New Pacific Rim Aquarium Project (Phase 2)

Similar documents
REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR QAULIFICATONS. General Contractor Construction Manager (GC/CM) Wallace and Lexington Elementary Schools Replacement Project.

Request for Qualifications Construction Manager

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

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

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

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

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

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

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

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

STATE OF WASHINGTON Request for Quotes and Qualifications

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

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

CITY OF GOLDEN, COLORADO Parks and Recreation Department

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

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

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

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

SCHOOL BOARD ACTION REPORT

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

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

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

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

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

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

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

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

Request for Qualifications for Assistive Technology Consultant Services

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

REQUEST FOR QUALIFICATIONS

This request for qualifications seeks the following type of service providers:

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

University of Washington. Request for Qualifications. Commissioning Services for. UW Bothell Phase 3 Project Number:

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

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

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

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

Attention Design Firms

Request for Qualifications Construction Manager at Risk Contract

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS FOR: CMAR

Request for Proposals Construction Services Workplace Excellence Project

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

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

Request for Qualifications

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

Request for Qualifications CULTURAL COMPETENCY TRAINING

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Request for Qualifications/Proposals LAND ACQUISITION DUE DILIGENCE & PROFESSIONAL TECHNICAL SERVICES ADDENDUM #1: FEBRUARY 1, 2018

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

$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400

Request for Proposals (RFP) For A Mobile Meal Bus Retrofit

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

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

Multi-Municipal Collaboration Grants Grant Guidelines March 2018

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

University of California, Merced Central Plant/Telecommunications Reliability Upgrade

Facilities Condition Assessment

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR QUALIFICATIONS RFQ # Jamestown-Yorktown Foundation P.O. Box 1607 Williamsburg, VA

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

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

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

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Colquitt Regional Medical Center

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

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

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

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

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

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

REQUEST FOR QUALIFICATIONS

City of Malibu Request for Proposal

Galesburg Public Library, Galesburg, IL

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

Request for Proposal

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

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

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

Transcription:

Project (Phase 2) GC/CM Package No. #08 Request for Qualifications (RFQ) for Interpretive Exhibits & Graphics Subcontractor Responses Due: March 24, 2016, 2:00 p.m. PDT Metropolitan Park District of Tacoma (MPT) and Point Defiance Zoo and Aquarium (PDZA) as the Owner and Turner Construction Company acting as the General Contractor/Construction Manager (GC/CM) are pre determining bidder eligibility in compliance with RCW 39.10.400 for the work described herein related to the Project. In accordance with RCW 39.10.400, a public hearing was held on February 26, 2016 pursuant to this intent. Any comments received that were deemed appropriate have been incorporated into this RFQ and a Notice of Final Determination was issued to interested parties on March 2, 2016. A copy of the comments and final determination can be provided upon request. A Pre Statement of Qualifications meeting will be held on March 14, 2016 at 2:00p.m. at Metro Parks Office 4702 S. 19th St., Tacoma WA 98405. Although not mandatory, it is highly encouraged that all interested firms attend this meeting. Firms submitting a response to the Request for Qualifications will be evaluated in accordance with the following criteria: Pass/Fail Requirements: A. Certification of Proposal (See Form A attached) Pass/Fail B. Bonding Capability Certification (See Form C attached) Pass/Fail Experience/Team/Project Approach A. Staff Qualifications 20 points B. Firm s Past Performance on Relevant Projects & reference check 15 points C. Firm's experience on relevant projects 15 points D. Coordination Approach with Owner and Design Team 15 points E. Self Performed Work/Current Work Load 5 points F. Quality Control 10 points Accident Prevention and Safety A. Lost Time Accident rate for the last 3 years 5 points B. Recordable Incident rate for the last 3 years 5 points C. Firm s approach to safety on the project 5 points Apprenticeship Utilization 5 points Total Available Points 100 points Interpretive Exhibits & Graphics RFQ Page 1 of 8

In addition to meeting the Pass requirements above, a minimum score of 80 points is required to be considered in the qualification pool. All firms scoring 80 points or higher will be invited to submit a lump sum bid for the subcontract, which shall be awarded to the lowest responsible, eligible bidder (i.e. points awarded in this determination of eligibility stage will not carry forward to the subsequent bid phase once the list of eligible bidders is established) submitting a responsive bid. In the event that fewer than three (3) firms exceed this established minimum score, MPT and PDZA reserves the right to re package and/or rebid the scope of this subcontract package. Pursuant to RCW 39.10.390, Metropolitan Park District of Tacoma (MPT) will manage the bid opening. As such, all inquiries concerning this solicitation shall be directed only to Jonelle Tuffs, Procurement Agent with Turner Construction (GC/CM), at jtuffs@tcco.com. 1. Project Description 1.1. The Pacific Rim Aquarium (the Project) will replace the existing North Pacific Aquarium opened in 1963 and is nearing the end of its ability to contain saltwater. The 2014 Capital Bond was approved to fund the Project. Through assessment of the zoo context, analysis of the previous materials developed to date, and in depth listening sessions with the stakeholders, the Implementation Team derived six over arching goals for the aquarium project. Deliver Project within Budget Care for the Existing Collection Raise Attendance a Minimum of 10% Enhance the Visitor Experience Distribute Experiences Across the Zoo Enhance Destination Point Defiance The Project itself will consist of two primary multi gallon cast in place concrete tanks totaling approximately 340,000 gallons, acrylic viewing windows, animal life support systems, exhibit areas, education space and support spaces totaling 35,000 sq. ft. The project will be built within the current Point Defiance Zoo and Aquarium operating boundaries. The complexity, scale, interdependent system requirements, and the logistical challenges presented at the project site require extensive coordination & quality control management amongst the concrete, LSS, Mechanical, Electrical, and other major systems. Replicated Habitats and Interpretive Graphics are specialized scopes with highly artistic elements where experience is a major contributing factor to the quality and integrity of these systems. 1.2. Major Work Elements to be performed under the GC/CM contract include: Clearing an undeveloped hillside and constructing a new concrete building structure constituted of foundation, exterior and interior walls, beams, and slabs. The structure will also include wood framed walls and roof assemblies. aquarium exhibits contained within FRP/Acrylic structures. integrated with the building s mechanical systems. Interpretive Exhibits & Graphics RFQ Page 2 of 8 Construction of two major concrete/acrylic aquarium tank exhibits and several smaller The exhibit tanks will be supported largely by a central life support system network that is

Furnish, install and commission mechanical, electrical, ventilation and wet and dry fire suppression systems Earthwork, shoring, underground utilities, hardscapes, and various other site improvements to integrate the new aquarium structure into the existing zoo s infrastructure. 1.3. Minimum Subcontractor Expectations 1.3.1. Project staff shall have an understanding of procuring, coordinating, sequencing, and managing the installation and quality control of the systems within their package. 1.3.2. Contributing to an atmosphere of open communication amongst the entire construction team to allows everyone to deliver their best efforts towards planning and successfully executing the work. 1.3.3. Each Subcontractor s Foreman/Superintendent (the person who will be preparing and executing the work) and Project Manager will be attend a Pre Installation Meeting and provide a Subcontractor Work Plan that outlines their approach to completing their scope in accordance with the project Work Plan/Schedule before commencing work. 1.3.4. Subcontractor s Onsite Foreman/Superintendent (the person who will be preparing and executing the work) will attend the weekly on site coordination (pull planning) meetings. These will continue weekly throughout the phase of Subcontractor s work. 1.3.5. Required to submit a Daily Construction Reports for their work. 1.3.6. Expect to participate in occasional constructability meetings with the GC/CM and/or other subcontractor packages. 1.3.7. Understanding, accountability, and timely turnaround of project deliverables (e.g. certified payroll, submittals, cost estimates, work plans, schedule updates, closeout documents, etc.) 1.3.8. Learning or familiar with electronic filing of certified payroll (LCP Tracker) and pay applications (Textura). 1.4. The #07 Interpretive Exhibits & Graphics subcontract package includes engineering, furnishing and installing custom interactive casework, graphics, murals, and some support for interactive media hardware systems. The contractor for this package shall expect to participate in extensive coordination of their work with the Point Defiance Zoo staff, design team, and other trade assemblies with a major emphasis on Media hardware, electrical, framing, and interior finish systems. 1.5. Project Cost and Schedule 1.5.1. The estimated construction cost of the entire Construction Project, including finishes, is $33 million. 1.5.2. Construction on the contract is anticipated to begin in early July 2016 and be completed December 2017. 1.5.3. The schedule for the procurement of the Interpretive Exhibits & Graphics subcontractor is subject to change at the Owner s discretion, but is expected to follow the general timelines listed below: Request for Qualifications (RFQ) Publication 03/10/16 Pre Statement of Qualifications (SOQ) Meeting 03/14/16 Final Date for Questions to be Submitted 03/16/16 MPT/TCCO Issues Responses to Questions 03/18/16 Statements of Qualifications Due 03/24/16 Notification of Eligibility Determination 03/31/16 Eligibility Protest Period Expires 04/11/16 Interpretive Exhibits & Graphics RFQ Page 3 of 8

Interpretive Exhibits & Graphics RFQ Bid Package Issued to Eligible Firms 04/12/16 Pre Bid Meeting 04/19/16 Final Date for Bid Questions to be Submitted 04/21/16 MPT/TCCO Issues Responses to Questions 04/26/16 Bids Opened 04/28/16 1.6. Other Considerations 1.6.1. The safety of the general public and construction personnel and the security of the construction site are of highest importance to PDZA and will be a continuous point of focus throughout the project. 1.6.2. Noise, vibration, dust, storm water runoff and construction traffic impacts due to the aquarium construction must be controlled and mitigated per the Contract Documents and Best Management Practices in order to minimize adverse effects to Point Defiance Park, the Zoo, and the general public. 1.6.3. Neighborhood Construction Work Point Defiance Park Through the same Bond measure that made this project possible, several other projects throughout the Point Defiance Park are in various stages of planning and construction. These projects vary in size, nature, duration, and proximity to this project. Subcontractors should anticipate other construction activity during the course of this project. Limitations such as, but not limited to, parking availability, street improvement work, lane restrictions, should be anticipated. Turner will be actively participating in meetings designed to coordinate this project with the other Point Defiance projects. Major subcontractors are welcome to attend these meetings but it is not mandatory. More information on these projects are available through Metro Parks at their website: www.destinationpointdefiance.org. 1.7. Special Requirements Firms interested in submitting a SOQ shall familiarize themselves with the following requirements and documents which are available on the GC/CM s Building Connected site at: https://app.buildingconnected.com/public/54f0e584a238df0800778ee6) 1.7.1. Project Bidders Bidding Manual (in development and for reference only and not for bidding or construction purposes) A General Provisions B Insurance Requirements C Schedule & Work Plan D Site Logistics Plan E Safety Manual F Accounting Procedures G MWBE Subcontracting Plan H BIM Implementation I Subcontract Sample 1.7.2. 50% Construction Drawings & Specifications (Issued for Preconstruction Services). Please note that these drawings and specifications are for reference only and are not for bidding or construction purposes. Page 4 of 8

1.7.3. Union Labor Turner is signatory with Carpenters, Laborers, Cement Masons (Finishers), and Operating Engineers Unions. Therefore, any work that falls under the jurisdiction of these unions must be performed by union workers or a job specific agreement must be established between the subcontracting firm and the applicable union(s). 1.7.4. Washington State Contractor s licenses shall not preclude them from participating in the eligibility process however they will be required for the bidding process per RCW 18.27.020. 2. Statement of Qualifications Submittal Respond to each of the items set forth below in a clear and concise manner. Brevity is encouraged. The submittals shall be organized in a manner that will enable the selection committee to quickly access pertinent information. Organize submittals in the same order as the items are listed below, clearly labeled and separated with tabs. Pay attention to specific requests for information. Every effort should be made to avoid duplicating the information presented in the SOQ. The submittal shall be bound in 8 1/2 x 11 format; three (3) signed hard copies and one PDF electronic copy on thumb drive are required. The submittals shall be tabbed to coincide with the sections below. Please limit submittals to 15 pages maximum, excluding the cover letter, resumes and required forms. Resumes and required Forms A, B and C are to be included in the Appendix and shall not be included in the 15 page limit. Double sided pages shall count as two pages. Any questions regarding the RFQ should be directed to Jonelle Tuffs, Procurement Agent with Turner Construction (GC/CM), at jtuffs@tcco.com. Submit copies of the SOQ by 2:00p.m. PDT, Thursday, March 24, 2016. SOQs received after this time will not be considered. Submit SOQ to: Metro Parks c/o Tammy Maines, Project Administrator 4702 S. 19 th St. Tacoma WA 98405 2.1. Cover Letter (0 points) 2.1.1. The letter of interest should not be more than two (2) pages and may contain any information not shown elsewhere in the submittals. 2.2. Staff Qualifications (20 points) 2.2.1. Provide an organizational chart and a narrative staffing plan showing proposed staff, reporting relationships and key responsibilities for each staff member to be assigned to this project. Describe roles and responsibilities for construction phase services. At a minimum, include information for the following key staff members: the principal in charge or corporate executive dedicated to the project, the project manager, the superintendent/general foreman, quality control representative, safety officer, and lead installers for the work. The proposer will provide the key individuals identified in this proposal for this package. If the proposer is a joint venture or will be partnering with other firms, provide the requested information for both entities. Be sure to clarify which firm will be the acting lead/prime contractor in the organization chart. 2.2.2. Provide detailed resumes and portfolio of work for each proposed staff member, including role on project, relevant experience, employment history, education, and personal Interpretive Exhibits & Graphics RFQ Page 5 of 8

references. Limit resumes to one page each and include in the Appendix. Resumes are excluded from the 15 page limitation. 2.3. Past Performance on Relevant Projects (15 points) 2.3.1. Provide a description of the history and capabilities of your firm as it relates to this package. Describe the types of projects or services the firm normally performs and the relative dollar value of each. 2.3.2. Provide a brief list of industry awards received for your performance on past Interpretive Exhibits & Graphics projects. 2.3.3. Provide profiles of successfully completed Interpretive Exhibits & Graphics projects. Profiles should include at least four (4) projects of similar size, scope and complexity to the Pacific Rim Aquarium Project, with higher scores given for projects completed in tightly constrained, logistically challenging environments, complex projects requiring extensive coordination amongst other major trades such as media systems, electrical/lighting, museum quality interior finishes, and projects working as a trade contractor under a GC responsible for managing multiple contractors. For each project, provide the duration of construction, initial bid price, the final price, references for both Owner and Contractor (include the name, e mail, and current telephone number of the manager who is familiar with your firm s performance) and note if any of the individuals named in this proposal participated as members of the project team for the listed project. Use Form B Project Table to provide the information requested in this paragraph. 2.3.4. If the proposer is a joint venture or will be partnering with other firms for major scopes, please provide the above information for all constituent firms on separate copies of Form B Project Table. 2.4. Firm's experience on relevant projects (15 points) 2.4.1. Provide a summary of your firm s experience with a minimum of 10 years constructing museum quality interactive exhibits and graphics of similar nature to the project. 2.4.2. Provide a summary of your firm s experience with new structure projects located on active, extremely constrained sites environments. Describe how you met challenges working on these types of projects and sites. 2.4.3. Provide a statement outlining the sustainable design program(s) practiced by the fabricator and how those programs (inclusive of sources, materials and fabrication) will be utilized for this project. 2.5. Firm s Approach to Coordination with Owner, Design Team, and Trades (15 points) 2.5.1. Describe your experience working with owners and design teams on past projects between project award to installation to deliver the project and meet expectations for constructing interactive exhibits, graphics and media similar to those shown on the drawings. 2.5.2. Describe interaction and coordination efforts with other subcontractors, particularly media systems, electrical/lighting, structural support requirements, signage other exhibit fabricators and interior finishes. 2.5.3. Describe your firm s delivery method approach for capturing the design criteria, approval process, to final construction and commissioning of the work (e.g. prototypes, models, shop drawings, etc.) Interpretive Exhibits & Graphics RFQ Page 6 of 8

2.6. Self Performed Work/Current Work Load (5 points) 2.6.1. Describe the work your firm typically self performs and your capability to do so on the Pacific Rim Aquarium Project. Proposer shall demonstrate that they are self performing a substantial portion of the scope of work identified in this RFQ. What work would you anticipate subcontracting out on this project? 2.6.2. Provide a summary of your firm s current and projected workload through 2018 in addition to this project. What has been your annual volume (in dollars) for the past 5 years? What is your anticipated volume for the current year and through 2018? Use Form C Subcontractor Questionnaire to provide this information. 2.6.3. If the proposer is a joint venture or will be partnering with other firms, describe what work each entity will perform. In addition provide the information for sections 2.6.1, 2.6.2 for each entity. Use Form C Subcontractor Questionnaire to provide this information. 2.7. Quality Control (10 points) 2.7.1. Describe your approach to quality control for the work you and your vendors would perform in this package with respect to coordination with other trades and compliance with the contract documents. 2.8. Accident Prevention and Safety (15 points) 2.8.1. Provide a summary of your firm s accident prevention program and submit the following information for the past three (3) completed years. Use Form C Subcontractor Questionnaire to provide this information: A Utilizing data from your OSHA No. 300 logs, please provide your lost time incident rate (LTR) per 200,000 man hours worked for each of the last 3 years A three year average rate exceeding 1.5 will earn 0 points. A three year average rate of greater than 1.0 but less than or equal to 1.5 will earn 2 points A three year average rate of greater than 0.75 but less than or equal to 1.0 will earn 3 points A three year average rate of 0.75 or less will earn 5 points B Utilizing data from your OSHA No. 300, please provide your recordable incident rate (RIR) per 200,000 man hours worked for each of the last 3 years A three year average rate exceeding 10.0 will earn 0 points A three year average rate of between 5.0 up to and including 10.0 will earn 2 points A three year average rate of less than 5.0 will earn 5 points 2.8.2. If a proposer is a joint venture or will be partnering with other firms, provide the above information for each entity utilizing Form C Subcontractor Questionnaire for each entity. For the purposes of scoring of the above safety statistics for joint ventures the average between the joint venture firms for the EMR, lost time incidents and recordable injuries will be used to assign points. 2.8.3. Describe your firm s approach to safety on this project (5 points) Provide a summary of your firm s safety approach and how it would be specifically utilized on the Pacific Rim Aquarium project. Interpretive Exhibits & Graphics RFQ Page 7 of 8

2.9. Apprenticeship Utilization Plan (5 points) 2.9.1. Describe your firm s plan to utilize apprentices on this project in order to achieve a 15% participation level. Please provide apprenticeship utilization statistics from three (3) past projects. List apprenticeship programs your firm is currently involved in. 2.10. Minimum Bidder Responsibility All proposers, including joint ventures, must meet the minimum bidder responsibility requirements of RCW 39.04.350(1) by the date of submission of the qualifications. In addition, proposers shall submit Form A Subcontractor Certification Statements certifying bonding capability. MPT/PDZA reserves the right to waive as informality any non material irregularities in any submittal. 2.11. Protest Procedure Any firm determined ineligible to bid may request that the Owner re evaluate its eligibility. Firms protesting the Owner s initial determination shall submit a notice of protest and any additional information the firm feels establishes its eligibility under the criteria contained in this RFQ no later than 5:00 p.m. on the second business day after receiving notice that they have been deemed ineligible by the Owner. The Owner s determination on the firm s protest will be final. Attachments Form A Subcontractor Certification Statements Form B Project Table Form C Subcontractor Questionnaire Preliminary Construction Schedule Request for Information Form Interpretive Exhibits & Graphics RFQ Page 8 of 8

FORM A SUBCONTRACTOR CERTIFICATION STATEMENTS Interpretive Exhibits & Graphics Subcontractor Request for Qualifications The undersigned, as an officer and /or owner authorized to sign for the submitting firm referenced below certifies to the following statements: 1) The representations made in this response to the Request for Qualifications are accurate and factual in every sense. I acknowledge that misrepresentations in our response will be cause for rejection of our submittal without further consideration for eligibility. 2) To the best of my knowledge, our firm is able to procure and provide to the GC/CM, Turner Construction Company, with a performance and payment bond for the full value of the subcontract work of the subject bid package. The undersigned acknowledges that a performance and payment bond is a mandatory requirement for this subcontract and the inability of providing these bonds is cause for rejection of our submittal without further consideration of eligibility. Firm Name: Signed By: Date Signed: Title of Signer: Washington State Contractor s License No:

FORM B - Project Table Submitting Firm Name: No. Project Name Brief Description of Project Start Date Completion Date Initial Contract Price Final Contract Price Reason(s) for change between initial and final price Owner and Contractor References (One Each) 1 2 3 4 5 Interpretive Exhibits & Graphics Subcontractor RFQ Form B - Project Table Pacific Rim Aquarium GC/CM Package No.08

FORM C SUBCONTRACTOR QUESTIONNAIRE 1. General Information Name of Business: Street Address: City, State, Zip: Mailing Address: Telephone: Website: Contact: Fax: E mail: 2. Licenses/Registrations Type of License or Number Federal or State Number Federal Employer Identification Number WA Construction Contractors Registration UBI Number Employment Security Department Number Federal EIN Washington (L&I) Washington Washington 3. Organization [ ] C Corporation [ ] S Corporation [ ] LLC [ ] Partnership [ ] Joint Venture [ ] LLP [ ] Sole Proprietor Where incorporated or formed? Date founded? Previous business names and years operated? firm, its officers or principals? _ Name of parent company, if any? _ Other businesses owned or controlled by your _ Officers or Principals: Name and Title Years with Company Percent Ownership 4. Legal Information Has your firm, its officers or principals been involved in any bankruptcy or reorganization proceedings, failed to complete any work awarded to them, defaulted, or had a contract terminated for cause within the last five years? If yes, explain: 5. Revenue Projected revenue for this year and next (2) years? 2016 $ _ 2017 $ 2018 $ 1 OF 3

Revenue for the last five years? 2015 $ _ 2014 $ 2013 $ 2012 $ _ 2011 $ Largest individual contract completed in each of the last five years? 2015 $ Description _ 2014 $ Description _ 2013 $ Description _ 2012 $ Description _ 2011 $ Description _ 6. Firm s Current/Projected Workload Project Name Owner and Contact Information Contract Amount % Self Performed Completion Date 7. Employees & Labor Relations Number of Employees: Current Year & 3 Year Average Total Field Shop Office Current Year: 2016 Average of previous 3 Years Labor unions your firm is signatory with, if any? [ ] None [ ] Below Union Name and Local Number Expires If non union, describe your firm s labor acquisition methods and programs: _ Employee & Labor Relations information will not affect the scoring but will be used as information purposes only for which unions they may be signatory to and when those agreements expire. 8. Safety Provide your Workers Compensation Experience Modification Rate (EMR) for the last three years: 2016 EMR: 2015: EMR: 2014: EMR: If any EMR above is greater than 1.00, explain cause and remedial action implemented: Who is responsible for safety at your firm? Their title, qualifications and experience? 2 OF 3

Do you have a written safety program? _ Do you require yours subs to have a written safety program? What does senior management do to actively promote your safety program? Any OSHA (Federal or State) Serious, Willful, and/or Repeat violations within last three years? If yes, explain: Any EPA (Federal or State) violations within last 3 years? If yes, explain: _ Utilizing data from your OSHA No. 300 logs provide your Lost Time Accident Rate (LTR) per 200,000 man hours for the last three years: 2015 LTR: _ 2014 LTR: 2013 LTR: _ Utilizing data from your OSHA No. 300 logs provide your Recordable Incident Rate per 200,000 man hours for the last three years: 2015 RIR: 2014 RIR: 2013 RIR: Proposers may add additional pages to supplement the form as necessary without being subject to the page limitations provided the responses are limited to the requested data on the questionnaire. The undersigned warrants and represents that the information provided herein is complete and accurate in all respects and explicitly authorizes the references identified herein to provide any additional information requested by Sound Transit that it may require to complete its prequalification and/or evaluation process. Company Name: Prepared By: Title: _ (must be an officer or principal of the Company) Signature: _ Date: 3 OF 3

PLEASE SUBMIT YOUR QUESTIONS TO: Email: jtuffs@tcco.com Attn: Jonelle Tuffs, Purchasing Agent Construction Interpretive Exhibits & Graphics Bid Package Date: Page 1 of Proposer: Address: Telephone No.: Fax No.: Email: SUBJECT: Information Requested: