REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

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

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

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

Chabot-Las Positas Community College District

Vista Ridge Project Technical Advisor

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

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

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

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

January 19, To Whom It May Concern:

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

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

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT PARALLEL THIMBLE SHOAL TUNNEL REQUEST FOR QUALIFICATIONS #PTST-15-1

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

CRAWFORD MEMORIAL PARK

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

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

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

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

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

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

Chabot-Las Positas Community College District

Design Build Services Lake Shawnee Junior Pond Improvements

REQUEST FOR PROPOSALS

Vista Ridge Integration Project Owner s Representative

Dakota County Technical College. Pod 6 AHU Replacement

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

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

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

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

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

CITY OF JOPLIN, MISSOURI

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

Introduction. Proposal Submission

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

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

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

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

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

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

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

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

Request for Qualifications Construction Manager

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

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

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

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

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

STATE ENERGY PROGRAM AGRIENERGY AUDITS/ASSESSMENTS IMPLEMENTATION PROJECTS REQUEST FOR PROPOSALS. Response Due: August 25, 2014

Knights Ferry Elementary School District

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

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

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

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

Request for Proposals

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS COMMUNICATIONS CONSULTANT. The New Orleans City Council seeks proposals from marketing, public relations and/or

REQUEST FOR PROPOSAL

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

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

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

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

REQUEST FOR PROPOSALS. Phone# (928)

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

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

PENNSYLVANIA TURNPIKE COMMISSION

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

Qualifications due May 30, 2018 by 4:00 PM

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

Southern California Chapter 2017 Project Achievement Awards

REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S)

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

Londonderry Finance Department

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Introduction: A. Scope of Work:

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

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

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

Redevelopment Authority of Allegheny County

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

2014 Construction Management Project Achievement Awards

Transcription:

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR STREET, DRAINAGE AND REGIONAL FLOOD CONTROL FACILITIES PROJECTS Bexar County Public Works Department invites qualified firms to submit qualifications for professional services to provide Construction Inspection Services in support of street, drainage and regional flood control facilities projects in Bexar County throughout Fiscal Year 2015. Professional services include: Provide inspection services for the construction of pavements, bridge structures, retaining walls, sidewalks, channels, storm water facilities, water/wastewater distribution and collection, transmission mains, underground and aboveground utilities, and other engineered facilities in public rights-of-way (ROWs) and/or easements. 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 Friday, August 22, 2014. SOQs must be addressed as follows: David R. Wegmann, PE, CFM Engineering Services Manager Public Works Department Flood Control Division 233 North Pecos La Trinidad, Suite 420 San Antonio, TX 78207 Statement of Qualifications for: PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR: STREET, DRAINAGE AND REGIONAL FLOOD CONTROL FACILITIES PROJECTS 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. 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 Statement of Qualifications must be submitted in writing and received no later than 4:00 p.m. on Wednesday, August 6, 2014, and shall be directed to David R. Wegmann, PE, at the above address or emailed to dwegmann@bexar.org. 1

Please note that the Prime Design Consultant and associated team member(s) will be precluded from performing tasks related to the Professional Construction Inspection Services. Supplemental information relative to this project, if any, may be located on the Bexar County website at: http://inf.bexar.org/. 2

1 GENERAL INFORMATION REQUEST FOR QUALIFICATIONS 1.1 PURPOSE: Bexar County is issuing this Request for Qualifications (RFQ) in an effort to obtain qualified Professional Construction Inspection Services. All firms proposing to provide Professional Construction Inspection Services for the County projects must: be qualified as consultants, as required by law for the services proposed, and be capable of providing the in-house personnel and services indicated in the basic services required This RFQ provides Professional Construction Inspection Services firms with sufficient information to enable them to prepare and submit their SOQ for County Professional Construction Inspection Services. 1.2 ISSUING OFFICE: This RFQ is issued by the Bexar County Public Works Department on behalf of the Bexar County Commissioners Court. Mr. David R. Wegmann, PE, CFM, Engineering Services Manager, is the contact person for this RFQ. 1.3 PROJECTS PROPOSED: The work associated with this RFQ will be for Professional Construction Inspection Services associated with projects being constructed for the Bexar County Public Works Department and may include projects within the City of San Antonio (CoSA), various incorporated city limits, or in unincorporated Bexar County. 1.4 SERVICES REQUIRED: The services required of the selected firms may include, on a project by project basis, but are not limited to: 1.4.1 Provide all services related to inspection and coordination of testing for soils, flexible base, asphaltic concrete, concrete and other materials used on County funded projects inspected by the County. The County expects the selected firms to provide field inspection of pavements, bridge structures, retaining walls, sidewalks, channels, water and wastewater distribution, collection, transmission mains, and other engineered facilities in public ROWs and easements, as requested by the construction inspection contract manager and as shown on the plans/specifications for each project. Typical projects include dams, bridges, channelization, storm sewer, detention facilities, and high water detection improvements. 1.4.2 The County expects that the construction inspectors provided under this contract will be experienced in Hot Mix Asphaltic Concrete (HMAC) construction methods including proper lay down and compaction procedures and equipment. The inspectors will be experienced in structural concrete and concrete pavement construction methods and equipment including curing and placement procedures. The inspectors will be expected to be familiar with all traffic control procedures. The inspectors will be experienced 3

in earthwork methods and procedures. The inspectors will be experienced in bridge construction and elevated work methods and procedures. The inspectors will be experienced in underground utility construction methods and procedures. The inspector will be experienced in storm water pollution prevention plan best management practices and tree preservation methods. The inspector will also be experienced in the construction of water and wastewater pipeline and appurtenances including standard CoSA, Texas Department of Transportation (TxDOT), San Antonio Water System (SAWS), and Bexar County testing methods and procedures. The inspectors are expected to be able to read and comprehend all plans and specifications and bring to the OWNERS attention any discrepancies. The inspectors will be categorized as follows: 1.4.2.1 Senior Inspector/Specialist This inspector is required to have ten years or more experience with inspection services for similar size and scope of work projects. These project types are listed in 1.4.1. 1.4.2.2 Inspector This inspector is required to have a minimum of five years inspection experience on similar size and scope of work projects. These project types are listed in 1.4.1. 1.4.2.3 Junior Inspector This inspector will have, at a minimum, one year inspection experience on similar size and scope of work projects. These project types are listed in 1.4.1. 1.4.3 The inspectors identified under this contract will be expected to maintain records, develop reports (daily, weekly, and monthly), review Contractor pay estimates, attend project meetings, receive, coordinate, and review testing reports, maintain copies of approved RFIs and Submittals, and obtain all project closeout documentation. Inspectors may be required to use Primavera Contract Manager Systems to upload and track project documents. They will be expected to utilize all County/City inspection processes and abide by the same policies and procedures as the County/City Inspectors. The key inspectors identified will be expected to work independently under this contract and will be working under the direct supervision of the Construction Manager. 1.4.4 The selected firms must be familiar with CoSA, TxDOT, SAWS, and Bexar County standard specifications and contract documents. The County expects the above referenced services to be provided concurrent with the construction schedule of the project(s) which may include evening, night, weekend, and holiday hours. 1.4.5 Construction observation for drilling bridge pier foundations, tunneling and boring, welding, paving, earthwork, flatwork, utility installation, and other types of construction may be required. 4

1.4.6 Inspectors for projects will have to be approved prior to a contract being issued for each individual project. Resumes and a project staffing plan will be required prior to selection. This plan, at a minimum, will outline the Inspector and the backup Inspector for the project if the Inspector is not able to be on the project for any reason. 5

2 STATEMENT OF QUALIFICATIONS SUBMITTAL 2.1 NUMBER OF COPIES OF THE SOQ NEEDED: The provider shall submit 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 8½ x 11 paper. Tabloid 11 x 17 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) pages limit. All other pages, including Section 3.2 Letter of Transmittal and Section 3.6 Certification, will be included in the fifteen (15) pages limit. Resumes will be limited to one (1) page and be 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: Bexar County reserves the right to reject any and all SOQs received as a result of this RFQ or to negotiate separately with any source whatsoever in any manner necessary to serve the best interest of Bexar County. Bexar County does not intend to pay for the information solicited or obtained through any response. 2.5 INCURRING COSTS: Bexar 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 RFQ will be affirmed in writing and will be posted to the Bexar County 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, August 6, 2014. 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 an addendum will be posted to the Bexar County Website at http://inf.bexar.org/. 6

2.8 RESPONSE DATE: To be considered, SOQs must arrive at the issuing office or department no later than 4:00 p.m. on Friday, August 22, 2014. Service providers mailing SOQs should allow normal mail delivery time to ensure timely receipt of their SOQ. 2.9 TYPE OF CONTRACT: Bexar 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/City 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 RFQ. 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 SOQ whether or not the service provider produces them. Furthermore, Bexar 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, PE, CFM Engineering Services Manager Bexar County Public Works Department Flood Control Division 233 North Pecos La Trinidad, Suite 420 San Antonio, TX 78207 Statement of Qualifications for: PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR: STREET, DRAINAGE AND REGIONAL FLOOD CONTROL FACILITIES PROJECTS August 22, 2014 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, 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 for each key 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 County Projects. It is not required that the proposed project manager be a Professional Engineer. Service provider may, however, include one or more Professional Engineers licensed in the state of Texas on the Team, if requested by the County, for review and construction related tasks that may require that expertise. Inspectors should be classified in accordance with categories in section 1.4.2. 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 Construction inspection projects completed within the last eight (8) years or under contract by the firm, of similar scope to this one, with approximate construction costs and date completed. Include the following for each listed project: Project name, location, status, completion date; Dollar value of construction contract; Indicate whether services provided were as a Prime or Sub-consultant and describe assigned task(s); 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, current verified phone contacts and email addresses. Describe specific past experience relevant to consultant members work on similar type projects when working on TxDOT, County, City or other applicable projects. 3.3.4 A list of references complete with names, addresses, and phone numbers. 3.3.5 A statement of the extent to which the organization qualifies as a Small, Minority & Woman Owned Business Enterprise (SMWBE). Bexar County has established a SMWBE Program and is committed to increasing the involvement of SMWBE firms 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 SMWBE firms and a minimum of 30% of those procurement dollars are spent with Small Business Enterprises. Respondent will provide information in a format similar to the table 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.wbea-texas.org)]. 9

CERTIFICATION OF BUSINESS AS: SMALL, MINORITY OR WOMAN OWNED BUSINESS ENTERPRISE (SMWBE) Type of Certification (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 3.3.6 A statement of the extent to which the individual or organization has a place of business within Bexar County. 3.3.7 An assessment of the present workload at the office where this project will be encompassed 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. 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 inspection services for 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. Furthermore, a chart should be prepared providing time commitments and task responsibilities of the project team. 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 recognizes that this Statement of Qualifications becomes the property of Bexar County and is nonreturnable. 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 who s 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 experience and training to perform the work. 4.2 Availability The extent to which the firm has personnel with sufficient time to perform the work. 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 required tasks and that meets 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 the County and other governmental or institutional clients. 4.8 Management Plan An organizational structure and management plan for the project(s) that will be highly responsive to the needs and interests of the County. 12