TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

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

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

Agency of Record for Marketing and Advertising

Disadvantaged Business Enterprise Supportive Services Program

Request for Qualifications Construction Manager

TOWN AUDITING SERVICES

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

City of Malibu Request for Proposal

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

Arizona Department of Education

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

LETTER OF AGREEMENT BETWEEN AND TOWN OF FALMOUTH COMMUNITY PRESERVATION COMMITTEE

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

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

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

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

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

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

ATHLETIC TRAINER FOR LONGMEADOW HIGH SCHOOL

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

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

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

Londonderry Finance Department

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

Dakota County Technical College. Pod 6 AHU Replacement

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

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

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Request for Proposals

Social Media Management System

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

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

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

REQUEST FOR PROPOSAL (RFP) NO

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

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

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

SCHOOL BOARD ACTION REPORT

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

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

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

Redevelopment Authority of Allegheny County

CITY OF PITTSBURGH Office of Management & Budget

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

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Health-Related Website and Social Media Platform Services

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

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

Caledonia Park Playground Equipment

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

Architectural Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

CITY OF PITTSBURGH Office of Management & Budget

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

GOODWILL YOUTHBUILD GED/High School Education Instruction

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

Request for Qualifications CULTURAL COMPETENCY TRAINING

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

Exhibit A. Purchasing Department School District of Osceola County, Florida

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

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

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

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

Transcription:

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES to the Falmouth Public School Boiler Projects RFQ Due Date: March 21, 2018 Key Contact: Patrick Murphy, Director of Finance and Operations pmurphy@falmouth.k12.ma.us February 26th, 2018 1

TABLE OF CONTENTS Page Number I. GENERAL OVERVIEW 3 II. GENERAL REQUIREMENTS 3 A. Key Project Dates and Schedule 4 III. QUALIFICATION INSTRUCTIONS 5 IV. QUALIFICATION REQUIREMENTS 9 V. SELECTION PROCEDURES 12 VI. QUALIFICATIONS SUBMISSION REQUIREMENTS 14 APPENDIXES 18 APPENDIX A Cert of Non-collusion/State Tax Certification 19 APPENDIX D Legal Advertisement 21 ATTACHMENTS ATTACHMENT A SCOPE OF SERVICES 22 2

I. GENERAL OVERVIEW A. Introduction The Falmouth Public School District through the Town of Falmouth seeks proposals from qualified engineering firms to provide complete oversight for two boiler projects within the school district. The town has allocated $830,000 for these two projects with an expected completion date of October 1, 2018. Capital budgets were allocated by the Town of Falmouth in November 2017 and include $470,000 for the Morse Pond Elementary School boiler replacement project and $360,000 for the East Falmouth Elementary School boiler replacement project. These allocations are expected to cover stamped specification and design work, bid preparation and recommendations, owner s project management services, the complete removal of the current boilers, any AHERA related remediation, as well as the complete installation of new high efficiency boilers. We would also expect the firm to apply for any energy efficiency rebates. This request for qualifications is only for the Engineer services required to complete these projects and does not include the installation of the boilers.. The Chief Procurement Officer of the Town of Falmouth (Owner),and Falmouth Schools Director of Finance and Operations, hereby requests the submittal of qualifications from qualified professional firms for design development, specification documents and project administration services covering the the school boiler projects at both schools. This solicitation is being conducted in accordance with the provisions of Massachusetts General Laws (MGL) Chapter 7C, Sections 44-59. All contracts must be strictly awarded in accordance with the requirements of MGL Ch. 7C Sections 44 59 and this Request for Qualifications (RFQ). If it becomes necessary to revise any part of this RFQ or otherwise provide additional information, an addendum will be issued to all prospective proposers who received copies of the original request. The Awarding Authority will be the School Committee of the Falmouth Public Schools, acting by and through its Superintendent. The Scope of Services and any published addenda to the RFQ and the Proposer s Response will become part of the Contract between the Falmouth Public School Dept. and the successful proposer. II. GENERAL REQUIREMENTS A. KEY DATES The following is a tentative schedule noting target dates for phases and tasks to be completed. 2/26/2018 RFQ issue and posted on the Town of Falmouth and Falmouth Schools Website 3/7/2018 Advertise in the Central Register 3/12/2018 Tour of the East Falmouth and Morse Pond Schools scheduled. Interested firms should meet in the Falmouth Schools Administration building at 1pm. 3/15/201 Last Day for questions to the Chief Procurement Officer and Director of Finance and Operations 3/21/2018 2:00 PM: Responses to RFQ due at FPS administration building located at 340 Teaticket Highway, East Falmouth, MA. 02536 Week of 3/26/2018 Award notification, fee negotiation, issue contract 3

If the Falmouth Public Schools are closed due to inclement weather or other unforeseeable events, proposal must be submitted no later than 10:00 AM on the next normal business day. 4

III. QUALIFICATION INSTRUCTIONS A. Instructions to Proposers 1. The/Falmouth School Dept. may cancel this RFQ, in whole or in part, or may reject all qualifications submitted in response, or may procure only some goods and/or services outlined in this RFQ whenever such action is determined to be fiscally advantageous to the Falmouth School Department or if it is otherwise in the best interest of the Town of Falmouth. 2. The Falmouth School Dept. may request that supplementary information be furnished to assure the/falmouth School Dept. that a proposer has the technical competence, the business and technical organization, and the financial resources adequate to successfully perform the necessary work. 3. Required forms are provided by the awarding authority in the appendices attached. All qualifications shall be in ink or typewritten and must be presented in an organized and clear manner. 4. Questions or clarifications rising from these documents shall be submitted to the Director of Finance and Operations in writing. They must be submitted in accordance with section II Key DATES. 5. Each proposer shall acknowledge receipt of any and all addendum issued to the Request for Qualifications by so indicating in the Cover Letter/General Response. Failure to do so may be cause to reject the qualification as being unresponsive. 6. The proposer shall sign the qualification correctly in ink or in the case of an organization, firm, partnership or corporation, a person having the legal authority from said organization to sign the qualification will sign the document. 7. Proposers may correct, modify or withdraw the original qualifications on or before the date and time as stated in the Legal Advertisement. Corrections or modifications shall be in sealed envelope, clearly marked to indicate the contents, with the name and address of the proposer. Any late correction or modification to the qualification will not be accepted. A proposer who wishes to withdraw a qualification must make a request in writing. 8. Each proposer shall be presumed to have read and be thoroughly familiar with these documents. Unfamiliarity with these documents shall in no way relieve any proposer from any obligation in respect to his/her qualification. 9. It is understood that the Qualification to the Falmouth School Dept. to provide said services and products will remain valid for 90 days past the submission deadline. 10. The proposer s attention is directed to the fact that all applicable state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over procurement activity shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full. 11. It is understood that the proposer has submitted the Qualification in good faith and has not colluded with any other individuals, firms, or corporations in creating the qualification to subvert the market process. See Certificate of Non-Collusion attached (Appendix A). 12. All costs involved in preparing the Qualification will be borne by the proposer; the Falmouth School Dept., will not be liable for any costs associated with the creation of the Qualification. The proposer shall be familiar with all state, local and other laws relating to this type of work and shall obtain all permits required and shall pay all expenses for same. 5

13. All responses are to include a statement that the Qualification is in accordance with this Request for Qualifications and that the proposer has read and understands all sections and provisions herein. Exceptions, if any, are to be clearly stated. 14. Qualifications, which are incomplete, conditional or obscure, may be rejected. No award will be made to any proposer who cannot satisfy the awarding authority that he/she has sufficient ability and sufficient capital to enable him/her to meet the requirements of these specifications. The awarding authority s decision or judgment on these matters shall be final, conclusive and binding. 15. Any qualification received after the date and time stated in the Legal Advertisement shall be deemed non-responsive and shall not be opened. Unopened qualifications will be returned to the proposer. 16. The evaluation of the qualifications will be conducted by the Falmouth School Departments capital project team. The judgment of the evaluators will be based upon the evaluation criteria set forth in this RFQ and shall be final. 17. The qualifications will be opened on the date and at the time stated in the Legal Advertisement the name of the person or organization submitting a qualification will be read and recorded. The contents of all submittals will be opened privately and not be disclosed to the public or competing proposers until the evaluation process is completed. A register of qualifications will be completed indicating the name of the proposer. This register may be viewed upon request. The names of the witnesses will also be recorded. 18. Any contract resulting from this RFQ shall be awarded to the proposer whose Qualification is deemed to be the most Highly Advantageous to the Town and Falmouth School Dept.. The capital project team will be the sole judge in determining whether a proposer s Qualification satisfies the requirements of this RFQ and whether or not the Qualification will prove advantageous to the Town and Falmouth School Dept.. The selected proposer will be under contractual agreement to the Town/Falmouth School Dept. per the attached contract document and Operating Agreement. 19. Response to this Request for Qualifications acknowledges the proposer's acceptance of all sections and requirements of this document. B. Questions and Clarifications Questions requiring clarification shall be submitted in writing to the Director of Finance and Operation no later than the date stated in Key Dates in this RFQ, in order to afford the Falmouth School Department adequate time to respond with a correction or additional information prior to the deadline for submission of Qualifications. Should it be found necessary, a written addendum will be incorporated into the RFQ and will become part of the Contract. Those who have received a copy of the RFQ will be notified of such changes. C. Notification of Award All proposers will be notified of the selection decision within 30 days of the date Qualifications are due to the Falmouth School Department unless otherwise notified. In no case will the award be made beyond 60 days unless the proposer agrees to extend the period of time in which the Qualification is valid. D. Contract This Request for Qualifications, as well as the selected Consultant s Qualification, and any addenda to that RFQ will become part of the final Contract. The form of Contract is in development and subject to negotiation with the selected engineer/opm.. 6

The Town/Falmouth School Dept. shall have the right to terminate this Agreement in accordance with the provisions of the Contract. E. Insurance Requirements See Article 19, Insurance, of the sample Contract for required insurance coverage and limits (Appendix A ). F. Monitoring On a regular basis, appropriate members of the Town of Falmouth/Falmouth School Dept. may review the Consultant s operations and inform the Consultant if there are any issues associated with the service provided by the Consultant. G. Interview After their review of firm qualifications, interviews may be conducted at the discretion of the capital project team. Proposers whose submittals are determined to be not advantageous or that did not meet the minimum requirements will not be interviewed. Reimbursement for expenses incurred for this interview will not be forthcoming to either the awarded Consultant or any other candidate asked to be interviewed. The Falmouth School Dept. reserves the right to change the interview period or to extend the dates during which interviews may be undertaken. H. Licenses and Permits The proposer is responsible for attaining and holding in good standing all relevant permits, licenses and certificates associated with the completion of these services, as applicable. Evidence of these requirements is to be made part of the Qualification. If a permit is not currently held or the application process is pending, the proposer should indicate such. The Falmouth School Dept. reserves the sole right to decide if the Contract may be awarded to the successful proposer despite the failure to produce the actual permits or copies thereof. Licenses and permits must be held in force throughout the terms of the services as contracted. See Section IV, Qualification Requirements for additional information. I. Miscellaneous Information All information acquired by the Proposer from the Falmouth School Dept., or from others at the expense of the Town, in performance of the Contract, shall be and remains the property of the/falmouth School Dept.. All records, data files, computer records, work sheets, deliverable products complete and incomplete, and all other types of information prepared or acquired by the proposer for delivery to the Town shall be and will remain the property of the Falmouth School Dept.. The Proposer agrees that he will use this information only as required in the performance of this Contract and will not, before or after the completion of this Contract, otherwise use said information, nor copy, nor reproduce the same in any form except pursuant to the sole written instructions of the Town of Falmouth/Falmouth School Dept.. J. Minority or Woman Business Enterprise Participation 7

Minority-Owned Business Enterprises (MBE) or Woman-Owned Business Enterprises (WBE) are strongly encouraged to submit Qualifications in response to the Request for Qualifications (RFQ). For the purposes of this RFQ, the term MBE or WBE shall mean a proposer who is certified as a minority business enterprise by the State of Massachusetts Supplier Diversity Office (SDO), and who is still certified at the time the Consultant s Qualification is submitted. All minority owned businesses are encouraged to apply for SDO certification. For further information on SDO qualifications, or access to SDO vendor lists, contact the State of Massachusetts Supplier Diversity Office (SDO) at (617) 727-8692. During the performance of this contract, the Consultant and all of (his) Sub-Consultants (wherein after collectively referred to as the Consultant), for himself, his assignees, and successors in interest, agree as follows: The Consultant, in the performance of all work after award and prior to completion of the contract work, will not discriminate on grounds of race, color, religious creed, national origin, age or sex in employment practices, in the selection or retention of subconsultants, or in the procurement of materials and rentals of equipment. Fair Employment Practices Law of the Commonwealth (M.G.L. Chapter 151B) The proposer, by signing the contract offered by the Town agrees to abide by the above paragraph to the best of his/her ability. 8

SECTION IV. QUALIFICATION REQUIREMENTS A. Minimum Requirements The Falmouth School Dept. capital project team shall reject submissions which do not meet the following certain minimum requirements: 1. Submitting Engineer firm must have a minimum of five (5) years of experience in projects of similar scope and size with a minimum of two (2) projects during the past five years involving similar boiler design engineering and project management experience in Massachusetts public schools. 2. The firm must be from an individual or established business, corporation, partnership, sole proprietorship, joint stock company, joint venture, firm, or other entity engaged in the practice of providing such services as the principal business for which the entity was formed. 3. The firm must possess all necessary current licenses and registrations, as applicable, either within the firm or through independent consultants, to qualify under Massachusetts law to perform the stated services. All consultants carried by the firm are to be licensed to provide professional services in the Commonwealth of Massachusetts. 4. The firm must provide a Consultant Profile that includes: a. Full name, tax identification number, main office address and officers of the Consultant that would ultimately enter into a Contract with the Town of Falmouth/Falmouth School Dept.. b. History and background including when the Consultant was organized and if a corporation, where incorporated, and how many years engaged in providing the stated services. Provide a complete list of officers including name, title, address, telephone number, and e-mail address. 5. The firm must not be debarred under M.G.L., chapter 149, section 44C, or disqualified under M.G.L., chapter 7, section 38H, as applicable. 6. All responses shall be submitted to the Falmouth School Dept. as stated in the Legal Advertisement. Each submission shall be in SEALED envelopes, clearly marked on the outside of the envelope to indicate the contents, and the name and address of the proposer. There should be two separate sealed envelopes. One envelope contains the qualifications and the second envelope contains the price bid. 7. The response must be received by the Falmouth School Dept. before the deadline for receipt of Qualification is indicated in Section II, Key Project Dates and Schedule, and must be complete (must include or address all items specified in Section VI Qualification Submission Requirements). The proposer is responsible to make sure that their submittal is received at the proper location as stated herein before the due date and time. Qualifications delivered after the Qualification response deadline will be refused. 8. The proposer must have signed the Certificate of Non-Collusion and the State Taxes Certification Clause, (Appendix B) and Designer Certification (Appendix C) and shall include them in the Qualification package. 9. The proposer must have completed and signed the Commonwealth of Massachusetts, Division of Capital Asset Management (DCAM), Cities and Towns Application Form (See DCAMM website for the most current revision). 9

10. The Qualification must be signed by an agent of the company who has authority to contractually bind the company. 11. All responses are to include a statement that the Qualification is in accordance with this Request for Qualifications and that the proposer has read and understands all sections and provisions herein. Exceptions, if any, are to be clearly stated. B. Staffing Requirements 1. The firm must set forth the staffing to be utilized for this service, including the estimated percentage of time to be dedicated to this project. Provide resumes for specific staff to be assigned to the Project that include education, relevant past experiences, qualifications, licenses, current projects being worked on and any other pertinent information that will assist in making the selection. 2. List major leadership, individuals to be assigned to this project, their duties and responsibilities. 3. Submitting firm must be prepared to contractually commit all individuals as submitted in their Qualification to this service. Any deviation from the proposed will constitute a breach of Contract to any agreement which may result from this Request for Qualifications 4. The Qualification must include resumes, experience, and qualifications of any proposed consultants that would be utilized by the Proposer in the performance of this contract. Any deviation from the firm s listed consultants or their team will constitute a breach of Contract to any agreement which may result from this Request for Qualifications. Any change in consultants listed in the Qualification must obtain approval from the Town/Falmouth School Dept.. 5. Should it become impossible for a contractually committed individual to complete his duties, for a reason such as termination of employment, any change in the proposer s staffing as outlined in the Qualification will be subject to the approval of the Town of Falmouth/Falmouth School Dept. The Director of Finance and Operations, shall notify the proposer within fifteen (15) business days of the acceptance or rejection of any such staff substitutions. Any substituted person must be of an experience level equal to or greater than the person being replaced unless approved by the Town. C. Technical scope of services SEE ATTACHMENT, SCOPE OF SERVICES D. Additional Narrative Information to inform the Project Scope Morse Pond School located at 323 Jones Road, Falmouth MA. 02540 This school has 2 boilers in excess of 40 years old each having 3.788 MMBTU of output for a total of 7.576 MMBTU of output. The boiler room is very tight so existing boilers will need to be demolished prior to the replacement with new boilers. It is expected that boiler jackets, flue and pipe coverings are all asbestos and would require remediations. The original designs were for 100% redundancy. Redundancy recommendations using new high efficiency boilers would need to be updated. Reviewing pumps, controls, or other interconnected systems when designing the replacement system would be necessary. Specific heating system recommendations based upon the overall review would be expected 10

to be provided to the district. Simplifying the maintenance of boilers across the system is of interest to the district. East Falmouth Elementary School located at 33 Davisville Road, East Falmouth, MA. 02536 This school has 2 boilers with 2.368 MMBTU output for a total of 4.736 MMBTU output. It is expected that some remediation is needed. Demolition and removal of the existing boiler would be required. Redundancy recommendations using new high efficiency boilers would need to be updated. Reviewing pumps, controls, or other interconnected systems when designing the replacement system would be necessary. Specific heating system wide recommendations based upon the the overall review would be expected to be provided to the district.. Simplifying the maintenance of boilers across the system through some level of standardization is of interest to the district. E. Project Fee The selected Engineer/ firm will submit a detailed scope of services and total project lump sum fee to be negotiated for Contract Part 1 services (and any subsequent authorized phases of this project). Respondents to this RFQ shall include a fee proposal with their submission of Qualifications. The fee proposal should be submitted in a separate envelope. F. Payments Invoicing shall be furnished as per the Contract to be negotiated. 11

SECTION V. SELECTION PROCEDURES COMPARATIVE EVALUATION CRITERIA The basis for evaluating the Services and selecting the firm which best meets the needs of the Falmouth Public School District shall be based on the Evaluation Criteria. Proposers must submit the following non-cost information in a separate, sealed package clearly marked Non-Price Proposal which also includes the name of the proposer: Engineer Manager Evaluative Criteria A. The proposer will have experience designing and managing boiler construction projects for public or non-profit authorities or agencies, including demonstrating the ability to monitor and manage several participants and stakeholders. 1. Highly Advantageous: (3 points) The proposer has five or more years experience as a project manager wit similar boiler projects for public or non-profit authorities or agencies, and demonstrates the ability to monitor and manage several participants and stakeholders. 2. Advantageous: (2 points) The proposer has two or more, but fewer than five years experience as a project manager with boiler construction projects for public or non-profit authorities or agencies, and demonstrates the ability to monitor and manage several participants and stakeholders. 3. Not Advantageous: (1 point) the proposer has one year s experience as a project manager with boiler construction projects for public or non-profit authorities or agencies, including demonstrating the ability to monitor and manage several participants and stakeholders. B. The proposer must be registered as a professional engineer or have experience in managing the design, specification and construction process of boilers in public buildings, school buildings in particular. 1. Highly Advantageous: (3 points) the proposer is an architect or professional engineer. 2. Advantageous: (2 points) the proposer is not an architect or professional engineer, but has at least five years experience in managing the design, specification and construction process of school boiler projects. 3. Not Advantageous: (1 point) the proposer is not an architect or professional engineer, but has at least three years experience in managing the design, specification and construction process of school boiler projects. C. The proposer demonstrates in her/his presentation to the Falmouth Public Schools strong communication skills and a history of providing building authorities with timely recommendations relative to the successful implementation and execution of the various aspects of boiler projects. 1. Highly Advantageous: (3 points) the proposer demonstrates very strong communication skills and presents detailed, clear, and comprehensive information that supports a very effective working interaction with building committees. 12

2. Advantageous: (2 points) the proposer demonstrates good communication skills and presents information that indicates an effective working interaction with building committees. 3. Not Advantageous: (1 point) the proposer demonstrates average communication skills and presents some information that indicates a working interaction with building committees. D. The proposer will have experience managing boiler construction projects for public or non-profit authorities or agencies, including demonstrating the ability to monitor and manage several participants and stakeholders. 1. Highly Advantageous: (3 points) The proposer has five or more years experience as a project manager wit similar boiler projects for public or non-profit authorities or agencies, and demonstrates the ability to monitor and manage several participants and stakeholders. 2. Advantageous: (2 points) The proposer has two or more, but fewer than five years experience as a project manager with boiler construction projects for public or non-profit authorities or agencies, and demonstrates the ability to monitor and manage several participants and stakeholders. 3. Not Advantageous: (1 point) the proposer has one year s experience as a project manager with boiler construction projects for public or non-profit authorities or agencies, including demonstrating the ability to monitor and manage several participants and stakeholders. E. The proposal includes a written plan of services, including a timeline, indicating your ability and plan for providing the services indicated in Scope of Services a. Highly Advantageous: (3 points) the proposal contains detailed, logical, clear, and written plan of services, including a timeline, indicating superior ability and a comprehensive plan for providing the services indicated in the Scope of Services. b. Advantageous: (2 points) the proposal contains a written plan of services, including a timeline, indicating some ability and a plan for providing the services indicated the Scope of Services. c. Not Advantageous: (1 point) the proposal does not contain a detailed written plan of services or a complete timeline. SECTION VI. QUALIFICATIONS SUBMISSION REQUIREMENTS A. SUBMISSION 13

One sealed envelope or package containing seven (7) copies of the qualification submittal marked: Qualifications Falmouth Schools Boiler Projects Please separate the qualification response from the bid price response in clearly identified envelopes. The qualification submittals will be accepted until 2:00 p.m., March 21, 2018 They shall be delivered to the office of the Superintendent, 340 Teaticket Highway, East Falmouth MA. 02536. It is the sole responsibility of the contractor to insure that the qualification submittal arrives on time and at the designated place. Place firm name on the outside of each envelope. Within your Qualification submittal, please provide each of the following items and clearly structure and label your Qualification submittal. 1. Cover Letter to include the name of Firm, address and telephone number, signed in ink by someone authorized to sign such documents. Acknowledge any addenda, if any, and include a statement that the Qualification is in accordance with this RFQ, and that the Proposer understands all sections and provisions therein. Any exceptions must be clearly stated. 2. Attach Financial Statement for previous calendar years attested by a CPA or Bank Officer and a current copy of a Dun & Bradstreet Report for your firm. If you do not provide financial statements, you must include a letter to that effect and provide some other means to determine the financial status of your company. The Town reserves the right to request additional financial information from any proposer who does not submit adequate information to allow the Town to make a reasonable determination of financial capability and stability. 3. Submission of all information requested to meet Minimum Requirement per Section IV.A. 4. Authorization to execute contract per Appendix A ; Certificate of Non-Collusion and State Taxes Certification Clause per Appendix B, Designer Certification per Appendix C ; 5. Division of Capital Asset Management (DCAM) Cities and Towns Application Form (see DCAMM website for most current form) per Appendix D 6. Appropriate certificates of insurance. 7. If applicable, and the company is not registered in Massachusetts, proof of registration with the Massachusetts Secretary of State as a foreign corporation authorized to do business in the Commonwealth of Massachusetts. 8. Any other information that the Proposer considers relevant for the purpose of evaluating its qualifications for the Project. 9. Detailed project schedule. 10. Clearly identify any and all consultants and/or subcontractors who will work with the engineer with resumes of staff to be assigned to the project and their roles and responsibility. B. CONTACT INFORMATION Clarification and interpretations of this Request for Qualifications must be requested in writing. Responses shall be likewise furnished. See key dates listed in Article II.A for last day to submit 14

questions. After that day no requests or questions will be accepted. Please contact the Falmouth Public Schools for clarification of this Request for Qualification, direct all inquiries to: Patrick Murphy, Director of Finance and Operations Email: pmurphy@falmouth.k12.ma.us Business Hours: 8:00 a.m. 4:30 p.m. Monday through Friday 15

PROJECT: Falmouth Public Schools Engineer Management Services CONTRACT: (Insert Contract Number) At a duly constituted meeting of held on Name of (Corporation) (Date) at which all Directors were present or waived notice, it was voted that: (Name) (Officer) of this company, be and he/she is hereby authorized to execute contracts and bonds in the name and behalf of said company, and affix its Corporate Seal thereto, and such execution of any contract or obligation in this company's name on its behalf of such under seal of the company, shall (Officer) be valid and binding upon this company. A TRUE COPY, ATTEST: (Clerk) Place of Business: I hereby certify that I am the clerk of the that is duly elected of said company, and the above vote has not been amended or rescinded and remains in full force and effect as of the date of this contract (Clerk) (CORPORATE SEAL) On this day of, 2018, before me, the undersigned notary public, personally appeared, proved to me through satisfactory evidence of identification, which were, to be the person whose name is signed on the preceding or attached document in my presence. Notary Public My commission expires: IF A CORPORATION, COMPLETE ABOVE OR ATTACH TO EACH SIGNED COPY OF THE CONTRACT A NOTARIZED COPY OF VOTE OF CORPORATION AUTHORIZING THE SIGNATORY TO SIGN THIS CONTRACT. IF ATTESTING CLERK IS THE SAME PERSON AS THE INDIVIDUAL EXECUTING THIS CONTRACT, HAVE SIGNATURE NOTARIZED ABOVE. 16

APPENDIX A TOWN OF FALMOUTH CERTIFICATE OF NON-COLLUSION The undersigned certifies under penalties of perjury that this proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity, or group of individuals. FIRM ADDRESS SIGNATURE NAME (print) _ TITLE _ TELEPHONE DATE FAX EMAIL ******************************************************************** STATE TAX CERTIFICATION CLAUSE I certify under the penalties of perjury that I, to my best knowledge and belief, have filed all State Tax returns and paid all State Taxes under law. By: * Signature of Individual or Corporate Officer Corporate Name (Mandatory) (Mandatory, if applicable) **Social Security No. (Voluntary) or Federal Identification No. * Approval of a contract or other agreement will not be granted unless this certification clause, if signed. **Your Social Security Number will be furnished to the Massachusetts Department of Revenue to determine whether you have met tax filing or tax payment obligations. Providers who fail to correct their non-filing or delinquency will not have a contract or agreement issued, reviewed, or extended. This request is made under the authority of Mass. G.L. 62C, S.49A. 17

18

APPENDIX B Town of Falmouth DESIGNER CERTIFICATIONS [Required by MGL Chapter 7C, Section 44 59] The undersigned certifies under the penalties of perjury: 1. That the DESIGNER/Engineer has not given, offered or agreed to give any person, corporation or other entity any gift, contribution or offer of employment as an inducement for, or in connection with, the award of the Contract for design services; and 2. That no Designer to or subcontractor for the DESIGNER/Engineer has given, offered or agreed to give any gift, contribution or offer of employment to the DESIGNER, or to any other person, corporation, or entity as an inducement for, or in connection with, the award to the Designer or sub-contractor of an Contract by the DESIGNER; and 3. That no person, corporation or other entity, other than a bona fide full time employee of the DESIGNER, has been retained or hired by the DESIGNER to solicit for or in any way assist the DESIGNER in obtaining the Contract for design services upon an Contract or understanding that such person, corporation or other entity be paid a fee or other consideration contingent upon the award of the Contract to the DESIGNER; and 4. That with respect to contracts which exceed ten thousand dollars or which are for the design of a building for which the budgeted or estimated construction costs exceed one hundred thousand dollars that the DESIGNER has internal accounting controls as required by MGL Chapter 30 Section 39R (c), and that the DESIGNER has filed and will continue to file an audited financial statement as required by MGL Chapter 30 Section 39R (d). Firm Address Signature Name (print) _ Title Telephone Date Email: Tel/Fax: 19

APPENDIX D LEGAL ADVERTISEMENT TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS ENGINEER SERVICES FOR BOILER PROJECTS The Chief Procurement Officer of the Town of Falmouth (Owner), at the direction of the Town Manager, hereby requests the submittal of qualifications from qualified professional engineer/ firms for development, project specification documents and administration services for replacement of boilers at the two schools within the Falmouth School District.. This solicitation is being conducted in accordance with the provisions of Massachusetts General Laws (MGL) Chapter 7C, Sections 44-59. All contracts must be strictly awarded in accordance with the requirements of MGL Ch. 7C Sections 44 59 and this Request for Qualifications (RFQ). If it becomes necessary to revise any part of this RFQ or otherwise provide additional information, an addendum will be issued to all prospective proposers who received copies of the original request. Qualifications are due on March 21, 2018 at 2:00 p.m. in the school administration office at 340 Teaticket Highway, East Falmouth, MA. 02536. Qualifications will be opened and read immediately following closing time and will not be public. Contract will be awarded within approximately 30 days. Specifications and required forms are available on the Town of Falmouth Website, http://www.falmouthmass.us/bids.aspx beginning 02/13/2018. Contact: pmurphy@falmouth.k12.ma.us. All Qualifications must be received in a sealed envelopes properly marked prior to the Qualification due date and time. The Town of Falmouth reserves the right to reject any or all Qualifications when it deems it to be in the best interest of the Town. 20

ATTACHMENT A SCOPE OF SERVICES Overview: The Falmouth Public School District through the Town of Falmouth seeks proposals from qualified engineering firms to provide complete oversight for two boiler projects within the school district. The town has allocated $830,000 for these two projects with an expected completion date of October 1, 2018. Capital budgets were allocated by the Town of Falmouth in November 2017 and include $470,000 for the Morse Pond Elementary School boiler replacement project and $360,000 for the East Falmouth Elementary School boiler replacement project. These allocations are expected to cover stamped specification and design work, bid preparation and recommendations, owner s project management services, the complete removal of the current boilers, any AHERA related remediation, as well as the complete installation of new high efficiency boilers. We would also expect the firm to apply for any energy efficiency rebates. This request for qualifications is only for the Engineer services required to complete these projects and does not include the installation of the boilers.. SCOPE OF SERVICES SCOPE OF SERVICES The Engineer Manager will: 1- Prepare the complete Request for Proposals in accordance with Massachusetts General Law. 2- Consult with the appropriate town departments and school staff to keep them advised of developments. 3- Obtain from the Massachusetts Division of Occupational Safety Prevailing Wage Rates for inclusion in the RFP. 4- Prepare and send to the Secretary of State the required Central Register Form CR-2 (General Contracts). Publicize documents online as required. 5- Prepare for placement by the the required newspaper advertisement. 6- Review the Request for Proposals with the Preschool Design Team and the Evaluation Committee. 7- Provide at least ten (10) copies of the completed Request for Proposals for distribution at the Preproposal Conference. 8- Send notice of the Pre-proposal Conference to appropriate Town Departments so they can attend if they so desire. 9- Conduct the Pre-proposal Conference. 10- Prepare and distribute answers to questions emailed by attendees of the conference. 11- Prepare and send to the Secretary of State the required Central Register Form CR-5 (Persons Receiving Bid Documents). 12- Participate in the proposal opening meeting with the Evaluation Committee. 13- Contact references submitted by the respondents. 14- Report results of reference checks to the Evaluation Committee. 15- Make recommendations to the Evaluation Committee in the review of the received responses. 21

16- Send notice of Contract Award to the firm selected by the Evaluation Committee. 17- Send the required notice of Contract Award, CR-4 to the Central Register. 18- Prepare the final contract/lease documents, working with Town Counsel. 19- Review plans and documents from Contractor to be submitted to the Falmouth Building Commissioner for approval. 20- Monitor and approve of any boiler equipment recommendations to see that it meets State approved specifications. 21- Conduct Project Meetings. 22- Provide Clerk of the Works oversight services during installation includes field supervision, inspection and construction administration. 23- Review the boiler installation with the School Department and Town Building Commissioner and Contractor for Use and Occupancy consideration. 24- Review the boiler installation with the Town Building Commissioner and School Department for Final Acceptance. MINIMUM CRITERIA A. You must agree that the person starting the project as the Engineer Project Manager to the School District will be the Engineer Project Manager and will remain as the Manager throughout the project until the acceptance of the completed project, by the School District. B. Include a letter of introduction acknowledging your understanding of the scope of services to be provided. Include your professional history as an owner s project manager and experience in implementing Owner s Project Management Services for boiler replacement projects in Massachusetts public school buildings. C. Include a listing of similar projects, for which you have provided owner s project manager services and contact information for the awarding authorities. 22