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

Similar documents
MINNESOTA DEPARTMENT OF TRANSPORTATION STATEWIDE

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AND CONSTRUCTION ENGINEERING INSPECTION SERVICES FOR THE CAMP HALL RAILROAD BUILD IN AND VOLVO AUTO

VDOT. Virginia Department of Transportation REQUEST FOR QUALIFICATIONS A DESIGN-BUILD PROJECT

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

VDOT. Virginia Department of Transportation REQUEST FOR QUALIFICATIONS A DESIGN-BUILD PROJECT

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

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

Colquitt Regional Medical Center

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

PART V PROPOSAL REQUIREMENTS

A DEFINITIONS AND ACRONYMS

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

Chabot-Las Positas Community College District

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

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

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

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

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

REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

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

Exhibit A DEFINITIONS AND ACRONYMS

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

ARCHITECTURAL SERVICES COLLEGEWIDE

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

CITY OF GOLDEN, COLORADO Parks and Recreation Department

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

1 INTERNAL AUDIT SERVICES RFP

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

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Qualifications Construction Manager

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

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

Introduction. Proposal Submission

January 19, To Whom It May Concern:

Request for Qualifications for Assistive Technology Consultant Services

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

REQUEST FOR QUALIFICATIONS for Vancouver Life Sciences Building Pre-Design/Programming Services

Request for Proposal. Housing Opportunity Program Development Services

REQUEST FOR PROPOSALS (RFP)

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

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

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

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

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

Chabot-Las Positas Community College District

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

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

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

FLORIDA DEPARTMENT OF TRANSPORTATION

Northeast UAS Airspace Integration Research Alliance, Inc. (NUAIR)

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

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

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

A DEFINITIONS AND ACRONYMS

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

TRANSPORTATION 2050 PROGRAM MANAGEMENT SUPPORT SERVICES

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

PPEA Guidelines and Supporting Documents

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

STATE OF MAINE Department of Economic and Community Development Office of Community Development

REQUEST FOR PROPOSAL (RFP) Posey County Long Range Transportation Plan

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

NOTICE OF REQUEST FOR PROPOSALS

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

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

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

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

REQUEST FOR PROPOSALS

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Statements Qualifications(RFQ) For

City of Malibu Request for Proposal

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

State Project No. XXXXXX City Project No. c401807

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

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

Transcription:

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina March 1, 2018

1. INTRODUCTION Palmetto Railways, a division of the South Carolina Department of Commerce, is issuing this Request for Qualifications (RFQ) to solicit Statements of Qualifications (SOQs) from those entities (Proposers) interested in contracting to serve as the Design-Builder for the design and construction of the proposed Freight Rail Connection for the Camp Hall Commerce Park (Camp Hall) in Ridgeville, Berkeley County, South Carolina. The proposed road and rail construction work involved is hereinafter referred to as the Project. The term Proposer as used herein includes a firm or firms, consortia, partnerships, joint ventures and others with whom Palmetto Railways will be contracting. 2. PROJECT INFORMATION AND PROCUREMENT OVERVIEW A. Project Overview Palmetto Railways proposes to construct a new Freight Rail Connection that interconnects Camp Hall Commerce Park (Camp Hall) in Ridgeville, South Carolina to the existing CSX Transportation (CSX) Cross Subdivision in Berkeley County. Please see Key Route Map in Attachment A, attached herein. The new connection will provide the Park connectivity to the larger regional rail network, improving transportation, distribution, and logistics for tenants and promoting economic development in Berkeley County and the State of South Carolina. The goal of the Project is to deliver the new Freight Rail Connection in an efficient, cost-effective manner that minimizes environmental impacts. B. Scope of Work 1. The scope of work to be undertaken by the Proposer under the design-build contract for this Project will be further defined in the Request for Proposals (RFP). The selected Proposer will be responsible for all engineering, design, and construction services, including but not limited to, permitting, utility coordination, railroad coordination, maintenance of traffic, quality control, inspection and testing services, geotechnical exploration, environmental monitoring and compliance, as-built plans, and any other services that may be necessary to complete the Project. The Project will be designed in accordance with American Railway Engineering and Maintenance-of-Way Association (AREMA), South Carolina Department of Transportation (SCDOT) and American Association of State Highway Transportation Officials (AASHTO) design specifications and criteria, and constructed in accordance with AASHTO, SCDOT, AREMA, CSX and Palmetto Railways standards and specifications. 2. The design work will include, but not be limited to: a. Survey b. Geotechnical exploration and design c. Hydrologic/hydraulic analysis and design d. Track design e. Erosion and Sediment Control design Page 2 of 23

f. Interchange Rail Yard design g. Roadway design h. Grade Crossing design i. Bridge and Roadway Structures (large culverts) design j. Traffic Engineering and Encroachment permits k. Seismic design l. Public Outreach m. Utility coordination n. Transportation Management and Maintenance of Traffic Plans o. As-Built Plans p. HAZMAT Studies and Compliance 3. Construction will consist of all necessary civil, railway, yard, roadway and bridge work, including but not limited to: a. Construction of a new six-span bridge over a navigable waterway b. Construction of approximately 24 miles of new track c. Installation of at-grade roadway crossings and safety warning equipment d. Installation and maintenance of erosion and sediment control work items e. Maintenance of traffic at roadway interchanges f. Coordinate with all utility owners for utility protection and/or relocation Construction engineering and management, including quality control, will be the responsibility of the selected Proposer. Palmetto Railways will be responsible for the quality acceptance and independent assurance testing portions of the Quality Assurance Program for the Project. If required by design, the selected Proposer will be responsible for dynamic and/or static load testing of drilled shafts and/or driven piles. Construction will comply with the AREMA, AASHTO, SCDOT, CSX and/or Palmetto Railways standards and specifications. 4. Construction Engineering and Inspection Construction Management and Construction Engineering Inspection ( CM/CEI ) Services for this Project will be performed by Palmetto Railways either through in-house staff or by the selected third party private engineering firm. 5. National Environmental Policy Act (NEPA) An Environmental Assessment (EA) is being prepared for the Project under the direction of the United States Army Corps of Engineers (USACE) and the Surface Transportation Board (STB). The Proposer shall be responsible for complying with the NEPA determinations and all environmental commitments. Page 3 of 23

6. Permitting A USACE Individual Permit, SCDHEC 401 Water Quality Certification/Coastal Zone Certification, Section 106 Memorandum of Agreement, and U.S. Coast Guard Bridge Permit, if applicable, will be obtained by Palmetto Railways for this project. The preparation of all other necessary permit applications and agency coordination will be the responsibility of the Proposer. Regarding any permit or license that must be obtained in the name of Palmetto Railways, the Proposer shall obtain the permit or license, and Palmetto Railways shall fully cooperate in this effort and perform any functions that must be performed by Palmetto Railways. C. Procurement Process 1. Palmetto Railways will use a two-step procurement process to select a designbuild team with which to execute a contract for this Project. This RFQ represents the first step in the process to solicit information, in the form of SOQs, that Palmetto Railways will evaluate to determine which Proposers are the most highly qualified to successfully deliver the Project. Proposers are advised that the evaluation of the SOQs and selection process is a competition and not simply a prequalification for the RFP stage. 2. Selection of Short List After evaluating the SOQs, Palmetto Railways anticipates short-listing at least three, but not more than five, of the most highly qualified Proposers that submit SOQs to move forward into the RFP stage. Selection will be based upon the evaluation process as set forth in Section 4 (Evaluation Process). After evaluating the SOQs, the Proposal Evaluation Committee will recommend the short-listed firms to the President and CEO. The President and CEO will have final approval. The determination regarding how many Proposers to short list is not subject to review or protest. D. Proposer Point of Contact Once a SOQ is submitted by a Proposer, the Proposer Point of Contact as identified in their SOQ shall be the only team member allowed to initiate contact with the Palmetto Railways Point of Contact during the Procurement. This includes all correspondence including but not limited to Confidential Questions, Clarifications, and Alternative Technical Concepts (ATCs). The Proposer Point of Contact can be a member of the Lead Designer or Lead Contractor. E. Palmetto Railways Point of Contact Mr. T. Ravenel is the Palmetto Railways Point of Contact (POC) for receiving all communications about the Project. Effective the date of the advertisement of this RFQ, no further contact is allowed with any Palmetto Railways personnel concerning this Project except for questions of an administrative or contractual nature that shall be submitted in writing to the attention of the POC (email is acceptable). This restriction is in effect until the contract has been awarded. Any Proposer engaging in prohibited Page 4 of 23

communications may be disqualified at the sole discretion of Palmetto Railways. Written inquiries should be sent to: Mail Delivery: Tarek Ravenel Director of Special Projects Palmetto Railways 540 East Bay Street Charleston, SC 29403 E-mail: TRavenel@PalmettoRail.com F. Anticipated Milestone Schedule Milestone Date Advertise RFQ March 1, 2018 Deadline for Questions regarding the RFQ March 23, 2018 Deadline for Submittal of SOQs April 5, 2018 at 12:00 pm Interview of Responding Teams April 26, 2018 Selection of Shortlisted Teams May 4, 2018 Issue RFP May 4, 2018 Debriefs for non-short-listed Proposers May 10, 2018 Deadline for RFP Questions June 29, 2018 Deadline for Submittal of Proposals July 16, 2018 at 12:00 pm Conditional Award of Design-Build Contract August 16, 2018 G. RFQ Documents, Questions and Requests for Clarification; Addenda 1. Electronic copies of the RFQ may be downloaded from Palmetto Railways website at http://palmettorailways.com. Additional information regarding the Project may be found at the Camp Hall webpage ( the Project Webpage ) at http://palmettorailwayscamphallrail.com/, and at the U.S. Army Corps of Engineers (USACE) and Surface Transportation Board (STB) environmental review webpage at: http://www.camphallrailnepa.com. 2. Reference to any website (including the Project Webpage) in this RFQ are provided for reference and background information only. The information contained in the Project Webpage reflects information as of any date or time identified therein. Palmetto Railways makes no representation as to the accuracy, completeness, or pertinence of the information in any referenced website (including the Project Webpage), and, in addition, shall not be responsible for any interpretations thereof or conclusions drawn therefrom. The statements made in the Project Webpage that are not purely historical are forward-looking statements, including Palmetto Railways expectations, intentions or strategies regarding the future. These statements are based on information currently available to Palmetto Railways, and Palmetto Railways assumes no obligation to update any such forward-looking statements. 3. In order to facilitate receipt, processing and response, Proposers must submit all questions and requests for clarification regarding this procurement in writing to the Palmetto Railways Authorized Representative via email at: TRavenel@PalmettoRail.com. Page 5 of 23

4. Proposers are responsible for ensuring that any written communications clearly indicate on the first page or in the subject line, as applicable, that the material relates to the Project. Palmetto Railways may make edits in addenda to this RFQ in response to clarification requests. Alternatively, Palmetto Railways may respond to those questions that Palmetto Railways deems to be material and not adequately addressed through potential addenda to the RFQ. Palmetto Railways will post any such responses and/or addenda to this RFQ on the Project Webpage. 5. It is the Proposer s responsibility to check the Palmetto Railways Website regularly for updates, modifications, and additional documentation pertaining to this procurement. Proposers shall acknowledge that they have received and reviewed all materials posted thereon in their response to this RFQ. 3. CONTENTS OF STATEMENTS OF QUALIFICATIONS This Section describes specific information that must be included in the SOQ in order to be responsive. The format for the presentation of such information is described in Section 5 (Statement of Qualifications Submittal Requirements). A. General 1. It is not the intention of Palmetto Railways to receive project specific design or engineering recommendations as part of this RFQ. Proposers shall limit their submittals to the information required by this RFQ and other information regarding qualifications and experience. 2. The information obtained under this RFQ will become the property of Palmetto Railways without restriction or limitation on its use. Palmetto Railways shall have unrestricted authority to publish, disclose, distribute, or otherwise use in whole or in part any reports, data, or other materials prepared under this RFQ. 3. Proposer shall provide brief, concise information that addresses the requirements of the Project consistent with the evaluation criteria described in this RFQ. 4. Proposer shall be held responsible for the validity of all information supplied in its SOQ, including that provided by potential subcontractors. Should subsequent investigation disclose that the facts and conditions were not as stated, the SOQ or proposal may be rejected or contract terminated for default if after award, in addition to any other remedy available under the contract or by law. 5. The following Sections 3B through 3G describe the information that is required and how it will be used. 6. SOQ formatting requirements: The response shall contain no more than thirty-six (36) double spaced pages with normal one (1) inch border margins, typed on one side only, excluding appendices. Minimum font size shall be 12-point, and the response document page size shall be standard 8.5 inches x 11 inches. The organizational chart may be on a larger paper size up to 11 inches x 17 inches. If the response does not conform to these requirements, the proposal may be negatively scored. Page 6 of 23

B. Introduction 2 Pages 1. Identify the entity with whom Palmetto Railways will be contracting and if this will be a partnership, corporation, joint venture, etc. If a joint venture, name the person who has authority to sign the contract on behalf of the joint venture. Provide contact name, mailing address, phone numbers, and e-mail address for contracting entity. 2. Identify Proposer s Point of Contact for the procurement for this Project including mailing address, phone number and email address. 3. Identify the full legal name of both the Lead Contractor and Lead Designer for the Project. The Lead Contractor is defined as the Proposer that will serve as the prime/general contractor responsible for construction of the Project. The Lead Designer is defined as the prime design consulting firm responsible for the overall design of the Project. 4. An express written statement from the Proposer committing that the Key Personnel designated in the SOQ for the positions or roles described in Section D shall be available to serve the role so identified in connection with the Project and that they shall be available for the duration of the project. C. Team Structure and Project Approach 8 Pages The information required by this section will be used in the qualitative assessment of the SOQ. Palmetto Railways will evaluate the capabilities of the Proposer organization to effectively deliver the Project. 1. Organizational Chart and Team Structure 1 Page (can be 11 x17 page) Provide an organizational chart showing the flow of the chain of command with lines identifying participants who are responsible for major functions to be performed and their reporting relationships, in managing, designing and building the Project. The chart must show the functional structure of the organization down to the design discipline leader and construction superintendent level and must identify Key Personnel by name and firm. Identify the critical support roles and relationships of project management, project administration, executive management, construction management, quality management, safety, environmental compliance and subcontractor administration. Provide a brief, written description of significant functional relationships and past experience working together among participants and how the proposed organization will function as an integrated design-build team. Organizational Chart shall be limited to one page and counts towards the specified page limit in Section 5B.2. 2. Resources and Project Approach 7 Pages a. Describe the team s approach to coordinate and deliver all portions of the Project in a cost-effective and efficient manner with a minimum of environmental impacts. b. Identify items of work and percentage of work that the lead organization will self- perform. If a joint venture, identify work items each entity will perform. Page 7 of 23

c. Identify and discuss 5 critical risks for this Project, focusing on what the Proposer s team considers the most relevant and critical to the success of the Project. Describe why the risk is critical, indicate the impact the risk will have on the Project, and discuss the mitigation strategies the Proposer s team may implement to address the risk. Describe the role that the Proposer expects Palmetto Railways or other agencies to have in addressing these Project risks. D. Experience of Key Personnel 16 Pages The information required by this section will be used in the qualitative assessment of the SOQ. Palmetto Railways will evaluate the capabilities of the Proposer s Key Personnel* to effectively deliver the Project. *Team members identified with an asterisk are Key Personnel. 1. Prior to contract execution, all team members shall hold or obtain licenses required for performing work on the Project under state and local laws. Any design reports, plans, and foundation designs shall be signed and sealed by an unrestricted Professional Engineer registered in the State of South Carolina. 2. Team members may perform multiple roles with the exception of the Project Manager, Lead Design Engineer, Construction Manager, and the Quality Control Manager, who shall have singular responsibilities as described below. 3. Experience of Key Personnel shall be limited to two pages each. If an individual fills more than one position, only one description is required. 4. Project Manager* a. The Project Manager shall be the primary person in charge of and responsible for delivery of the Project in accordance with the Contract requirements. The Project Manager shall have full authority to make final decisions on behalf of the Proposer and have responsibility for communicating these decisions directly to Palmetto Railways. After award of the Project, the Project Manger shall be the primary contact for communications with Palmetto Railways and is expected to attend all regularly scheduled meetings. The Proposal must identify the Project Manager and the employing firm and clearly define the role and responsibility of the Project Manager relative to the member firms. b. The Proposer s Project Manager shall have a minimum of 10 years of progressive experience including management of projects of similar scope, magnitude, and complexity. c. This project shall be the Project Manager s sole responsibility which requires him/her to be dedicated only to this project and have no other outside project, responsibilities for the duration of this contract. For the duration of the contract, the Project Manager shall be dedicated solely to managing this Project, shall have no other assigned Project responsibilities, and shall not be utilized on any other projects. Page 8 of 23

d. The Project Manager shall be on-site during all construction activities and be available for weekly status meetings during the design phase or at the request of the Palmetto Railways. e. For the duration of the project, beginning at Notice to Proceed (NTP) and concluding at Final Acceptance, the Project Manager shall reside within 30 miles of the project site. 5. Design Engineering Team The Proposer s design engineering team shall have experience and expertise in all phases of railway design, and bridge structure design for the Project. All Professional Engineers signing and sealing plans on the Project shall be unrestricted Professional Engineers registered in the State of South Carolina. Key Personnel of the design team shall have the following minimum qualifications: a. Lead Design Engineer* i) The Lead Design Engineer shall be an engineer licensed in the state of South Carolina, shall be in charge of and responsible for all aspects of the design of the Project, subject to the direction of the Project Manager. ii) The Lead Engineer shall hold a valid South Carolina PE and shall have a minimum of 10 years of progressive experience and expertise in the design of freight railways. iii) The Lead Design Engineer shall be a full-time employee of the lead design firm. For the duration of the design phase, the Lead Design Engineer shall be dedicated solely to design of the Project, shall have no other assigned Project responsibilities, and shall not be utilized on any other projects. Project must be his sole responsibility which requires him to be dedicated only to this project and have no other project, responsibilities for the duration of the design phase. b. Structural Engineer* i) The Structural Engineer shall have a minimum of 10 years of progressive experience in the design of bridges, drainage structures, track hoppers, and retaining walls. c. Track Engineer* i) The Track Engineer shall have a minimum of 10 years of progressive experience in the design of freight trackage and yard facilities. 6. Construction Management Team The Proposer s construction management team shall have experience and expertise in all phases of track, roadway and bridge construction. Key Personnel of the construction team shall have the following minimum qualifications: a. Construction Manager* i) The Construction Manager shall be responsible for all aspects of the construction of the Project, subject to oversight of the Project Manager. Page 9 of 23

ii) The Construction Manager shall have 10 years of progressive experience including management of projects of similar scope, magnitude, and complexity. iii) The Construction Manager shall be dedicated solely to managing the construction of the Project, shall have no other assigned Project responsibilities, and shall not be utilized on any other projects. iv) The Construction Manager shall be responsible for all on-site activities during all construction activities for the Project. b. Bridge/Structures Superintendent* i) The Bridge/Structures Superintendent shall be responsible for all aspects of the construction of the bridge and structures on the project. ii) The Bridge/Structures Superintendent shall have a minimum of 10 years progressive experience in the construction and management of bridge and structures projects of similar scope, magnitude and complexity. iii) The Bridge/Structures Superintendent shall be dedicated solely to managing the construction of the bridge and structures on the Project, shall have no other assigned Project responsibilities. iv) The Bridge/Structures Superintendent shall be responsible for all on-site Bridge and structures construction activities for the Project. c. Track/Special Trackwork Construction Superintendent* i) The Track/Special Trackwork Superintendent shall be responsible for all aspects of the track and special trackwork construction on the project. ii) The Track/Special Trackwork Superintendent shall have a minimum of seven years progressive experience in the construction and management of track and special trackwork projects of similar scope, magnitude and complexity. iii) The Track/Special Trackwork Superintendent shall be dedicated solely to managing the construction of the track and special trackwork on the Project, shall have no other assigned Project responsibilities. iv) The Track/Special Trackwork Superintendent shall be responsible for all on-site Track and special trackwork construction activities for the Project. d. Quality Control Team i) The Quality Control (QC) team shall meet the following minimum qualifications: The QC team shall have an SCDOT accredited lab for testing purposes. The inspection personnel will be required to be certified in the particular area(s) in which they will be. All certifications must be Page 10 of 23

kept current and will be reviewed on a quarterly basis and approved by Palmetto Railways. Inspection personnel shall have a minimum of 3 years of inspection experience. The QC Manager* shall meet the following minimum qualifications: The QC Manager shall be responsible for ensuring that all workmanship and materials are in compliance with the Contract requirements. The QC Manager shall coordinate with the Palmetto Railways Resident Construction Engineer (RCE) for all Quality Acceptance and Independent Assurance Testing. The QC Manager shall not report directly to the Project Manager or other project personnel, but shall report to a responsible officer of the successful Proposer. The QC Manager shall have a minimum of 15 years of experience on projects of similar scope, magnitude, and complexity. For the duration of construction, the QC Manager shall be dedicated solely to project quality control, shall have no other assigned Project responsibilities, and shall not be utilized on any other projects. The QC Manager shall be responsible for the quality of all construction activities for the Project. E. Past Performance of Team 10 Pages The information required by this section will be used in the qualitative assessment of the SOQ. Palmetto Railways will evaluate the past experience of the Proposer s organization to effectively deliver the Project. The Proposers are advised that Palmetto Railways may use all information provided by the Proposer and information obtained from other sources in the assessment of past performance. Past performance information on contracts not listed by the Proposer, or that of named subcontractors, may also be evaluated. Palmetto Railways may contact Project References other than those identified by the Proposer and information received may be used in the evaluation of the Proposer s past performance. While Palmetto Railways may elect to consider information obtained from other sources, the burden of providing current, accurate, and complete past performance information rests with the Proposer. Experience of Proposer s Team: 1. Provide descriptions of a maximum of 10 representative projects the Proposer and/or team members haves constructed, designed or managed (if the Proposer is not yet existing or is newly formed, please explain). For projects in which several of the proposed Major Participants were involved, the Proposer may provide a single project description. Highlight experience relevant to the Project the Proposer has gained in the last 10 years. Cite projects with levels of scope comparable to that anticipated for the Project. Consider citing projects where project goals were successfully achieved; construction duration was minimized, Page 11 of 23

design schedules were kept, original design and construction budgets were not increased, and where project implementation resulted in limited or mitigated impacts to environmental resources. Describe the experiences and lessons learned that could be applied to this Project. a. For each project listed, client references familiar with the work performed shall be included along with current contact information, using the Project Description Form provided herein as Attachment B. i) If the owner s project manager is no longer with the owner, provide alternative contact information at the agency that is familiar with the project. The alternative contact must have played a leadership role for the owner during the project. b. Provide 5 projects completed within the last 10 calendar years that identify the previous relevant work experience by the Lead Designer and any Major Design Sub-consultants for this Project. c. The projects listed should be those the Proposer considers most relevant in demonstrating the qualifications of the team to manage, design and construct this Project. 2. Quality of Past Performance a. For each of the 10 projects described in the above Section 3E.1, provide detailed performance evaluation information. The project narrative should be a self-assessment of the Proposer s performance on the project to identify projects with firms or personnel that have successfully completed projects on time and on or under budget, and to identify Proposers that have records of managing contracts to minimize delays, claims, dispute proceedings, litigation, and arbitration. The narrative should then explain any cost overruns, schedule delays, claims, litigation, and liquidated damages associated with the projects. b. In addition to the project narrative described above, Proposers shall provide quantitative Past Performance information and owner contact information using Attachment B Project Description Form, provided herein. Completed Forms B shall be submitted as Appendix B. c. Palmetto Railways may contact references other than those identified by the Proposer and information received may be used in the evaluation of Proposers past performance. While Palmetto Railways may elect to consider information obtained from other sources, the burden of providing current, accurate, and complete past performance information rests with the Proposer. F. Legal and Financial (Pass/Fail) The information required in response to this section shall be submitted as Appendix A. Information provided in response to these sections will not count towards the overall page limitation defined in Section 5B.2 and will not be scored. Page 12 of 23

1. Financial Capacity Provide a notarized affidavit executed by a principal officer of Proposer that declares Proposer has the financial capacity and the resources necessary to complete the Project as proposed in the RFQ. 2. Bonding Capability Provide written documentation from the Proposer s bonding firm confirming Proposer s capacity to be bonded for the Project as proposed in the RFQ. The bond letter must be issued by a surety company licensed in the State of South Carolina with an A minimum rating of performance as stated in the most current publication of A.M. Best Key Rating Guide, Property Liability and signed by the surety's agency or attorney-in-fact. Surety must be listed on the current U.S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond. If surety qualifies by virtue of its Best's listing, the amount of the Bond may not exceed 10 percent of policyholders' surplus as shown in the latest A.M. Best's Key Rating Guide. The bond letter must reflect single bonding capacity of the Proposer, which exceeds the anticipated value of this Project ~ $75M. 3. Organizational Agreements If the Proposer is a partnership, limited partnership, joint venture, or other association (hereinafter joint venture), provide either (1) a notarized letter from the joint venture members indicating that they intend to create a joint venture to perform this Project or (2) a copy of the organizational document or agreement committing to form the organization. In the event a notarized letter is submitted with this RFQ, the shortlisted joint venture shall submit with its response to the RFP, a copy of the joint venture organizational agreement. Provide documentation from its surety company acknowledging the future formation of a joint venture for the purpose of completing the Project and that the joint venture will be capable of obtaining a performance bond and a payment bond in the estimated amount of the contract. Provide a statement executed by all general partners, joint venture members, or other association members, as applicable, evidencing agreement to be fully liable for the performance under the contract. Provide documentation evidencing the person signing the contract has authority to sign the contract on behalf of the joint venture. This information may be included in the appendices and will not count towards the overall page limitation defined in Section 5B.2. G. Organizational Conflicts of Interest 1. See Section 6 (Conflict of Interest) for information regarding Organizational Conflicts of Interest. 2. The required information for Potential Conflicts of Interest shall be submitted in Appendix C. The Proposer shall complete a Disclosure of Potential Conflict of Interest Statement (See Attachment C, attached herein), certifying that they Page 13 of 23

have no conflict of interest with the Project. If there is a conflict with the Project, then the Proposer needs to describe the conflict. 3. Information provided in response to this section will not count towards the overall page limitation defined in Section 5B.2. 4. EVALUATION PROCESS A. SOQ Evaluation Palmetto Railways will initially review the SOQs for responsiveness to the requirements of this RFQ. The information in the SOQ will then be measured against the evaluation criteria stated in Section 4B (SOQ Evaluation and Scoring). B. SOQ Scoring Palmetto Railways will evaluate all responsive SOQs and measure each Proposer s response against the Project goals and selection criteria set forth in this RFQ. C. Determining Short-listed Proposers 1. Palmetto Railways will total the scores for each responsive SOQ and prepare a ranked list of Proposer s. 2. Palmetto Railways reserves the right, at its sole discretion, to cancel this RFQ, issue a new RFQ, reject any or all SOQs, seek or obtain data from any source that has the potential to improve the understanding and evaluation of the responses to this RFQ, seek and receive clarifications to an SOQ and waive any deficiencies, irregularities or technicalities in considering and evaluating the SOQs. 3. This RFQ does not commit Palmetto Railways to enter into a contract or proceed with the procurement of the Project. Palmetto Railways assumes no obligations, responsibilities and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred by the parties responding to this RFQ. All such costs shall be borne solely by each Proposer. In addition, Palmetto Railways assumes no obligations, responsibilities and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred by the parties if Palmetto Railways elects to not issue an RFP for the Project. D. Notification of Short listing Upon completion of the evaluation, scoring and short-listing process, Palmetto Railways will advise the selected short-listed firms in writing via U.S. Mail and/or email. E. Debriefing Meetings If a non-short-listed Proposer would like to schedule a debriefing, Proposer will make written request to the Palmetto Railways POC (emails are acceptable) for a debriefing to be scheduled. Page 14 of 23

5. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS This section describes requirements that all Proposers must satisfy in submitting SOQs. Failure of any Proposer to submit their SOQ as required in this RFQ may result in rejection of its SOQ. Responses shall address each of the categories listed in Section 3 (Contents of Statements of Qualifications) and in the same order specified. If a Proposer does not submit responses to those items, their submittal may be considered nonresponsive and will not receive further review/evaluation. Any proposal deemed nonresponsive shall be retained by Palmetto Railways and subject to Freedom of Information Act (FOIA). Proposers are advised that Palmetto Railways reserves the right to conduct an independent investigation of any information, including prior experiences, identified in the responses. Proposers are responsible for effecting delivery by the deadline date and time; late submissions will be rejected without opening. A. Due Date, Time and Location 1. All SOQs, including hand-delivered packages, must be received in accordance with the milestone schedule in Section 2.F (Anticipated Milestone Schedule). 2. Proposers are to physically deliver five (5) printed and bound hard copies of the SOQ, one (1) with original signatures, and one (1) electronic copy (provided on a flash drive) of their SOQ to: B. Format T. Ravenel Director of Special Projects Palmetto Railways 540 East Bay Street Charleston, SC 29403 1. The Statement of Qualifications format is prescribed below. If Palmetto Railways determines that an SOQ does not comply with or satisfy the format in this section, Palmetto Railways may find such SOQs to be non-responsive. 2. The SOQ must not exceed thirty-six (36) pages (not including Section Dividers or Appendices). 3. The Proposer should utilize hyperlinks to connect information in the Appendices that is referenced within the narrative section of the electronic submittal. 4. There are no maximum page limits to the Appendices, but the Appendices shall only contain information relevant to the requested Appendix information in this RFQ. Appendices shall not be used to further enhance an SOQ beyond these requirements. The SOQ shall contain the following Appendices: a. Appendix A Legal and Financial b. Appendix B Project Description Forms c. Appendix C Disclosure of Potential Organizational Conflict of Interest Page 15 of 23

5. The SOQ shall be: a. Prepared on 8.5 X 11 white paper (Organizational Chart may be on an 11 X 17 page folded to 8.5 X 11 size) b. Use a single column of text per page. Double columns are not allowed. c. Double spaced d. Times New Roman, minimum size 12-point font 6. CONFLICT OF INTEREST i) Text contained on the charts, exhibits, or other illustrative information shall be no smaller than 10- point Times New Roman. A. The Proposer s attention is directed to 23 CFR Part 636 Subpart A and in particular to Section 636.116 regarding organizational conflicts of interest. Section 636.103 defines organizational conflict of interest as follows: 1. Organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the owner, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. B. Consultants and/or sub-consultants who assist the owner in the preparation of a RFP document will not be allowed to participate as a Proposer or join a team submitting a proposal in response to the RFP. However, Palmetto Railways may determine there is not an organizational conflict of interest for a consultant or sub-consultant where: 1. The role of the consultant or sub-consultant was limited to provision of preliminary design, reports, or similar low-level documents that will be incorporated into the RFP, and did not include assistance in development of instructions to Proposer or evaluation criteria, or 2. Where all documents and reports delivered to the agency by the consultant or subconsultant are made available to all Proposers C. Proposers who identify any person or entity who has an organizational conflict and/or has performed, is performing, or will perform certain preliminary engineering for this Project, and wish to identify them to participate on the design build team shall: 1. Disclose all work performed in relation to the Project and describe in detail the organizational conflict on the Disclosure of Potential Conflict of Interest Statement included in this RFQ as Attachment C. Disclosure includes providing all relevant facts concerning any past, present or currently planned interests which may present an organizational conflict of interest. Proposer shall state how its interests or those of its chief executives, directors, Key Personnel for this Project, or any proposed consultant, contractor or subcontractor may result, or could be viewed as an organizational conflict of interest; Page 16 of 23

2. Provide all records of such work to Palmetto Railways so that all such information can be made available to all potential design-build teams, if necessary; 3. Ensure that the person s or entity s contract with Palmetto Railways or any related entity to perform service related to this Project has expired or has been terminated prior to release of the RFP; 4. In cases where the person or entity is identified as a primary member on more than one design-build team for this Project, Proposer shall describe how the person or entity will avoid conflicts in the bid phase of the Project. 5. Comply with all federal and state conflict of interest rules and regulations. D. The lead contractor and lead designer on a design-build team are prohibited from submitting on multiple proposals for the Project. E. The Proposers must complete a Disclosure of Potential Conflict of Interest Statement and submit it as part of the SOQ response to certify that all members of the Proposers team either have or have no conflict of interest. If no member of a Proposer s team has a potential conflict of interest, the Proposer shall submit only one Disclosure of Potential Conflict of Interest Statement. Otherwise, any team member with a potential conflict of interest shall submit a Disclosure of Potential Conflict of Interest Statement. Palmetto Railways will review the Disclosure of Potential Conflict of Interest Statement and the proposed mitigation measures to determine if the Proposer may proceed forward. Palmetto Railways will determine, in its sole discretion, if the Proposer has obtained an unfair competitive advantage. Disclosure of a potential conflict of interest will not necessarily disqualify a Proposer. The Disclosure of Potential Conflict of Interest shall be submitted as Appendix C and will not count towards the overall page limitation. F. Proposer agrees that, if an organizational conflict of interest is discovered after the RFQ proposal is submitted, Proposer must make an immediate and full disclosure to Palmetto Railways that includes a description of the action that the Proposer has taken or proposes to take to avoid or mitigate such conflict. If after award of the contract an organizational conflict of interest is determined to exist, Palmetto Railways may, at its discretion, cancel the design-build contract for the Project. If the Proposer was aware of an organizational conflict of interest prior to the award of the contract and did not disclose the conflict to Palmetto Railways, then Palmetto Railways may terminate the contract for default. G. Because of their prior work or services currently being provided that relate to this Project, the following firms have been identified as having conflicts of interest: 1. CDM Smith 2. TranSystems 3. HDR Proposers utilizing the firm(s) identified above will be disqualified from participating in this Project. Page 17 of 23

H. To avoid the appearance of any real or perceived favoritism, unfair advantage, undue influence, or conflict of interest, a proposal that names, identifies, or includes in any way a current or former Palmetto Railways employee who was employed by Palmetto Railways within 365 days of the submittal will be disqualified. No communication or appearance shall be made by such a current or former employee with Palmetto Railways on such proposal, or the proposal will be disqualified. In addition, no current or former employee may work on or invoice for direct services performed on this Project within 365 days after their last day of employment with Palmetto Railways. 7. MISCELLANEOUS A. Changes to Organizational Structure 1. After initial submittal, the organizational structure identified pursuant to Section 3C (Team Structure and Project Approach), cannot be changed without Palmetto Railways authorization. Changes to a team submitted in response to this RFQ may result in a re-evaluation of the team s qualifications. 2. During the procurement, failure of the Proposer to notify Palmetto Railways of any changes in Key Personnel may render the proposal non-responsive and subject to rejection and the team disqualified. Palmetto Railways reserves the right to seek clarifications to confirm Key Personnel availability. 3. If after submission of the proposal any Key Personnel become unavailable, the Proposer shall notify the Palmetto Railways POC immediately of the unavailability and submit the name and resume of a replacement having equal or better qualifications. 4. If during the selection process, the Palmetto Railways POC is notified by the Proposer that Key Personnel are not available, action must be taken as follows: (1) if notified before scoring is complete, but after deadline for submittal, the Proposer can submit the resume of the person who would be replacing the key individual. The selection committee will score using the new Key Personnel; (2) if notified after the scoring is complete, but prior to final approval, and the change involves a short-listed firm, the Proposer can submit the resume of the person who will replace the Key Personnel. The selection committee must then determine if the new person would affect the selection results. If not, the Palmetto Railways POC will notate the change and the justification for keeping the selection results. If it does, the selection committee will re-score the proposal and change the selection ranking; or (3) if a Proposer notifies the Palmetto Railways POC of a Key Personnel change any time after the shortlisting has been approved, the Palmetto Railways must determine if the new Key Personnel is acceptable. If not, the proposal will be rejected. 5. To qualify for Palmetto Railways authorization to replace Key Personnel, the Proposer must submit the resume of the replacement, a written request explaining the reason for the change and must document that the proposed removal and replacement, or addition, will provide services and/or management of the Project equal to or better than that submitted with the RFQ. Palmetto Railways will use Page 18 of 23

the criteria specified in the RFQ and the qualification submitted by the Proposer to evaluate all requests. 6. Palmetto Railways reserves the right to reject the Proposer from further consideration during the two-step selection process if the new team member is not approved. 7. All persons identified in the organizational structure in the RFQ shall remain on the Proposer s team for the duration of the procurement process and if the Proposer is awarded a contract, the duration of the contract. Unauthorized changes to the Proposer s team at any time during the procurement process may result in elimination of the Proposer s team from further consideration. If Proposer is awarded a contract, unauthorized changes to any personnel identified in the organizational structure in the RFQ may be considered a breach of contract and result in termination of the contract. Page 19 of 23

Attachment A KEY ROUTE MAP Page 20 of 23

Page 21 of 23

A. TITLE AND LOCATION (City and State): Attachment B PROJECT DESCRIPTION FORM B. YEAR COMPLETED, OR MONTH AND YEAR SCHEDULED FOR COMPLETION: C. PROJECT OWNER'S INFORMATION Project Owner: Responsible Department: Point of Contact ( POC ) Name: POC Telephone Number: POC Email Address: D. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, delivery method and any other relevant feature or aspect of the project.) E. PROJECT COST AND SCHEDULE (Discuss the basis for any variances between the contracted and actual delivery amount and schedule.) Contracted Project Amount Actual Amount Received or Anticipated to Receive Upon Project Delivery Variance $ $ $ Contracted Project Schedule Actual Project Schedule Variance months days months days months days F. FIRMS FROM PROPOSER TEAM INVOLVED WITH THIS PROJECT FIRM NAME FIRM LOCATION(City/State) ROLE Page 22 of 23

Attachment C DISCLOSURE OF POTENTIAL CONFLICT OF INTEREST STATEMENT (Proposer Name) certifies that it has read and understands the following: The Proposer, its team members, and its affiliates agree not to have any public or private interest, and shall not acquire directly or indirectly any such interest in connection with the project, that would conflict or appear to conflict in any manner with the performance of the services under this contract. The Proposer and its team members are aware of and understand the requirements of 23 CFR, subsection 636.116. "Affiliate" means a corporate entity connected to the Proposer through common ownership. Team member means any known entity the Proposer intends to be in a contractual relationship with to complete the work associated with the project. The Proposer, its team members, and its Affiliates agree not to provide any services to any entity that may have an adversarial interest in the project, for which it has provided services to Palmetto Railways. The Proposer, its team members, and its Affiliates agree to disclose to Palmetto Railways all other interests that the Proposer, its team members, or sub consultants have or contemplate having during each phase of the project. The phases of the project include, but are not limited to, planning, scoping, early preliminary engineering, design, and construction. In all situations, Palmetto Railways will decide if a conflict of interest exists. If the Proposer, its team members, and its Affiliates choose to retain the interest constituting the conflict, Palmetto Railways may terminate the contract for cause in accordance with the provisions stated in the contract. Certification for Subject Project: Based on the foregoing, the Proposer certifies that no conflict exists with the subject project for it, or any of its team members and/or Affiliates Disclose of Conflict with Subject Project: Based on the foregoing, the Proposer certifies that a potential conflict does or may exist with the subject project for it, and/or any of its team members and/or Affiliates. The attached sheets describe the potential conflict This form, and any attachments, must be certified by a person from the Proposer who has contracting authority. Certified by: Printed Name: Signature: Title: Company Name: Date: Page 23 of 23