Request for Proposals for Owner's Representative /Project Management Services for the Charlotte County Courthouse Construction Project



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

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES

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

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

Western Virginia Water Authority. Roanoke, Virginia

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

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

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

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

St. Andrews Public Service District

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

COUNTY OF PRINCE EDWARD REQUEST FOR PROPOSALS FOR PROFESSIONAL FINANCIAL ADVISORY SERVICES

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

DGS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

City of Danville, Virginia

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

REQUEST FOR PROPOSALS

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

INVITATION TO BID EOE

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

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

THE TOWN OF NORTH SMITHFIELD

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

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

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

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO PD

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No KMC

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

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA REQUEST FOR PROPOSALS

QSP INFORMATION AT A GLANCE

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

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

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSALS

Request of Qualification Proposal for Construction Management Services

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

REQUEST FOR PROPOSAL FREDERICKSBURG CITY PUBLIC SCHOOLS FREDERICKSBURG, VIRGINIA. October 19, 2015

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

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

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

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

CITY OF BONITA SPRINGS, FLORIDA RFP #

Town of Maiden. Request for Proposals For Sign Replacement Project

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

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

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

REQUEST FOR QUALIFICATIONS

COUNTY OF PRINCE WILLIAM

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR PROPOSALS

Request for Proposals

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

ATLANTA PUBLIC SCHOOLS

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.

Request for Proposal Hewlett Packard Network Switches and Peripherals

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

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Bid closing date December 21, 2013

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

#5 Independent Contractor Form - With Insurance With Bonds

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

REQUEST FOR PROPOSAL

Town of Montreat Buncombe County, North Carolina

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

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

Request for Qualifications/Proposals (RFP) For

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

Document Comparison. AIA Documents A and A131CMc 2003

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

Transcription:

County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Owner's Representative /Project Management Services for the Charlotte County Courthouse Construction Project Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, 2.2-4343.1 or against a bidder because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. Bid Number 037-199 Bid Due Date and Hour (Local Time) February 19, 2016 at 2:00 pm Date Initiated January 26, 2016 Address All Inquiries and Correspondence to: County of Charlotte P.O. Box 608 250 LeGrande Avenue; Suite A Charlotte Court House, VA 23923 Monica L. Elder, Purchasing Agent Phone: (434) 542-5117 Fax: (434) 542-5248 Email: melder@charlotteva.com Special Instructions: 1. Responses must be signed below in ink. 2. Responses will be accepted until the date and hour shown above. 3. This inquiry incurs no obligation on the part of the County of Charlotte. 4. All proposals are considered firm for our acceptance within 90 days after the due date. 5. Charlotte County may cancel or withdraw a solicitation in whole or in part and reject any and all bids or proposals at any time prior to an award (Section 2.2-4319-Code of Virginia). In compliance with Request for Proposal No. 037-199, and all the conditions imposed therein, the undersigned offers and agrees to furnish products/services in accordance with the signed proposal or as mutually agreed upon by subsequent negotiation. SCC Number: Name & Address of Offeror: License Number: Date: Name (Print): Signature: Zip Code: FIN: Title: Phone: ( ) E-mail: FAX: ( )

TABLE OF CONTENTS I. Purpose... 3 II. Background... 3 III. Project Information... 3 IV. Scope of Work... 4 V. Qualifications for Project Manager... 7 VI. Pre-Proposal Conference... 8 VII. Submission of Proposals... 8 VIII. Questions & Addenda... 10 IX. Selection Procedure and Evaluation of Proposals... 10 X. Contract Term & Payment.....11 XI. Special Terms and Conditions.....11 XII. General Terms and Conditions... 12 Appendix A - Contractor Data Sheet... 15 Attachment A - Proposed Project Schedule Attachment B - Settlement Court Order Attachment C - Presentation Drawings 2

I. PURPOSE The Board of Supervisors of Charlotte County, Virginia, herein referred to as "the County, is soliciting sealed proposals from qualified individuals and firms for non-professional owner's representative / construction project management services for the Charlotte County courthouse construction project. The successful offeror will be required to provide complete consulting services for all of the various project tasks listed herein. It is Charlotte County s intent that this Request for Proposal is part of a competitive procurement process which helps to serve the County s best interests while providing Offerors with a fair opportunity for their services to be considered. The process of competitive negotiation being used in this case should not be confused with the process of competitive sealed bidding. Price is not required to be the determining factor, although it may be, and the County may negotiate with one or more Offerors to arrive at a mutually agreeable relationship. II. III. BACKGROUND Located in South-Central Virginia, Charlotte County is a rural jurisdiction 475 square miles in area with approximately 12,600 residents. The Town of Charlotte Court House serves as the county seat. The county's existing courthouse was designed by Thomas Jefferson and has been in continuous use since 1824. Both the courthouse and the surrounding historic district are listed on the National Register of Historic Places. In response to security issues, space needs and other concerns identified by the judiciary, the Charlotte County Board of Supervisors voted in April 2015 to construct a new courthouse on the historic courthouse square in the Town of Charlotte Court House. PROJECT INFORMATION A. General Information The new courthouse facility will consist of approximately 27,355 gross square feet contained in a basement, ground level and second floor. The proposed facility will house two courtrooms, the General District Court Clerk's Office, the Juvenile & Domestic Relations Court Clerk's Office, the Court Services Office and supporting spaces. The most recent cost estimate, provided in November 2015, estimates the cost of construction at $11,600,000. B. Project Team The County has engaged Glave & Holmes Architecture of Richmond, Virginia, herein referred to as "the A/E", to provide architectural & engineering, design, and construction period services. Glave & Holmes's team also includes the following: Civil & Geotechnical Engineer Structural Engineer Mechanical, Electrical, Plumbing, & Fire Protection Engineer Security System Consultant Door Hardware Audio/Visual Systems & Acoustical Consultant Courts Consultant Cost Consultant Detention Hardware Draper Aden Associates Keast & Hood Company 2rw Consultants, Inc. GHD Stanley Security Solutions Miller Beam Paganelli Dan Wiley Associates Downey & Scott Lewis Frame & Door The County intends to procure non-professional services for an Owner's Representative / Project Manager for the project to supplement the services provided by the A/E. 3

C. Additional Project Information The following documents are incorporated herein to this RFP and are made a part hereof: 1. Attachment A - Glave & Holmes's Proposed Project Schedule 2. Attachment B - Settlement Court Order for Case No. CL12000116 00, Commonwealth of Virginia vs. David M. Guill et al. 3. Attachment C - Presentation Drawings IV. SCOPE OF WORK The Owner's Representative / Project Manager, herein referred to as the Project Manager, shall serve as the County s designated representative for the courthouse construction project, and will be involved in all construction phase activities as well as the document submission, procurement, commissioning, and closeout processes of the project. The Project Manager's duties shall include optimizing the use of available funds, managing an on-time construction schedule, avoiding delays and disputes, and various administrative duties. More specifically, the Project Manager s responsibilities shall include: A. Overall Project Management 1. Provide on-site management and facilitating communications between the County and the various project stakeholders 2. Advise the County on matters related to this project 3. Other tasks related to the project as directed by the County B. Pre-Construction Services 1. Review construction documents for constructability, completeness and suitability for bidding 2. Review cost estimates and advise the County and A/E on value engineering and/or cost reduction opportunities. 3. Assist the A/E in establishing the appropriate content in the Project Manual to coordinate with the Project Manager's responsibilities in the Bidding and Construction Phases. 4. Advise the County on the procurement of needed building inspection services. Offerors who are licensed to provide building inspection services for commercial facilities, to include the performance of plan reviews and required inspections, should include information in their proposal regarding their related qualifications & range of services. 5. Coordinate regulatory reviews 6. Assist the County in developing a Request for Qualifications (RFQ) for construction 4

contractors, evaluating responses and establishing a pre-qualified list of bidders 7. Prepare construction bid documents in accordance with the Virginia Public Procurement Act (VPPA), assist with advertising the solicitation and distributing bid packets, attend the prebid meeting & answer questions from potential Offerors when appropriate, prepare any required clarifications or addenda, attend bid opening, evaluate bids and review them with the County 8. Prepare Furniture, Fixture & Equipment bid documents in accordance with the VPPA, assist the County with advertising the solicitation and distributing bid packets, answer questions from potential Offerors and prepare any required clarifications or addenda, attend bid opening, evaluate bids and review bids with the County C. Construction Phase Services 1. Evaluate/Ensure Compliance with Project Scope a) Report to the A/E and the County when, in the Project Manager's opinion, the work being performed or materials being used do not conform to the requirements of the Contract Documents or safety requirements are not being followed. If appropriate, recommend suspension of the Work. b) Notify the A/E and County if work begins before required shop drawings, product submittals, or samples have been approved by the A/E. Receive and log samples, notify the A/E when they are ready for examination, record the A/E's approval or other action and maintain custody of approved samples. c) Submit to the County and the A/E a weekly report summarizing significant activities and occurrences at the project site. Include a running record of outstanding, unresolved issues and a running record discrepancies/ deficiencies. d) Review Contractor s proposed means of providing temporary conditioning of spaces (heat/cold), protecting construction, protecting building materials from elements (i.e. moisture), etc. e) Coordinate/Schedule Special Inspections as needed. f) Report presence of and activities performed by Testing & Inspection agents. Observe tests required by the Contract Documents and tests performed by the Contractor. Record and report to the A/E and County, test procedures and test results when applicable. g) Review and provide a recommendation to the County on all proposals submitted by the Contractor for changes initiated by the County or Architect and all claims for change orders initiated by the Contractor. h) When the Contractor is directed to make changes based on unit costs, verify accuracy of quantities of material and labor attributable to change orders. i) Verify that all change orders are complete. 5

j) Assist the A/E with observations to determine the dates for substantial and final completion of contractor s work. 2. Recordkeeping a) Keep and maintain records showing the progress of and changes in the project during its construction. b) Keep a record of all Proposal Requests from the Architect, change order proposals from the General Contractor, and executed change orders. c) Maintain copies of the following: Contract Documents (addenda, contracts, drawings, specifications, change orders, proposed change orders, request for clarification, construction change authorizations, A/E's supplemental instructions, etc.) Names and contact information for Contractors, Sub-contractors, and Principal Suppliers Shop drawings Supplementary drawings Samples and product data County's purchases, including material and equipment Color boards, schedules and samples Correspondence and reports of site conferences Contractor's Applications For Payment Running list of discrepancies/deficiencies and dates Running list of Unresolved Issues A/E punch lists with date of issue indicated on each Any other documents & revisions resulting from issues concerning the Contract or Work Maintenance and operating manuals and instructions when received from Contractor All Meeting Minutes Weekly reports 3. Scheduling a) Review the Contractor's detailed schedule and advise the County on the Contractor's progress and any construction scheduling issues. Monitor the schedule, notify the County of any slippage in critical path time, make recommendations on accepting the Contractor's proposed schedule recovery plan, and maintain an annotated copy of the schedule that reflects actual progress. b) Maintain a copy of the project schedule which shows work to date and any changes made in the CPM schedule. Where a schedule shows early/late start and finish dates for various activities, note actual dates of each occurrence on a copy of the CPM listing. Make recommendations to the County as appropriate concerning the Contractor's conformance to the schedule and/or recovery plans. 6

c) Confirm that changes required by approved change orders are incorporated in the work at a time deemed appropriate by the Contractor, and are reflected in the Contractor's progress schedule. 4. Budget Management & Payments a) Report on project cost, making recommendations for budget adherence. b) Provide project budget and variance reporting. c) Verify invoices for on-site tests/site visits of independent testing entities, which are to be paid by the County. d) Review applications for payment & certificates of payment issued by the A/E. Advise the County whether they accurately represent progress of the work and values of each line item in the Schedule of Values. Verify that stated quantities of stored materials are accurate. Based on such review and verification, make recommendations to the County. 5. Meetings a) Coordinate and conduct or attend, as required, project related meetings including steering committee meetings and workshops, all pre-proposal and procurement meetings, pre-construction meetings, construction meetings, pay application meetings, closeout/punch list meetings. b) Maintain all meeting notes and action items with follow-up. c) Other duties related to these scheduled meetings as assigned by the County D. Post-Construction Services 1. Coordinate post-construction activities including testing/commissioning of all major components and systems. 2. Verify Project is ready for substantial completion inspection prior to actual inspection. 3. Conduct Substantial Completion Inspection and prepare punchlist. 4. Conduct final inspection. 5. Ensure any training on the use of any and all equipment has been provided. 6. Ensure all required warranties, guarantees, operating manuals, spare parts, and training documentation are submitted and provided to the County E. Limitations of Authority 1. The scope of the Project Manager s authority is limited to that authorized by the County. This authorization shall not impinge upon or supersede the professional responsibility and liability of the A/E. Changes to any aspect of the design, including: interior layout, exterior appearance, materials of construction, and technical details shall only be made in consultation with the A/E. 7

2. The Project Manager has no authority to and shall not: Interpret or change approved plans and specifications Authorize deviations from the Contract Documents Enter into areas of responsibility of the Contractor's superintendent Authorize the County to occupy the project in whole or in part Issue directions regarding construction means, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the Work; Issue a certificate for payment. F. Office Space, Equipment & Administrative Support 1. The County will provided the Project Manager with an office in the Town of Charlotte Court House. 2. The Project Manager shall provide all cell phones, pagers, beepers, test and sampling equipment, cameras, computers, copiers, fax machines, administrative support and transportation for Project Management staff assigned to this contract. V. QUALIFICATIONS FOR PROJECT MANAGER 1. The Project Manager shall demonstrate through a combination of education and experience the ability to maintain the cost, control the schedule, maintain the CPM and adjust the critical path, manage the project, conduct meetings, maintain records, etc. 2. The Project Manager shall have: Served as project manager on at least one state or local government project within the past five years Worked on at least two projects of $10,000,000 or more within the last ten years. Experience providing Project Management services including on-site management and facilitation of communications between various project stakeholders The leadership abilities necessary to deliver the project successfully within communicated schedule milestones and within the design not to exceed budget A clear understanding of the project & the scope of work The ability to communicate effectively orally and in writing Previous experience with court facility projects or prisoner detention facilities VI. PRE-PROPOSAL CONFERENCE A mandatory pre-proposal conference will be held on February 10, 2016, at 2:00 pm at the Charlotte County Administration Office, 250 LeGrande Avenue, Charlotte Court House, Virginia. Attendance at this meeting is a prerequisite for submitting a proposal. Any changes to this meeting date due to inclement weather will be posted on the Charlotte County website, www.charlotteva.com. VII. SUBMISSION OF PROPOSALS A. Submission Procedures 1. To receive consideration your proposal with original signature along with two (2) copies must be received in the Charlotte County Administrator s Office no later than 2:00 pm on February 19, 2016. 2. The original copy must be clearly identified on the outside cover. 8

3. The submission of proposals by fax, phone, e-mail, or verbal offer will not be accepted. 4. All proposals must be in a sealed package clearly marked RFP #037-199 - Project Manager. 5. It is the responsibility of each Offeror to see that their proposal is in the Office of the County Administrator by the specified time and date. 6. Please note that some overnight courier services cannot guarantee delivery to this location by 2:00 p.m. and plan accordingly. 7. Any offers or amendments received by the County after the date and time specified for the scheduled opening of proposals will not be considered. Date of postmark will not be considered. There will be no extensions and no exceptions. 8. Submittals can be hand-delivered or mailed to the following address: Charlotte County Administrator s Office Attention: Monica Elder, Purchasing Agent P. O. Box 608 250 LeGrande Avenue, Suite A Charlotte Court House, Virginia 23923 B. Proprietary Information All proposals submitted under this RFP shall become the property of Charlotte County and will be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by an Offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act. However, the Offeror must invoke the protections of Section 2.2-4342F of the Code of Virginia, in writing, either before or at the time the material is submitted. The written notice must specifically identify the materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method, such as highlighting or underlining, and must indicate only the specific words, figures or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document as proprietary or trade secrets is not acceptable and will result in rejection of the proposal. C. Proposal Content All proposals should be prepared simply and economically. Emphasis should be on completeness and clarity of content. Proposals shall contain the following: 1. Completed cover page of this RFP signed by an authorized individual 2. Completed Data Sheet (Appendix A) 3. A narrative including: a) Basic company overview b) Experience in providing the services described herein c) Proposed staffing to provide the required services including names, functions, assignments, and other pertinent data. d) Resumes of proposed on-site persons including any relevant certifications, a list of recent projects and a description of the duties and responsibilities on each project e) Approach to providing the project services described above f) Any recommended changes or additions to the scope of work that would serve to better meet the County's objectives 4. A pricing proposal 9

5. A list of subcontractors, if any, that the contractor plans to utilize on the project 6. A completed copy of all addenda issued D. Additional Information Offerors should be as complete as possible in their response. The County may contact the Offeror to clarify any response, may solicit information from any available sources concerning any aspect of the proposal, and may review other information deemed pertinent to the evaluation process. E. Estimated Schedule Charlotte County anticipates the following timetable for selection: January 26, 2016 Request for Proposals Issued February 10, 2016 Mandatory Pre-proposal Conference at 2:00 pm February 12, 2016 Deadline for Questions is 2:00 pm February 19, 2016 Proposals due by 2:00 pm March 1-4, 2016 Interview Top Ranked Offerors & Perform Negotiations VIII. QUESTIONS & ADDENDA A. Questions 1. All questions regarding this RFP must be submitted in writing to the Charlotte County Purchasing Agent, Monica Elder, and must be received by the County no later than 2:00 pm on February 12, 2016. 2. All responses to questions will be provided in an official written addendum. 3. The County will not assume responsibility for claims of oral instructions. B. Addenda All addenda issued shall become part of this RFP. It is the responsibility of each Offeror to ensure that they obtain a copy of all addenda. Addenda will be posted on eva and the Charlotte County website, www.charlotteva.com/purchasing.htm. IX. SELECTION PROCEDURE AND EVALUATION OF PROPOSALS The evaluation and selection processes will be governed by and completed in accordance with the Virginia Public Procurement Act (VPPA). If any provision of this RFP is found to be inconsistent or in conflict with such policy, the terms of the VPPA shall govern. A. Selection Process Selection shall be made of two or more Offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall then be conducted with each of the Offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each Offeror so selected, the County shall select the Offeror which, in its opinion, has made the best proposal, and shall award the contract to that Offeror. The County may cancel this Request for Proposals or reject 10

all proposals at any time prior to an award, and is not required to furnish a statement of the reason why a particular proposal was deemed to be most advantageous. Should the County determine in writing and in its sole discretion that only one Offeror is fully qualified, or that one Offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that Offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the Offeror/Contractor's proposal as negotiated. B. Proposal Evaluation Criteria: The following criteria will be used to review and evaluate Offerors proposals: 1. Expertise, qualifications and experience to include client references (40%) 2. Proposed methodology/procedures (30%) 3. Pricing (30%) X. CONTRACT TERM & PAYMENT A. The lump sum fixed fee will include all services for the project outlined in the Scope of Work. The contract shall begin at the date of award and shall last for the duration of the construction of the new courthouse and post construction activities (approximately twenty-four months.) B. Should additional services be required, the Project Manager will be compensated at a rate set forth in the Contract or, if not set forth in the Contract, at a rate commensurate with the services provided. C. Payments will be made monthly to the Project Manager for the proportional part of the services rendered during the period. D. The Project Manager shall submit to the County by the 2nd day of the month a statement for approval and payment for the services performed during the preceding month. XI. SPECIAL TERMS AND CONDITIONS A. Insurance The selected Offeror shall, during the entire performance of the contract, keep in force at least the following minimum limits of Insurance: 1. Workers compensation insurance shall comply with requirements of the laws of the Commonwealth of Virginia. 2. Professional Liability - $1,000,000 - Insurance Coverage for Errors and Omissions on Claims Made Basis 3. General Liability - $1,000,000 per occurrence - Coverage for personal injury, bodily injury, and property damage 11

4. Automobile Liability - $1,000,000 combined - Coverage for owned, hired, non-owned, bodily injury, and property damage The selected Offeror shall furnish an original Certificate of Insurance prior to commencing work. Charlotte County shall be named as an additional insured and so endorsed on the policy. No insurance certificate is required at the time of proposal submission. B. Termination of Contract for Convenience Charlotte County, by written notice, may terminate the resulting contract in whole or in part when it is determined by the public body to be in the County's best interest. Termination shall be effected by serving a notice of termination. In the event of termination pursuant to this paragraph, the County shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of this termination. C. Termination of Contract by Default Should the selected Offeror fail to deliver the services in accordance with the contract terms and conditions, the County has the right to terminate any contract resulting from this solicitation for default. Termination shall be effected by serving a notice of termination stating the manner of the default. In the event of termination pursuant to this paragraph, the County shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of this termination less any fines or other fees that may be withheld. XII. GENERAL TERMS AND CONDITIONS A. All proposals must be submitted in accordance with this RFP. All information received shall become part of the proposal. B. The Offeror certifies that it knows of nothing that could raise the issue of conflict of interest with regard to this RFP. C. A contract shall be deemed executory only to the extent of appropriations available for the purchase of such the same or similar goods or services as requested in this proposal. Future obligations shall be subject to future appropriations, if any, by the Board of Supervisors. Nothing contained herein shall be construed to require any future obligation by the Board of Supervisors. D. The award of a contract shall be at the sole discretion of the County Board of Supervisors. The award shall be based upon the evaluation of all information made available to the County. The Board reserves the right to enter into any contract deemed to be in its best interest. The County shall not be obligated to furnish a statement of the reason why a proposal was not deemed to be the most advantageous. E. An officer of the proposing Offeror must sign the proposal and all issued addenda. Such signature shall bind the Offeror to all obligations under this RFP. F. The Offeror agrees that their proposal shall be good and may not be withdrawn for a period of ninety (90) days. 12

G. The County shall not be responsible for any expense incurred by any Offeror in preparing and submitting a proposal or participating in the interview and negotiation processes. H. All proposals shall become the property of Charlotte County. In accordance with the VPPA, they will not be open for public inspection prior to final selection by the Board of Supervisors. I. The County Board of Supervisors reserves the right to accept or reject any or all proposals in whole or in part and to waive any informality in the RFP. J. This RFP, any subsequent contract and the work performed there under shall be governed in all respects by the laws of the Commonwealth of Virginia. The Offeror shall comply with applicable federal, state, and local laws and regulations. K. The Offeror shall not assign, transfer, convey, sublet, or otherwise dispose of any award, or any or all of its rights, obligations, or interests under this contract, without the prior written consent of the County. L. The Offeror shall indemnify and save harmless Charlotte County, its supervisors, officers, agents, servants, and employees from and against any and all liability, claims, losses, suits, legal proceedings, and costs occurring from any cause whatsoever in any work required by this RFP. M. By submitting their proposals, Offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other Offeror, supplier, manufacturer, or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, service, or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. N. The Offeror shall agree to the nondiscrimination provisions set out in 2.2-4311, Code of Virginia. O. The Offeror shall agree to the drug-free workplace provisions set out in 2.2-4312, Code of Virginia. P. The Offeror shall agree to comply with all federal immigration laws. Offeror shall not knowingly employ an unauthorized alien as defined in the Federal Immigration Reform and Control Act of 1986. Q. In accordance with 2.2-4311.2, Code of Virginia, Offerors organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 shall include the identification number issued to it by the State Corporation Commission. Any Offeror not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law shall include a statement describing why they are not required to be so authorized. 13

This Page Left Blank Intentionally 14

APPENDIX A CONTRACTOR DATA SHEET QUALIFICATIONS OF BIDDER: Bidders must have the capability and capacity in all respects to fully satisfy the contractual requirements. Indicate the length of time you have been in business providing this type of service. Years Months Provide a list of current references, either governmental organizations, educational institutions, and/or companies that your firm has provided similar services for in the past five years. Include the dates of service, dollar volume, and the name and address of the person the County has your permission to contact. CURRENT ACCOUNTS: Contact Name, Address & Phone # Dates of Service $ Volume/Year 15