RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES



Similar documents
5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations.

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

CITY OF BONITA SPRINGS, FLORIDA RFP #

REQUEST FOR PROPOSALS

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No

CREOL EXPANSION PHASE II UCF-581 Architect/Engineer (A/E) and Construction Manager (CM) Project Fact Sheet

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Request for Proposal RFP # Printing & Mailing Services

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES


Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

St. Andrews Public Service District

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

Submittal Guidelines RFQ Building 230 Remodel

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR PROPOSALS

5. Preparation of the State and Federal Single Audit Reports.

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

Requirements for Qualifications Package Submittals

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

REQUEST FOR PROPOSALS

Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid

REQUEST FOR PROPOSAL

Request for Proposal Hewlett Packard Network Switches and Peripherals

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

City of Powell Request for Proposals for a Total Compensation Survey

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

How To Hire A Bond/Tax Counsel For The Fhcf

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUOTATION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

State Health Benefit Plan Procurement Policy

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

#5 Independent Contractor Form - With Insurance With Bonds

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

COUNTY OF UNION, NEW JERSEY

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number

PRINCETON, NEW JERSEY REQUEST FOR PROPOSAL MUNICIPAL LEGAL SERVICES

REQUEST FOR PROPOSAL. Design Services

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

Department of Purchasing & Contract Compliance

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

SAMPLE SERVICES CONTRACT

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

Department of Purchasing & Contract Compliance

REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS

Transcription:

RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES WICKHAM PARK COMMUNITY CENTER Parkway Drive, Melbourne, Florida 32935 The Brevard County Board of County Commissioners announces that it is seeking qualifications from construction management firms for the construction of a new community center at Wickham Park, Melbourne, Florida. This Request for Qualifications (RFQ) is for all site preparation and construction of a large community center prototype, approximately 18,000 s.f. single story structure, containing a gymnasium, several activity rooms, a full commercial kitchen, public restrooms and storage. The structure has been designed as an emergency shelter capable of handling 170 mph wind forces. The present design includes an emergency generator, and will include a unique entrance drop-off feature due to the Parks masterplan layout. Construction Manager could be tasked with green construction practices. Complete package is available on Onvia DemandStar (www.demandstar.com) or by contacting Brevard County Facilities: Brevard County Board of County Commissioners Facilities Department Attention: Mary Bowers, Support Services Manager 2725 Judge Fran Jamieson Way, Building A, 2nd Floor Viera, Florida 32940 (321) 633-2050 Fax: (321) 633-2101 mary.bowers@brevardcounty.us Qualified responses will be reviewed and ranked by the County's Selection Committee. Based on the number of qualified responses received the top ranked firms selected by the Committee, as a result of the Committee s review of the responses to the Request for Qualifications, will be requested to make a presentation to the Selection Committee followed by an interview by the Selection Committee. At least five (5) days prior to the interviews, the Selection Committee will provide the firms selected for a presentation/interview with a document that sets forth information regarding how the presentation and interview will be conducted, evaluated and ranked. After the interviews, the Selection Committee will rank the finalists to determine the selected firm. The Negotiating Committee will then negotiate with the top ranked firm. Selection will be made in accordance with the Florida Consultants Competitive Negotiations Act ( 287.055, F.S.) and Brevard County Policy BCC-26. Brevard County reserves the right to revise, delete portions, and/or limit the scope of professional 1

services and to reject any and all Responses. Responses to this Request for Qualifications for Construction Management (At Risk) Services will be received until 4:00 p.m. on July 11, 2013.Submittals should be delivered to Brevard County Facilities Department, Attention: Mary Bowers, 2725 Judge Fran Jamieson Way, Building A, Viera, Florida 32940. Note* Please ensure that if you use a third party carrier (Federal Express, Airborne, UPS, USPS, etc.) that they are properly instructed to deliver your Proposal only to the above address. Delivery via the USPS is at the vendor s risk. To be considered, Proposals must be accepted at the Facilities Department no later than the above date and time. If the Proposal is delivered anywhere else, or after the above date and time, it will be rejected. 2

RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES WICKHAM PARK COMMUNITY CENTER Parkway Drive, Melbourne, Florida 32935 All firms and their agents are hereby placed on notice that they are not to contact, discuss or solicit any members of the Board of County Commissioners or staff, with the exception of the designated liaison regarding the RFQ until after award of the RFQ. Public meetings and public deliberations of the Selection Committee are the only acceptable forum for the discussion of merits of products/services requested by this Request for Qualifications; and written correspondence in regards to this Request for Qualifications is to be submitted to the designated liaison. The non-voting staff member designated as the liaison is Mary Bowers, Support Services Manager, Brevard County Facilities Department, (321) 633-2050; fax (321) 633-2101; email: mary.bowers@brevardcounty.us Only the designated liaison listed in this response may be contacted. I. GENERAL TERMS AND CONDITIONS A. All responses shall become the property of Brevard County. The sealed RFQ documents will remain exempt from public records until notice of a decision or intended decision or thirty (30) days after opening, whichever occurs first, as provided until 119.071(1)(b) Florida Statutes. Financial statements are exempt from disclosure. B. All respondents must read the statement on Public Entity Crimes (Attachment A) and acknowledge same prior to entering into a Contract with the County. C. The County will not reimburse respondent for any costs associated with the preparation and submittal of any responses to this Request for Qualifications (RFQ). D. The awards made pursuant to this Request for Qualifications are subject to the provisions of Chapter 112, Part III, Florida Statutes. In this Response, each respondent must disclose the name of any officer, director, or agent who is also an employee of the County. Further, all respondents must disclose the name of any County employee who owns, directly or indirectly, any interest of five percent (5%) or more in the respondent s firm or any of the respondent s branches/subsidiaries. 3

E. Non discrimination: Respondent shall not discriminate as to race, sex, color, creed, handicap or national origin in the operations conducted under this engagement. F. Due care and diligence has been exercised in the preparation of this RFQ. The responsibility for determining the full extent of the services required rests solely with those making responses. Neither the County nor its representatives shall be responsible for exercising the professional judgment required in determining the final scope of services which may be required. G. All timely responses set forth in the Submittal Requirements for respondents to this RFQ will be considered. Respondents are cautioned to clearly indicate any deviations from these qualifications. The terms and conditions contained herein are those desired by the County and preference will be given to those responses in full or substantially full compliance with the requested qualifications. H. Each respondent is responsible for full and complete compliance with all laws, rules and regulations including those of the Federal government, State of Florida and applicable local ordinances. Failure or inability on the part of the respondent to have complete knowledge and intent to comply with such laws, rules and regulations shall not relieve any respondent from its obligation to honor its response and to perform completely in accordance with its response. I. The County, at its discretion, reserves the right to waive minor informalities or irregularities in any responses, request clarification of information from respondents, to reject any and all responses in whole or in part, with or without cause, and to accept any response which, in the County s judgment, will be in the County's best interest. J. Any interpretation, clarification, correction or change to the RFQ will be made by written addendum issued by the Facilities Department. Any oral or other type of communication concerning the RFQ shall not be binding. All questions must be in writing and directed to: Brevard County Facilities Department Attn: Mary Bowers, Support Services Manager 2725 Judge Fran Jamieson Way, Building A Viera, Florida 32940 (321) 633-2050 facsimile (321) 633-2101 Email: mary.bowers@brevardcounty.us K. Responses must be signed by an individual of the respondent's organization legally authorized to commit the respondent's organization to 4

the performance of the services contemplated by this Request for Qualifications. L. Any responses submitted before the deadline may be withdrawn by written request received by the County before the time fixed for receipt. Withdrawal of any response will not prejudice the right of the respondent to submit a new or amended response as long as Brevard County receives the response by the deadline as provided herein. M. For good and sufficient reason, up to forty eight (48) hours before the advertised deadline, the County may extend the response deadline. Should an extension occur, all firms who received a Request for Qualifications will receive an addendum setting forth a new date and time for the response deadline. Notice will be provided by facsimile or email. N. TIES: Award of all tie rankings shall be made by the Purchasing Manager in accordance with State Statutes, which allows a firm certified as a Drug-Free Workplace to have precedence. When evaluation of responses to solicitations results in identical ranking with regards to the responses from two or more respondents, the County shall determine the order of award using the following criteria in order of preference listed below (from highest priority to lowest priority): a. Priority shall be given to the respondent certifying that he/she is a Drug-Free Workplace as defined within 287.087, Florida Statutes; b. Should a tie still exist, priority shall be given until the tie is broken, to the respondent with the highest total of raw scores for each evaluation criteria, progressing from the highest weighted criteria to the lowest rated criteria. If multiple evaluation criteria have identical weights, the combined total weights of the identically weighted criteria shall be used; c. Should a tie still exist, priority shall be given to the respondent having a verified business establishment within the boundaries of Brevard County, Florida; d. In the event that a tie still exists after progressing through a-c, the decision shall be made by lot or coin toss. The drawing of lots or coin toss shall be conducted in the presence of the affected proposers if they elect to be present. O. LOCAL PREFERENCE The Board of County Commissioners of Brevard County, Florida amended the Resolution for a local business preference policy. Businesses located within Brevard County and the State of Florida will be given preference through the current procedures established by the resolution as amended. The proposer also understands that failure to maintain the requirements of the vendor category through completion of the awarded bid or contract may be grounds for immediate termination and may be used for 5

consideration in future awards. The entire resolution may be viewed at www.brevardcounty.us/purchasing II. SPECIAL TERMS AND CONDITIONS A. The successful respondent shall be required to submit proof of licenses or certifications as required by Brevard County and the State of Florida. B. The successful respondent shall be required to enter into a contract that will be provided by the County that substantially reflects the requirements of this Request For Qualifications, and normal contract terminology. The County reserves the right to waive/adjust any minor inconsistencies between the RFQ and the finalized contract. The County anticipates using a contract similar to the contractual format established by the State of Florida Department of Management Services for the Construction Agreement between Owner and Construction Manager. C. The successful respondent shall hold harmless, indemnify and defend the County, its Commissioners, employees, representatives and agents against any claim, action, loss, damage, injury, liability, cost and expense of whatsoever kind of nature arising out of or incidental to this work. D. The successful respondent shall not be allowed to substitute project team members named in this response without proper written permission of the County. E. The successful respondent, within five (5) days of receipt of Notice to Proceed from the County will be required to submit all certificates of insurance and bonds as follows: Workers Compensation Provide Worker s Compensation insurance on behalf of all employees who are to provide a service for this project, as required under Florida laws. Commercial General Liability Including but not limited to bodily injury, property damage, and personal injury with limits of not less than $2,000,000 combined single limit per occurrence, including products and completed operations. Auto Liability Including bodily injury, property damage liability for all vehicles owners, hired, leased and non-owned with limits of not less than $500,000 combined single limit, per accident. Builders Risk - for the total construction cost (contract amount) of the project, and for the entire term of the Contract. 6

Payment and Performance Bonds With limits of not less than 100% of the total construction cost of the project. Payment and Performance Bonds shall be recorded in the official record of the County in which the project is located. Acceptable Surety companies shall be licensed to do business in Florida and shall have an A.M. Best Rating of A- and financial size V or higher. *NOTE: Payment and Performance Bonds will be waived for projects under $100,000. III. GENERAL SCOPE OF SERVICES: The Construction Manager, if selected to enter into contract, will provide a Guaranteed Maximum Price (GMP) for the total construction cost, provide Performance and Payment Bonds for the full value of the GMP and will hold all trade contracts. The County anticipates the following general scope of services, but reserves the right to modify, add or delete any services. A. Design Phase (in conjunction with the services of the Architect) should include, but is not limited to: Design review and input; Total Project Schedule; Construction cost estimate (including total project cost, draft GMP and updated GMP); Value engineering and construction alternatives; Coordination and interface of the contract documents general conditions, special conditions, trade contractor bid packages, etc. Construction Planning; Development of C/M administrative methods and actions for earning LEED points; Development of trade contractor bid packages and recommendation on the clarification of responsibilities for trade contractors; Market stimulation for trade contractor bidding; Construction trade contractor pre-qualifications; Site utilization planning before and during construction; Identification of significant direct purchase items and/or long lead items; Plans and Specification reviews including design development, construction documentation, redicheck and constructability review; B. Construction Phase should include, but not be limited to: Project meetings; Scheduling, updates and planning; Estimating, including final GMP; Bidding (selection of the trade contractors and/or material suppliers for the project and bidding must comply with the County procurement policies and procedures to the best of the Construction Manager s ability); 7

Guaranteed Maximum Price (not to exceed total for the costs of the physical construction and the general conditions necessary for the total construction of the project); Trade contract procurement and administration; Owner-furnished materials; Cost control; Project record keeping; Direct purchasing of materials to recover sales tax in coordination with the County and State requirements; Site management such as project control, site housekeeping, construction materials waste management plan, supervision, scheduling, planning, quality assurance, quality control, safety, etc. Development of Construction Waste Management Plan for earning LEED points; Physical construction; Information Management; Change Orders/claims management; Permitting; Special inspection coordination (geotechnical, materials testing, threshold inspection, etc.); Reporting; Shop drawings submittals/document control/field as builts; Substantial completion, final completion, warranty compliance inspection, building commissioning, etc; Move in and occupancy coordination, as needed; including training of County personnel; Warranty Management III. SUBMITTAL REQUIREMENTS TO REQUEST FOR QUALIFICATIONS Responses will be evaluated on the basis of the written document; therefore the documents must be complete, concise and clear as to the intent of the respondent. In order to maintain competitiveness and for ease of evaluation, responses to the RFQ must be responsive to the following and presented in this format and order: NOTE: All responses must be presented as 8½" x 11" bound documents. The information must be tabbed according to each requested section. Number each side of each page consecutively including letter of interest, brochures, licenses, resumes, supplemental information, etc. Responses must be limited to fifty (50) pages. Covers, tables of contents and divider tabs will not count as pages, provided no additional information is included on those pages. Work product samples (reports, schedules, etc. provided in response) will not be counted in the fifty (50) page limit. Package the Work Product Samples separately from the response, labeling the sample clearly. Provide five (5) copies and one (1) electronic copy of the proposal and submit five (5) electronic copies of the work product sample package. Any proposals exceeding the fifty (50) page limit may be disqualified. 8

Following are the required sections and required minimum content: A. INTRODUCTION/COVER LETTER: YES/NO Respondents should provide no more than a two (2) page letter of introduction. The letter should highlight or summarize whatever information a respondent deems appropriate as a cover letter, but at a minimum, this section should include the name, address, telephone number, fax number and e-mail address of one person to whom all correspondence should be directed. B. BUSINESS ORGANIZATION: 20 POINTS Describe the business organization(s), who will serve as major participants and their respective roles, and the following information as to business operations: 1. Organization: State the full name, address, telephone number and facsimile number of the proposing firm/organization(s). Include Federal I.D. number and Corporate Charter Number. a. Indicate whether those in the proposing group will operate as a sole proprietorship, individual, partnership or corporation, and the state of its incorporation or license to operate. b. As applicable, provide the name of the branch office or other subordinate element that will perform or assist in performing the services described herein. 2. Major Participants: Recognizing the scope of this project, interested parties may select to use joint venture partners or subconsultants. Provide the following in list form on a summary page (specific information about each should be provided in the Appendix, if desired). a. A list of major participants and complete addresses, and their relationship to the respondent, whether as a joint venture, partner, subsidiary or sub-consultant. b. Should any of the above participants include a Minority Business Enterprise (MBE), this should be noted, along with the entity that has so certified the respondent as an MBE. c. Specific role in the project of all participants noted above. d. Estimated percentages of participation of each participant noted above. 3. Experience/References: 20 POINTS Respondents shall provide a list of their work on projects the same as or similar to this project. The information will be presented in summary form and then can be followed as appropriate by a narrative. 9

a. List five (5) projects for which your firm acted as design/builder, general contractor or has provided or is providing construction management services which are mostly closely similar to this project Respondents should demonstrate specific experience with construction of community centers or recreational facilities, or similar projects, within the past five (5) years, along with experience in working with Federal, State and other types of grants to assist with the funding and/or submittal requirements of the project. In determining which projects are most similar consider: related size and complexity; how many members of the proposed team worked on the listed project; and how recently the project was completed. Identify if any of the five (5) projects are LEED Certified. b. For each of the listed projects, provide the following information: size, construction cost (original estimate, construction cost and final construction cost), current phase of development, estimated (or past) completion date, type of delivery method (lump sum, design/build, construction management at risk, etc.), scope of services, name of team members within your firm and titles, name of Owner's contact person, telephone number and fax number, and the name and telephone number of the Architect/Engineer. Failure to provide accurate information in order to obtain references may disqualify your firm. 4. Respondent's Personnel: 10 POINTS a. List total number of your firm's key personnel by skill group (ie: cost control, estimating, scheduling, superintendents, etc.). b. Name all key personnel which will be part of the construction management team for the proposed project and provide their cities of residence. Describe in detail the experience and expertise of each team member, specifically those of the Project Manager and Project Superintendent. NOTE: key personnel must be committed to the project for its duration unless excused by the Owner. This requirement is nonnegotiable. c. For each project listed in response to Number 3, list the members of the proposed team who worked on the project and describe their roles. 10

d. If the team as a whole provided construction management services for any of the projects listed in response to Number 3, so indicate. 5. Cost Control: 10 POINTS For two (2) of the Projects listed in response to Number 3, describe cost control methods for the design and construction phases. How did you develop cost estimates and how often were they updated? Provide examples of how these techniques were used and what degree of accuracy was achieved. Include examples of successful value engineering to maintain project budgets without sacrificing quality. Include a sample of a cost estimate. (Note: follow instructions for Work Product Samples included in this section of the Request for Proposal when submitting this example). 6. Scheduling: 10 POINTS For two (2) of the Projects listed in response to Number 3, describe the way in which your firm developed and maintained design and construction project schedules. How did you develop schedules and how often were they updated? Provide examples of how these techniques were used. Include specific examples of scheduling challenges, and how your firm helped solve them. Submit an example of a project schedule. (Note: follow instructions for Work Product Samples included in this section of the Request for Proposal when submitting this example). 7. Information Management: 10 POINTS For two (2) of the Projects listed in response to Number 3, describe the types of records, field records, logs, meeting minutes, monthly reports, monitoring systems and information management systems which your firm used in the management of those projects. Provide examples of each report used. (Note: follow instructions for Work Product Samples included in this section of the Request for Proposal when submitting these examples). 8. Quality Control: 10 POINTS For two (2) of the Projects listed in response to Number 3, describe the way your firm maintained quality control during the preconstruction, construction and warranty phases. Provide specific examples of how these techniques were used. 9. Safety: 10 POINTS Describe your firms approach to safety and how your firm ensures a safe workplace at the construction site. 10. Financial Capability: YES/NO 11

Attach a letter of intent from a surety company indicating the applicant s bondability for this project. The surety shall acknowledge that the firm may be bonded for each phase of the project. The surety company must be licensed to do business in the State of Florida, and must have a Best Rating of A- and a financial size of V or higher. 13. Confirmation of Acceptance: By submission of a response to this Request for Qualifications the respondent makes the following acknowledgments/certifications. Include a signed and notarized statement indicating confirmation of acceptance. a. Your firm/organization/joint venture consents that responses will not be accepted from any company, firm, person, or party, parent or subsidiary, against which the County has an outstanding claim, or a financial dispute relating to prior contract performance with the County. At any time the County discovers such a dispute during any point of evaluation, the response will not be considered further. b. Through a statement of disclosure, your firm/organization/joint venture will provide sufficient detail of any relationship, especially financial, between members of your firm and any County employees or their family members. This will allow the County to evaluate possible conflicts of interest. The County will determine whether the extent of any conflict of interest will disqualify the respondent. c. Regarding information furnished by the applicant herewith, and as may be provided subsequently (including information presented at interview, if shortlisted): 1. All information of a factual nature is certified to be true and accurate. 2. All statements of intent or proposed future action (including the assignment of personnel and the provision of services) are commitments that will be honored by the respondent if awarded the contract. e. It is acknowledged that: 1. If any information provided by the applicant is found to be, in the opinion of the Selection Committee or Board of County Commissioners, substantially unreliable, this Proposal may be rejected. 2. The Selection Committee or Board of County Commissioners may reject all applicants and may stop the selection process at any time. 12

3. The selection of finalists for interview will be made on the basis of information provided herein. The interviewed firms will be ranked based on their response to the interview questions, and results of reference checks. 4. It is understood that responses to this RFQ must be received at Brevard County Facilities Department, 2725 Judge Fran Jamieson Way, Building A, 2nd Floor, Viera, Florida 32940 on July 11, 2013 no later than 4:00 p.m. 5. The respondent has not been convicted of a public entity crime within the past 36 months, as set forth in Section 287.133, Florida Statutes. IV. SELECTION COMMITTEE AND STAFF LIAISON Teresa Camarata, Interim Central Services Director or designee Greg Minor, Parks Operations Manager or designee Venetta Vendengo, Assistant County Manager or designee Mary Bowers, Support Services Manager, Staff Liaison 13

ATTACHMENT A PUBLIC ENTITY CRIME AFFIDAVIT A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid/quote/proposal on a contract to provide goods or services to a public entity, may not submit a bid/quote/proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids/quotes/proposals on leases of rental property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 14