpool service throughout Whatcom County. WTA is a municipal corporation formed in 1983. The transit revenue fleet consists of 60 fixed route buses, 38 paratransit vehicles, and 39 vanpools. WTA employs 220 employees. Additional information about WTA can be found at www.ridewta.com. WTA seeks to establish a requirements-based, task order driven contract with one responsible Architecture and Engineering (A&E) consulting team for various projects. The contract term will be for 1 year with options to renew at WTA’s discretion.

Page 3 of 22

A&E Consultant Service RFQ #2014-700

Part 2 - Submission Guidelines 2.1

PROCUREMENT SCHEDULE

Activity Date - 2014 Procurement Request Released August 11 Submissions Due* September 15 at 12:00 PM Finalist Interviews** September 29-October 3 Notice of Intent to Award October 7 Estimated Award Date October 16 Contract Start Date November 1 *WTA will reject submissions received after this date. **WTA reserves the right to award a contract(s) without conducting interviews. WTA reserves the right to modify the Procurement Schedule through written addenda. 2.2

CONTACT WITH WTA

Until the contract is awarded, all inquiries or contact of any kind must be directed to: Magan Waltari, Purchasing & Contracts Coordinator 4111 Bakerview Spur Bellingham, WA 98226 360.527.4874 [email protected] Communications with any other WTA employee or agent before the contract is awarded is prohibited. Doing so may be cause for disqualification by WTA. 2.3

MINIMUM QUALIFICATIONS

A Firm must meet the following minimum qualifications: 1. 2. 3. 4. 2.4

Experience providing A&E services to public transportation entities. Possess necessary professional certifications to perform scope of work. At least 5 years relevant experience. Must have business insurance, including professional liability. SUBMISSION REQUIREMENTS

The submission must be clear and concise, and provide detailed information about the firm’s qualifications and ability to perform the required services. Electronic submissions are preferred and will not be viewed until the due date. It is the submitter’s responsibility to verify that WTA has received the document. Binders and bindings are discouraged if hard copies are submitted.

Page 4 of 22

A&E Consultant Service RFQ #2014-700

Mark the submission as “Sealed Qualifications RFQ #2014 - 700”. WTA will not be responsible for premature opening of submissions not appropriately addressed or identified. Late submissions will not be considered. Submissions become the property of the WTA. Pages must be numbered, and sections clearly outlined. Any confidential or proprietary information should be submitted separately and clearly marked as “Proprietary” or “Confidential.” Submissions may be withdrawn any time prior to the solicitation closing. Once the opening date has passed, submissions may not be revised unless specifically requested by WTA. WTA is not responsible for any costs incurred in preparing a response to this request including travel costs for in person interviews. 2.5

SUBMISSION CONTENTS

The submission must address the following areas in this order within 20 pages maximum. Failure to follow this guideline and page requirement will make the submission nonresponsive and it will not be considered. 1. Firm Information: A. Provide name of firm and the firm’s principal place of business, number of years in business, size of firm, and the name, email address, and telephone number of the contact person. B. Provide a brief history and description of your firm. Include general information regarding organizational structure, size, capabilities, and the firm’s qualifications and experience in executing similar scopes of work. C. Provide a description of your firm’s approach to architectural and engineering projects D. A description of your experience in working with public transportation entities regulated by State and/or Federal laws. 2. Qualifications of Staff Assigned to this Project: A. Staff names and position within the firm. B. Include resumes for key personnel providing services. Resumes should include  Number of years employed by the responding firm  Education  Current assignments/projects  Professional registration  Total professional experience in years  Professional affiliations and publications

Page 5 of 22

A&E Consultant Service RFQ #2014-700

 Summary of COMPARABLE experience in the past 10 years C. Identify the roles and tasks these personnel will perform. 3. Provide a brief history for each proposed subcontractor. Include the same information outlined in item 1 above. 4. Describe your resource availability and coverage to provide uninterrupted support and progress. 5. Client References Provide reference information for at least 5 completed commercial projects. Use the format on Exhibit C in this RFQ. 6. Acknowledgement of insurance requirements in Appendix A #23. Failure to provide any of the above items will make the submission non-responsive and the submission will be rejected. A letter of transmittal is also to be included. It must:  Identify the firm(s) involved in the response and their relationships  Location of firm(s)  Statement indicating that the submission is valid for 90 days 2.6

ADDENDA

Addenda will be issued to all proposal holders should questions or clarifications be deemed significant enough to affect received proposals. It is the submitters’ responsibility to ensure that it is in receipt of all issued addenda prior to the submission deadline. Addenda must be acknowledged on Exhibit B. Addenda is uploaded to each WEBS solicitation, sent to proposers who have requested an RFQ from the procurement office, and posted as a notification on the WTA website. Submissions not acknowledging addenda will be considered not responsive and not reviewed.

Page 6 of 22

Part 3 – Evaluation Process 3.1

EVALUATION CRITERIA

Submissions shall be evaluated as follows and ranked highest score to lowest. Top scoring firms may be invited to phone or in-person interviews for additional evaluation. The final selection will be the firm which, in the opinion of WTA, best meets its requirements and serves the agency’s best interest. Criteria Qualifications of Staff Working knowledge of Permitting Processes Including FTA Past Performance Qualifications of Subconsulting Team Familiarity with Transit or similar

Total Possible Points 20 20 20 20 20

WTA reserves the right to award a contract without an interview. In addition to the above, WTA will evaluate firms on their responsibility. This includes (but is not limited to) obtaining copies of business licenses and professional licenses and certificates, verifying DBE/MWBE status, and checking debarment lists. At its discretion, WTA may also request audited financial statements, quarterly reports and D&B reports. 3.2

GENERAL SUBMISSION CONDITIONS

WTA reserves the right to:       

Accept or reject any or all submittals and their firms Reject any or all submittals until a contract is signed Reject this RFQ and issue a new one for any reason Waive deviations from the requirements Waive any informality or minor irregularity in submissions received Issue changes in the form of a written addenda Request additional information to fully evaluate a submission

A submission will be rejected when:       

It is not received by the deadline stated in this RFQ The submission is not in the format as required by 2.4 above The firm fails to meet the minimum requirements listed in 2.3 above The submission form is not signed The submission exceeds 20 pages Firm information or references are incomplete Any other reason determined to be in the best interest of the WTA

A&E Consultant Service RFQ #2014-700



The submission does not meet required terms and conditions

Submissions will not be public information until after award. The submittal shall be valid for a period of 90 days. 3.3

NEGOTIATIONS

WTA will select the firms, in order, most closely matching WTA’s need. Negotiations will begin with the highest ranked responsible firm. If WTA is unable to negotiate a contract that it considers fair and reasonable, it will inform the respondent, stop negotiations and begin negotiations with the second highest ranked responsible firm. Ending negotiations with one firm will not prevent WTA from beginning new negotiations with another firm provided negotiations are not pending with another firm. WTA intends to negotiate and execute a contract with the highest ranked responsible firm providing the best value to the agency within 30 days of selection. Should negotiations not be completed within 60 days, WTA reserves the right to terminate the negotiations and move to the next highest ranked firm unless both parties have agreed to extend negotiation time lines. 3.4

NOTICE OF INTENT TO AWARD

Upon successful negotiations, the WTA will issue a Notice of Intent to Award. The Notice of Intent in no way constitutes a promise to award, rather it is the agency’s first step in recommending a contract to its Board of Directors. The WTA reserves the right to reconsider a contract recommendation after the issuance of a Notice of Intent but before the Board of Directors meeting. Firms are permitted to request a debriefing from the Purchasing and Contracts Coordinator after the intent is issued.

Page 8 of 22

A&E Consultant Service RFQ #2014-700

Part 4 – Technical Specifications/Scope of Work WTA is currently seeking a firm to provide consulting services relating to architecture and engineering. This project will involve assisting WTA in capital improvement planning and executing. The selected firm will also be involved in project scoping, budgeting, designing and executing future capital projects. WTA is implementing a strategic plan to lead the organization in fulfilling the community’s future public transportation needs. We require a professional team to help scope the facilities required to meet these needs from concept to construction. This will be a multiyear process and will involve several projects driven through task orders. Engineering tasks may include the following disciplines:            

Civil Architectural Structural Mechanical Electrical Environmental Geotechnical Safety/Security Related Equipment Transportation Planning SEPA/NEPA Permitting Estimating

The selected firm(s) will assist WTA in its strategic plan implementation. WTA fosters a team environment so scopes can be developed to meet the community’s transportation needs. Additionally, WTA has facilities projects in future budgets that will require professional A&E services. Strategic plan implementation will include interaction with a variety of stakeholders. These can include staff, board members, other contractors, and the general public. The successful firm must demonstrate its ability to effectively communicate, advise, and support multiple, often differing, needs within specific guidelines and goals.

Page 9 of 22

A&E Consultant Service RFQ #2014-700

Part 5 – Contract Details Initial contract length will be 1 year. WTA reserves the right to extend the contract 4 times in 1 year increment. Work will be requested through individual task orders and approved by the WTA Project Manager in writing.

Page 10 of 22

A&E Consultant Service RFQ #2014-700

Part 6 – Protest Procedures To be considered valid, a protest can only address issues relating to staff not following WTA procurement policies or procedures. By not following policy and procedure, the protest must demonstrate that the proposer was treated unfairly. The protest cannot challenge WTA staff or Evaluation Committee’s recommendation of a potentially successful Proposer. Procedures: 1. Proposers have the right to protest the legitimacy of any formal procurement action of $100,000 or more and public works procurements of $25,000 or more. Proposer shall mean an actual or prospective proposer whose direct economic interest would be affected by the award or failure to award a contract. 2. Proposers must submit a written Notice of Protest to the WTA at their administrative office, but no later than 7 days before proposal opening date for preaward protests and within 3 days after the receipt of Intent to Award. The Notice of Protest shall state: a) Name, address, email address, and telephone number of the protester b) Signature of the protester or their representative c) Identification of the solicitation d) Detailed statement of the grounds of the protest e) Copies of all relevant documents f) The form of relief requested 3. Protesting parties should call the Procurement Office to obtain the exact date of the WTA Board award. 4. Upon timely submittal of a Notice of Protest, the protest shall be handled as follows: a) A meeting for all parties will be called within 5 working days from receipt of the protest to discuss the protest. The meeting may be conducted by telephone conference b) A decision of the protest will be made by the Director of Finance within 3 working days of the final meeting. The protester shall be notified of the decision in writing c) The Director of Finance may extend the time limits outlined above d) A request for reconsideration may be allowed if data becomes available that was not previously known, or there has been an error of law or regulation. 5. The Director of Finance's decision may be appealed by submitting a written Notice of Appeal to the WTA General Manager within 5 days of receipt of the Director's decision. The Director's decision is considered received within 3 days, exclusive of Sundays and holidays, of the date the notification was sent. The appeal shall be based solely upon the record before the Manager, and the following procedures shall apply: a) A 3 member committee of the WTA Executive Committee appointed by the General Manager shall review the appeal. Written argument must be submitted to the committee.

Page 11 of 22

A&E Consultant Service RFQ #2014-700

6. 7. 8.

9.

b) The committee may affirm or reverse the all or part of the decision of General Manager. The decision of the committee shall be final. Notice of Protest not received by the timelines listed in #2 above will not be considered. Notice of Appeal in accordance with the timelines specified above will not be considered. All communications with the parties involved shall be in writing and open for public inspection. WTA shall be responsible for compiling and maintaining the written protest record. When a protest has been filed before award, WTA shall not make an award prior to the protest resolution and any appeal, unless the Director of Finance determines that: a) Reasonable probability exists that the protest will not be upheld b) Delaying the award is not in the best interests of WTA Protesters must exhaust the above remedies before pursuing a protest with FTA. FTA will limit its protest reviews to a) WTA did not have protest procedures b) WTA did not follow its own protest procedures c) WTA failed to review a protest d) WTA violated Federal law

If one of the above conditions are met, the protester must deliver its appeal to the FTA Regional Administrator (Region 10) within 5 working days of the date when the protester has received notice of WTA’s final decision. Any appeals must be filed with FTA Regional Administrator (Region 10) within 5 working days from receipt of notice of FTA’s decision if the protester has identified other grounds for appeal to FTA.

Page 12 of 22

A&E Consultant Service RFQ #2014-700

Part 7 – Public Disclosure Law WTA complies with RCW 42.56. After an award, procurement documents will be disclosed if a Public Disclosure Request (PDR) is submitted. WTA will not execute non-disclosure agreements1. Submissions Marked Confidential: When a PDR is submitted for a submission with portions labeled “Confidential,”2 WTA will release the non-confidential portions of the submission and notify the firm. WTA will continue to withhold the confidential portions if the firm initiates legal action prohibiting release within 14 days of WTA’s notification. WTA will comply with legal actions ordered by the court. If WTA does not receive notification of legal action within the 14 day period, the confidential documents will be released to the requester. The firm assumes all costs of any legal actions, including reimbursing WTA for administrative, expert and legal costs it incurs for this legal action. Submission of a proposal indicates agreement with this section.

1 2

RCW 42.56 Similar labels would include Trade Secret, Propriety, or other indication of confidentiality.

Page 13 of 22

A&E Consultant Service RFQ #2014-700

Part 8 – Debarment, Compliance, Conflict of Interest By submitting a signed Exhibit B and complete submission, firms are assuring the WTA of the following: 1. Firms certify they are not on current Federal or Washington State debarment lists 2. Firms agree to adhere to ADA requirements 3. Firms will work to promote employment and opportunity among disadvantaged business enterprises (DBE) as well as small and women/minority owned businesses. The contractor, sub-recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in termination or such other remedy as WTA deems appropriate. 4. No gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the firm or any of its agents, employees or representatives, to any official, member or employee of WTA with a view toward securing this contract or favorable treatment with respect to this solicitation and ensuing contract. 5. Firms do not maintain or provide for its employees any segregated facilities at any of its establishments. Firms do not permit its employees to perform work at any location, under its control, where segregated facilities are maintained. 6. Firms assure no direct or indirect financial or proprietary interest exists. Firms will not acquire any interest, which conflicts in any way with the services required to be performed under contract. Similarly, firms shall not employ any person or agent having such interest. 7. Firms are fully licensed, bonded, and insured. A copy of the successful firm’s certificate of insurance and a W9 will be furnished prior to the issuance of a Notice to Proceed or a Purchase Order. Business licenses and professional certifications are used to establish firm responsibility as part of the evaluation process.

Page 14 of 22

A&E Consultant Service RFQ #2014-700

Part 9 – Appendix Appendix A: General Contract Terms and Conditions The Contractor agrees to these general provisions, and will include them in any subcontract. 1. Jurisdiction: This Contract is executed and governed by laws of the State of Washington. Contract enforcement will be in Whatcom County, Washington. 2. Contract Documents: in order of precedence, include:  Request for Qualifications  Exhibits & Appendices  Addenda  Special provisions  Firm response  These terms and conditions  Executed contract  Task Order  Purchase order 3. Contract Representatives: a. WTA’s contract administrator: Magan Waltari, [email protected], 360.527.4874 b. WTA’s project manager: Mike Bozzo, [email protected], 360.738-4580 4. Notices: All contract notices and waivers must be in writing. Verbal notices will not be accepted. Notice is considered received within 5 business days after issue. 5. Payments: Invoices are paid 30 days from receipt with WTA approval of work performed. 6. Guarantee: Contractor guarantees that goods and services meet specifications. Goods and work are warrantied for a minimum of (1) year after payment of final invoice. 7. Inspection and Acceptance: The work performed under this contract will be monitored and accepted by WTA or designee. WTA acceptance does not release the Contractor from liability. 8. Change Orders: WTA’s contract administrator must approve, in writing, any change orders. Work performed without written consent will be at the Contractor’s expense. Claims will not be considered after final payment. 9. Compliance with Laws: The Contractor shall comply with all federal, state, and local laws and regulations. WTA will not make adjustments for time lost or work disruptions due to actions against the Contractor. Any applicable law or regulation change will apply to this contract.

Page 15 of 22

A&E Consultant Service RFQ #2014-700

10. Civil Rights Requirements: The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract3. Discrimination is a contract breach. 11. Indemnification/Hold Harmless: Contractor will protect WTA and its agents against any claims, demands, legal costs, settlements, judgments, liability or damages caused by Contractor’s or subcontractors negligence, errors or omissions, misconduct, unpaid wages or services, or copyright infringement. Contractor will defend itself at its own expense in any lawsuit. 12. Assignment: This agreement may not be assigned to a third party without written consent. 13. Termination for Convenience: WTA may terminate all or part of this contract when in WTA’s best interest by serving written notice to the contractor. Termination will be effective with contractor’s written acceptance or 30 days after receipt of notice whichever is first. The contractor will invoice WTA for services provided prior to termination, within 30 days of receiving notice. 14. Termination for Default: WTA may terminate for default if the contractor does not provide services as agreed. WTA will pay for services performed prior to termination. 15. Opportunity to Cure: WTA may allow the Contractor 30 calendar days to cure any defect. WTA will describe in writing what must be remedied. If Contractor does not resolve the defects, WTA may terminate the Contract without further obligation to Contractor. 16. Substitute Services & Damage Recovery: If the Contractor defaults, WTA may procure goods or services elsewhere and recover damages and costs from the contractor. 17. Severability: If any portion of this contract is legally unenforceable, that portion will be negotiated. The remaining portions will not be affected. 18. Errors and Omission: The Contractor will notify WTA immediately once becoming aware of errors or omissions in the Contract Documents listed in item #2 above. Work performed prior to notification is done at the Contractor's risk. 19. Audit, Inspection and Retention of Records: WTA or its agents may inspect and audit all project records. Contractor will retain records for 3 years after final payment. 20. Dispute Resolution: The contractor must submit a request for resolution of a dispute to the contract administrator within 10 days of the occurrence. The dispute resolution request must include the dispute, steps taken to resolve, and project impact. The contract administrator will review the information and issue a written decision within 10 working days of dispute receipt. Appeals must be submitted to WTA’s Director of Finance or designee within 3 working days of decision receipt. The Director of Finance or designee will provide a written determination to the Contractor within 3 days. A final appeal may be made to the General Manager within 3 business days of receiving the Director of Finance decision. The General Manager or designee will provide a final written decision to the contractor within 3 business days. Pending final decision, the Contractor must continue to perform. Additional appeals will be made at the contractor’s cost in Whatcom County court. 3

Title VI, Civil rights Act

Page 16 of 22

A&E Consultant Service RFQ #2014-700

21. Refusal to Execute Contract or Nonperformance: If the Contractor does not execute the contract WTA General Manager may withdraw the award. 22. Delays and Extensions of Time: Contractor waives damages for any delay, except unreasonable delays caused by WTA. In this event, the Contractor will be granted equitable extensions of time by the WTA under the following circumstances:  Any suit or other legal action against WTA. This entitles Contractor to an equivalent extension of time, unless the delay exceeds ninety (90) calendar days. WTA will either negotiate a termination of the Contract or extension of time, whichever is in the best interests of WTA.  Time lost due to unanticipated inclement weather. Any unapproved delays in performance by the Contractor will be considered a violation of the contract terms. For excusable delays, WTA may establish a new schedule or terminate the contract for convenience, whichever is in its best interest. 23. Contractor’s Liability and Property Damage Insurance: Contractor and subcontractors will not begin work until proof of insurance has been received and approved by the WTA. Insurers must be licensed to conduct business in the State of Washington (or issued as a surplus line by a Washington Surplus lines broker) and approved by the State Insurance Commissioner. Insurers must have a minimum rating of A- and a financial rating of Class VII or higher in the most recently published edition of the A.M. Best’s Key Rating Guide. Subcontractors must furnish the same insurance requirements listed below prior to starting work. Approval of the insurance by WTA will not relieve or decrease the liability of the Contractor for any damages arising from Contractor’s or its subcontractors’ performance of the work. Contractor’s failure to fully comply with insurance requirements shall be considered a material breach and cause for immediate contract. Contractor shall bear all damage costs sustained for failure to maintain any of the required insurance or to provide notification that it cannot. Coverage will include claims for damages arising from Contractor’s performance for: Bodily injury/death; Personal injury; and Property Damage, including Premise and Operations, Fire damage and medical expense, Independent Contractors coverage, Protective Liability, and Completed Operations and Products. The Contractor and subcontractors must procure the following minimum insurance:  Commercial General Liability in the amount of $1,000,000 per occurrence and $2,000,000 per project aggregate.  Automobile Liability Insurance in the amount of $1,000,000 combined single limit.  Umbrella or Excess Liability in the amount of $1,000,000 per occurrence.  Professional Liability/Errors & Omission in the amount of $1,000,000 per occurrence. Coverage must be maintained through the life of the Contract plus one (1) year.

Page 17 of 22

A&E Consultant Service RFQ #2014-700

Contractor and subcontractors must furnish the following endorsements separate of the Certificate of Liability:  Additional Insured Endorsement naming “WTA Agents & Employee’s” for Ongoing Operations. Endorsement should be on Accord© form CG20100704 or equivalent.  Additional Insured Endorsement naming “WTA Agents & Employee’s” for Completed Operations. Endorsement should be on Accord© form CG20370704 or equivalent.  Waiver of Subrogation naming “WTA Agents & Employee’s”. Endorsement should be on Accord© form CG24041093 or equivalent.  Cancellation Endorsement providing thirty (30) days advance written notice to be received by WTA. Contractor and subcontractors must maintain during the life of this contract Worker's Compensation Insurance. If the Contractor is not eligible for Worker's Compensation Insurance it will indemnify and hold WTA harmless for any claims resulting from Contractor's actions. These insurance requirements do not limit the Contractor’s liability for damages resulting from performance. 24. Safety Measures: All work under this Contract will be performed in a safe manner. The Contractor and all subcontractors will follow all rules and regulations of the Washington State Department of Labor and Industries, OSHA, WISHA, and all other applicable safety standards. The Contractor will be solely responsible for conditions of the job site, including safety of all persons and property during performance. This requirement will not be limited to normal working hours. The Contractor will exercise every precaution at all times for the prevention of accidents and the protection of people and property. 25. Project Time Limit: Contractor agrees to pursue completion of the project at all reasonable times within the agreed timeline. Project delay is allowed only if delayed by inclement weather, or other element of nature preventing work from continuing. Should Contractor fail to proceed with the work for more than seven (7) working days with no notice to WTA, Contractor is considered to have abandoned the project. WTA may elect to terminate the contract and proceed to complete the contract using its own forces or an independent third party. In such event the Contractor will be responsible for all reasonable expenses incurred by WTA to complete the work. The Contractor will also be responsible for all legal, engineering or other costs caused by their abandonment, failure or refusal to complete the project within the time provided.

Page 18 of 22

A&E Consultant Service RFQ #2014-700

Part 10 – Exhibits Exhibit A: Firm’s Checklist □ Response to section 2.4 that integrates the scope of work provided in Part 4 □ Submission Form (Exhibit B) □ Vendor info & references (Exhibit C)

Page 19 of 22

A&E Consultant Service RFQ #2014-700

Exhibit B: Submission Form Firms Business Name: Type of Business

☐ Sole Proprietorship

☐ Partnership

☐ Corporation (State of Incorporation _____)

☐ Other

Physical Business Address (Must NOT be a PO Box)

City

State

Zip Code

Business Telephone #

Business Fax #

Business Email

UBI#

EIN#

Professional Certification #

____ ____ ____ ____ ____ ____ ____ ___ NOTE: Failure to acknowledge receipt of addenda will be considered non-responsive to the submission Receipt is hereby acknowledged of Addenda No(s):

OFFICAL AUTHORIZED TO SIGN FOR BIDDER “I declare under penalty of perjury under the laws of the State of Washington that the submission submitted is genuine. This submission is not fake or made on behalf of any person who has an interest in the award. No other firm has been solicited to put a false bid, adjust their price lists, or coerced any other company to refrain from proposing. I guarantee that my firm has not attempted to secure an advantage over any other firm through collusion. All statements and information contained in the submitted submission are true, correct, and based on the requested scope of work. All employees and agents of the firm are skilled and experienced in the work proposed. In the event that the Project or any aspect of the project is found to be non-compliant, I understand my company will be held responsible to remedy all deficiencies at no additional cost. My signature below assures WTA that the firm acknowledges and will comply with Part 8 (Debarment, Compliance, Conflict of Interest) of this Packet.” Signature Date Print Name & Title

Location or Place Executed

Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. THIS FORM MUST ACCOMPANY SUBMISSION

Page 20 of 22

A&E Consultant Service RFQ #2014-700

Exhibit C: Vendor Information & References In the section below, please provide the requested information about your organization. This exhibit is not to be submitted in place of the submission summary letter outlined in section 2.4. Failure to provide the submission summary letter will result in rejection of the submission as non-responsive. NAME PRIMARY CONTACT INFORMATION  Name  Address  Title  Phone  Email YEARS IN INDUSTRY ANNUAL REVENUES*

☐ Less than $500,000 ☐ $500,000-$1 million ☐ $1 – 2 million ☐ $2 – 5 million ☐ $5 – 10 million ☐ More than $10 million

STAFF SIZE Please list total numbers at each level pertinent this contract  Executive/Management  Administration  Labor  Other CUSTOMER LIST (3-5 additional customers besides references) SERVICES PROVIDED * WTA reserves the right to request financial statements from firms to demonstrate financial responsibility. Failure to provide requested documentation will result in the submission being rejected as non-responsive and not responsible

Page 21 of 22

A&E Consultant Service RFQ #2014-700

Please list a total of 5 RECENT customers for whom you have performed service similar to what the WTA is seeking in this RFP. 1. Name Address Contact Name, Phone number, Email address Length of service Service provided 2. Name Address Contact Name, Phone number, Email address Length of service Service provided 3. Name Address Contact Name, Phone number, Email address Length of service Service provided 4. Name Address Contact Name, Phone number, Email address Length of service Service provided 5. Name Address Contact Name, Phone number, Email address Length of service Service provided

Page 22 of 22