REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Similar documents
REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

2018 Pipelines Engineering Services Boerne Stage Road, West Avenue, and Highway 90 & General McMullen

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

DALLAS HORSESHOE PROJECT RFQ Q & A MATRIX #6. (February 14, 2012)

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Vista Ridge Project Technical Advisor

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

January 19, To Whom It May Concern:

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Westside Community Schools Request for Qualifications Architectural Design and Engineering Services Prairie Lane Elementary School March 1, 2018

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

Vista Ridge Integration Project Owner s Representative

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

REQUEST FOR PROPOSALS

Request for Proposals

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Qualifications Construction Manager

Chabot-Las Positas Community College District

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

Request for Proposal PROFESSIONAL AUDIT SERVICES

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

All proposals must be received by August 30, 2016 at 2:00 PM EST

Dakota County Technical College. Pod 6 AHU Replacement

Request for Proposals and Specifications for a Distributed Generation Solar Project entitled The Freeman Coliseum Solar Project

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

REQUEST FOR PROPOSALS

Introduction. Proposal Submission

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

CITY OF INGLEWOOD Residential Sound Insulation Program

CRAWFORD MEMORIAL PARK

Request for Qualifications Wayfinding, Signage and Streetscape Design Initiative City of Mobile, AL

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSALS. Phone# (928)

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

4:00 p.m. on May 6, 2016

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

Redevelopment Authority of Allegheny County

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

Chabot-Las Positas Community College District

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

CAMPBELL UNION HIGH SCHOOL DISTRICT

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSALS

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for: Financial Audit Services

Request for Proposals (RFP)

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT. Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina

Transcription:

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR FM 471 (CULEBRA ROAD) KALLISON LANE TO FM 1560 CSJ: 0849-01-046 PASS-THROUGH FINANCE PROJECT Bexar County Public Works Department invites qualified firms to submit qualifications for professional services to provide Construction Management and Inspection (CMI) services for FM 471 (Culebra Rd) from Kallison Lane to FM 1560 (CSJ: 0849-01-046), a Pass- Through Finance Project in Bexar County. Professional services include: 1. Providing the construction management and inspection expertise to coordinate with the contractor, utility representatives, TxDOT representatives, commercial business owners, public and homeowner s associations, prepare and maintain construction related documents (construction estimate review/approval, contractor s time statements, change orders, construction schedules, punch list items, field alterations review/approval, shop drawings, material test reports, etc.), and maintain construction modifications for preparation of Record Drawings. 2. Assisting Bexar County with constructability and technical plan reviews, and value engineering during the period of plan development, and as necessary for plan revisions during construction. Five (5) originals and one (1) PDF version on CD or data storage device (e.g., USB flash drive) of the statement of qualifications (SOQ) must be received no later than 4:00 pm on Wednesday, October 3, 2012. SOQs must be addressed as follows: David R. Wegmann, P.E. Engineering Services Manager Bexar County Public Works Department 233 North Pecos-La Trinidad, Suite 420 San Antonio, TX 78207 Statement of Qualifications for: CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR: FM 471 (CULEBRA ROAD) KALLISON LANE TO FM 1560 PASS-THROUGH FINANCE PROJECT Bexar County expressly reserves the right to accept or reject any and all statements submitted, and is under no legal requirement to execute a resulting contract on the basis of this advertisement, and intends the material provided only as a means of identifying the various contractor alternatives. Bexar County will base its choice on demonstrated competence, qualifications, and evidence of superior conformance with criteria. 1

This request for Statement of Qualifications does not commit Bexar County to pay any costs incurred prior to execution of a contract. Issuance of this material in no way obligates Bexar County to award a contract or to pay any costs incurred in the preparation of a response. Bexar County specifically reserves the right to vary all provisions set forth at any time prior to execution of a contract where it deems it to be in the best interest of Bexar County. Any inquiries relating to this Request for Qualifications must be submitted in writing and received no later than 4:00 p.m. on Wednesday, September 19, 2012 and shall be directed to David R. Wegmann, P.E., at the above address or emailed to dwegmann@bexar.org. Please note that the Prime Design Consultant and associated team member(s) will be precluded from performing services related to the Professional Construction Management and Inspections. Supplemental information relative to this project may be located on the County s Website at http://inf.bexar.org/ 2

1 GENERAL INFORMATION REQUEST FOR QUALIFICATIONS 1.1 PURPOSE: This Request for Qualifications (RFQ) provides qualified construction management professionals with sufficient information to enable them to prepare and submit a Statement of Qualifications (SOQ) to provide Construction Management and Inspection (CMI) services for FM 471 (Culebra Rd) from Kallison Lane to FM 1560, a Pass-Through Finance Project in Bexar County. 1.2 ISSUING OFFICE: This RFQ is issued by Bexar County Public Works Department on behalf of the Bexar County Commissioners Court. Mr. David R. Wegmann, P.E., Engineering Services Manager, is the contact person for this RFQ. 1.3 PROPOSED PROJECT: FM 471 (Culebra Rd) Kallison Lane to FM 1560 Precincts 1 and 2 Approximate Construction Cost: $15,500,000 Approximate Length: 2.4 miles Bexar County is proposing to develop a 2.4 mile (approximate) segment of FM 471 (Culebra Rd) East, between Kallison Lane and FM 1560 as a Pass-Through Toll Financing Project. The construction of FM 471 (Culebra Rd) will complete the capacity gap that currently exists on FM 471 (Culebra Road) from Kallison Lane to FM 1560. The project will be a continuation of the previously constructed TxDOT roadway project on Culebra Road from FM 1560 to Loop 1604 (CSJ 0849-01-033). The proposed improvements will widen Culebra Road from its existing two-lane configuration to a four-lane divided roadway with anticipated bicycle and pedestrian amenities. Unsignalized intersections are located at Roft Road, Stillwater Parkway, Gass Road, Danie Krug, Galm Road, Culebra Road and Kallison Lane. The project will increase roadway capacity to allow for projected growth, increase safety with the continuation of the existing section east of FM 1560 and added bicycle amenities will enhance regional mobility. Note that the typical sections depicted on the following page are a draft representation, and may not necessarily be indicative of the final approved typical section for the project, subject to public involvement and FHWA review. The schematic, final design, and construction documents for this section of FM 471 (Culebra Road) will be developed by Bexar County through its Prime Design Consultant. Bexar County will be responsible for assessing environmental issues, conducting environmental impact studies, and preparing appropriate environmental documents. Environmental studies will be conducted in accordance with TxDOT and FHWA requirements. Additional right-of-way (ROW) for FM 471 (Culebra Road) is not anticipated to be required to accommodate the roadway improvements at this time. 3

PROPOSED TYPICAL SECTION FM 471 4

1.4 SERVICES REQUIRED: The County intends to select one (1) qualified firm that will operate as an extension of, and in complete cooperation with, the County s staff to provide Construction Management and Inspection (CMI) services for the project listed above. The services required by the selected firm include, but are not limited to: 1.4.1 Provide construction management and inspection for the construction of the project identified above. Firm must be familiar with the construction of TxDOT type projects and must have applicable experience managing construction in accordance with TxDOT standards, specifications and protocol for such inspections. Firm also must be familiar with FHWA requirements, as well as pass-through finance and local agency-managed projects. 1.4.2 Coordination with the contractor (including subcontractors), utility representatives, TxDOT representatives, commercial business owners, public and homeowner s associations. Must be able to facilitate discussions with affected individuals and bring resolution to concerns they may have. 1.4.3 Prepare and maintain documents as related to the construction of such project meeting TxDOT and County requirements. This should include but is not limited to construction estimate review/approval, shop drawing logs, correspondence, change orders, contractor s time statements, materials test reports and submittals, construction schedules, punch list items, field alterations review/approval, shop drawings, inspection reports, etc. 1.4.4 Provide necessary value engineering, technical and constructability reviews of contract documents and pending construction activities. 1.4.5 Maintain all necessary construction modifications to the design in order to prepare the Record Drawings for the project. Upon preparation the firm must review and approve the document. 1.4.6 Construction materials testing (QA) in accordance with TxDOT standards, specifications and protocol. Testing laboratory must have appropriate certification to work on TxDOT projects. 5

2 STATEMENT OF QUALIFICATIONS (SOQ) SUBMITTAL 2.1 NUMBER OF COPIES OF THE SOQ NEEDED: The provider shall provide five (5) copies of the SOQ and one (1) PDF version on a CD or data storage device (e.g., USB flash drive) of the SOQ submittal; no other distribution of the SOQ will be made by the service provider. On each copy, the provider shall print or type his/her name and manually sign the SOQ. 2.2 STATEMENT OF QUALIFICATIONS FORMAT: The originals must be submitted in bound volumes on standard 8 ½ x 11 paper. Tabloid 11 x17 paper will be permitted but will be counted as two (2) pages. The response is limited to fifteen (15) pages, single sided and may include typed text, graphics, charts and photographs. Minimum type or font size shall be 11 point. Front and back covers, tabs and resumes are not included in the fifteen (15) page limit. All other pages, including the 3.2 Letter of Transmittal and 3.6 Certification, will be included in the fifteen (15) page limit. Resumes will be limited to one (1) page and included in the appendix. 2.3 OFFICIALS NOT TO BENEFIT: No County employee, Commissioners Court member or elected official shall be admitted to any share or part of this contract, or to any benefit that may arise therefrom. 2.4 REJECTION OF SOQs: The County reserves the right to reject any and all SOQs received as a result of this Request for Qualifications or to negotiate separately with any source whatsoever in any manner necessary to serve the best interest of the County. The County does not intend to pay for the information solicited or obtained through any response. 2.5 INCURRING COSTS: The County is not liable for any cost incurred by the service provider prior to issuance of a contract. 2.6 INQUIRIES: Questions regarding this RFQ must be submitted in writing to the issuing office or department. Questions and answers that change or substantially clarify the Request for Qualifications will be affirmed in writing and will be posted to the County s Website at http://inf.bexar.org/. Any inquiries relating to this RFQ must be submitted in writing and received no later than 4:00 p.m. on Wednesday, September 19, 2012. Any necessary request for clarification, delineation, or explanation of a company's SOQ will be made in writing by the County Engineer or other designated agent with copies to the Commissioners Court, and the response will follow the same procedure or as otherwise directed by the Court. 2.7 ADDENDA TO THE REQUEST FOR QUALIFICATIONS: In the event it becomes necessary to revise any part of this RFQ, addenda will be posted to the County s Website at http://inf.bexar.org/. 2.8 RESPONSE DATE: To be considered, SOQs must arrive at the issuing office or department no later than 4:00 p.m. on Wednesday, October 3, 2012. Service providers mailing SOQs should allow normal mail delivery time to ensure timely receipt of their SOQ. 6

2.9 TYPE OF CONTRACT: The County uses its own professional services agreement in contracting for professional services. The characteristics of that agreement include: 2.9.1 An indemnification provision holding the County harmless from negligence on the part of the professional, professional's employees, agents or consultants; 2.9.2 A requirement that the service provider comply with all Federal, and State laws and is responsible for obtaining all applicable permits, licenses and reviews relating to the projects; 2.9.3 A requirement that the service provider carry and show proof of comprehensive general liability insurance, including contractual liability and worker's compensation as required by law and Bexar County. 2.10 ACCEPTANCE OF RFQ AND SOQ CONTENT: To be considered, service providers must submit a complete response to this Request for Qualifications. The contents of this RFQ and the SOQ of the selected service provider may become contractual obligations, if a contract ensues. SOQs must be signed by an official authorized to bind the firm(s) to its provisions. The service provider will make no other distribution of the SOQs. 2.11 SOQ PREPARATION: Each SOQ should be prepared providing a straightforward, concise description of the respondent's ability to meet the requirements of the RFQ. Emphasis should be on completeness and clarity of content. 2.12 ORAL PRESENTATION: Service providers who submit SOQs may be required to make an oral presentation of their qualifications to the selection committee and/or the Bexar County Commissioners Court. These presentations provide an opportunity for the respondents to clarify their qualifications to ensure thorough mutual understanding. The Issuing Office will schedule these presentations. 2.13 PRIME CONTRACTOR RESPONSIBILITIES: The selected service provider will be required to assume responsibility for all services offered in the Statement of Qualifications whether or not the service provider produces them. Further, the County will consider the selected service provider to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. 7

3 INFORMATION REQUIRED FROM SERVICE PROVIDER: 3.1 COVER CITATION The following citation should be on the cover: Submitted to: David R. Wegmann, P.E. Engineering Services Manager Bexar County Public Works Department 233 North Pecos-La Trinidad, Suite 420 San Antonio, TX 78207 Statement of Qualifications for: CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FM 471 (CULEBRA ROAD) KALLISON LANE TO FM 1560 PASS-THROUGH FINANCE PROJECT (Date of submittal) 3.2 LETTER OF TRANSMITTAL: The transmittal letter must include the following: 3.2.1 Brief overview of the consultant and all proposed sub-consultant firms (collectively, the Team ). 3.2.2 Brief statement of understanding of the work to be performed and a positive commitment to perform the work. 3.2.3 Name of the contact person or representative for the firm, their title, address, email and phone number. State whether the contact person is authorized to bind the firm. If not, state who is authorized to sign on behalf of the firm. 3.3 SERVICE PROVIDER INFORMATION: The respondent will provide information about the firm(s) and the personnel to be assigned to this project. Be sure to include: 3.3.1 The name and business address of the firm and principal who would be responsible for the work. 3.3.2 Current resumes of the proposed project manager and key personnel to be committed to this project. It is not required that the proposed project manager be a Professional Engineer. Service provider should, however, include one or more Professional Engineers licensed in the state of Texas on the Team for review and construction related tasks that may require that expertise. Resume experience should specifically reference what tasks were performed by the individual on various projects that may be listed. Resumes will be limited to one (1) page and included in the appendix. 8

3.3.3 Firm Experience list relevant CMI projects completed within the prior eight (8) years, and include the following for each listed project: Project name, location, status, completion date; Dollar value of construction contract; Prime or Sub-consultant, and task assigned; Brief description of the work performed on the project by the proposed members; Service Provider Team member s actions leading directly to cost savings or efficiency in operations; and Client reference names and job titles, with addresses and current, verified phone contacts and e-mail addresses. Describe specific past experience relevant to consultant members work on similar type projects when working on TxDOT projects. Discuss the Service Provider s first hand familiarity and experience working under the detailed requirements of TxDOT s current Quality Assurance Program. 3.3.4 A statement of the extent to which the organization qualifies as a Small, Minority, & Woman Owned Business Enterprise. Bexar County has established a Small, Minority, & Woman Owned Business Enterprise Program, and is committed to increasing the involvement of SMWBE in its procurement process. The Commissioners Court has established as a targeted goal that a minimum of 20% of all procurement dollars are spent with Small, Minority and Women-Owned Business Enterprises, and a minimum of 30% of those procurement dollars are spent with Small Business Enterprises. Respondent will provide information in a format similar to that that listed below. Additional information may be required after receipt of offers and/or award of contract(s) to support and document the SMWBE certification. Bexar County will accept certification from various agencies, [i.e. local (www.sctrca.org), State of Texas (www.window.state.tx.us), Federal (www.sba.gov or www.va.gov/osdbu), and the private sector (www.smsdc.org or www.wbeatexas.org)]. CERTIFICATION OF BUSINESS AS SMALL, MINORITY OR WOMAN OWNED ENTERPRISE (SMWBE) Type of Certifciation (Check all applicable) Name % Contract SCTRCA Certified (Y/N) SBE WBE MBE HUB VBE AABE DBE 8(a) SBA Prime Consultant SubConsultant #1 SubConsultant #2 SubConsultant #3 SubConsultant #4 SubConsultant #5 9

3.3.5 A statement of the extent to which the individual or organization has a place of business within Bexar County. 3.3.6 An assessment of the present workload at the office where this project will be accomplished, including number of projects by size and on-site technical staff availability. 3.4 PROJECT APPROACH/WORK PLAN: Identify and outline what the firm(s) propose(s) to do. Describe your firm's approach to performing the specific services required in this project as noted in Section 1.4 SERVICES REQUIRED. Present a discussion of the Service Provider s understanding of the necessary Services and its approach and methodology to providing those Services. The work plan should include at a minimum: itemized tasks, resource requirements, specialized skills needed, special considerations, and possible challenges in completing the project, as well as a discussion focusing on site specific issues showing a clear display of project understanding. All discussions should be specific to the project. You should also identify the extent to which Bexar County staff will be involved in the project. 3.5 MANAGEMENT PLAN: Describe in both narrative and graphic form how the firm(s) propose(s) to manage the project. Provide general information on the organization and management processes of the firm(s) involved in the project, as well as a more specific outline of the structure of the proposed project team (sole proprietor, partnership, corporation, joint venture, etc.). This section should answer such questions as: Who will have overall responsibility? What will the lines of authority be? How much of each person's time will be committed to the project? Discuss how the coordination and exchange of information will be assured between the County, Contractor and other governmental bodies. In addition to the narrative description, this management plan should include an organization chart of the project team. Also a chart should be prepared indicating the time commitments and task responsibilities at each phase of the project. This section should be summed up with assurances that a joint venture will be well coordinated and that any problems that may arise can be considered and resolved without infringing on the project. 10

3.6 CERTIFICATION: The respondent is required to include the following notarized statement and signature area, failure to provide a notarized seal shall disqualify the firm: I certify that has carefully reviewed this Request for Qualifications and recognize that this Statement of Qualifications becomes the property of Bexar County and is non-returnable. I further certify that the enclosed information is accurate, and verifiable by Bexar County, and that the below named signatory is fully authorized to bind the firm to the provisions of this Statement of Qualifications. Signature of Principal Name of Firm Date Signature of Notary Seal: Date 11

4 SELECTION CRITERIA It is the policy of Commissioners Court to discourage any unsolicited verbal or written communications from competing companies which may pertain or relate directly or indirectly to any SOQ being evaluated by the selection committee or the Commissioners Court which has been submitted in response to this RFQ and which contemplates award of a professional contract, unless provided for in this RFQ. Negotiations may be undertaken with the service provider whose SOQ best addresses the needs of the proposed project and demonstrates the ability and experience to perform the work. Award of the contract will be to the responsive service provider whose SOQ is most advantageous to the County. SOQs will be evaluated on evidence of understanding of the problem, the objectives to be achieved, and the technical and administrative capabilities in relation to the needs of the project. The following criteria are those that will be applied in the evaluation of the SOQ: 4.1 Qualifications - The extent to which the firm has personnel with the necessary Construction Management/Inspection experience and training as it pertains to TxDOT Construction, Local Agency Management Projects, and FHWA requirements. 4.2 Availability - The extent to which the firm has personnel with the time to do the job. 4.3 Professional Competence - The extent to which the service provider has demonstrated competence in performing similar work or the extent of former client satisfaction. 4.4 SOQ Work Plan - The extent to which the firm has developed a work program and an end product that demonstrates a thorough understanding of the scope of the project and will meet the needs of the County. 4.5 Cost Awareness - Ability to provide alternate solutions, constructability review of pending activities, and but not limited to long term cost and maintenance factors. 4.6 Organization Depth - Backup capability relative to key personnel. 4.7 Previous Performance Previous performance with Bexar County and other governmental or institutional clients. 4.8 Management Plan - An organizational structure and management plan for the project that will be highly responsive to the needs and interests of the County. 12