Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Construction Management at Risk Services



Similar documents
GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN:

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program

Planning and Community Development Department 214 North Center Street Goldsboro, NC (919) October 1, Dear Prospective Bidder:

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

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

The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects

PITTSBURG UNIFIED SCHOOL DISTRICT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

SHORT FORM For Use by presently certified firms.

INVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA

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

PREQUALIFICATION QUESTIONNAIRE

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California (949) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

St. Andrews Public Service District

16 LC A BILL TO BE ENTITLED AN ACT

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

SUBCONTRACTOR S QUALIFICATION STATEMENT. Give complete answers to the following questions (attach additional pages if necessary).

Minority and Women. Business Enterprise Plan. for the. Greenville Utilities Commission

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

Minority and Women-Owned Business Enterprise (M/WBE) Participation Goals Pursuant to Article 15-A of the New York State Executive Law

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

#5 Independent Contractor Form - With Insurance With Bonds

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

NYS Homes & Community Renewal

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

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

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

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

C (Procedure) Small, Minority, and Women Owned Business Enterprise Program PURPOSE DEFINITIONS

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS AND PRIME CONTRACTORS. (for construction projects valued at more than $250,000) for

Requirements for Qualifications Package Submittals

Submittal Guidelines RFQ Building 230 Remodel

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

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

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

State of North Carolina Prequalification Form for Prime Contractor

KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER

REQUEST FOR PROPOSALS

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

The City of Burlington Minority and Women Enterprise Program Self-Certification Application

Office of Administration

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

ATLANTA PUBLIC SCHOOLS

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

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

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

Request for Qualifications

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.

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

RFP SW SWP. ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS

May This document is not a public record. Amador Water Agency

CITY OF BONITA SPRINGS, FLORIDA RFP #

New York City School Construction Authority APPLICATION FOR. Minority/Woman Business Enterprise (M/WBE) CERTIFICATION

Rule , F.A.C EQUAL OPPORTUNITY 06/10 Page 1 of 10 STATE OF FLORIDA. Mail Completed Forms To:

Request for Qualifications for Master Agreement

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

CITY OF LEAWOOD. Independent Contractor Agreement

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

City & County of Denver Division of Small Business Opportunity (DSBO)

Guidelines for Certification of Minority Business Enterprises (MBEs) and Women-owned Business Enterprises (WBEs)

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

SAMPLE SERVICES CONTRACT

Minority and Women Business Enterprises (MBE/WBE) Program

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Procurement. Operations. Request for Qualifications. For. Program and Project Management Services. For. Deferred Maintenance Projects

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

Request for Proposals

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

Munoz Engineering P.C.

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

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

(Insert full name of applicant company here)

December 1, Dear Valued Brannan Companies Subcontractor,

Minority & Women Business Enterprise Plan. Economic Development Department

GUILFORD TECHNICAL COMMUNITY COLLEGE COLLEGE PLAN TO INCREASE PARTICIPATION BY

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

GEORGIA UNIFORM CERTIFICATIO PROGRAM Section 1: CERTIFICATION INFORMATION

REQUEST FOR QUALIFICATIONS. For ENGINEERING SERVICES

SUBMISSION REQUIREMENTS

PREQUALIFICATION APPLICATION FOR ELECTRICAL CONTRACTORS MECHANICAL CONTRACTORS PLUMBING CONTRACTORS AND ROOFING CONTRACTORS

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

Vendor Responsibility Questionnaire

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

Transcription:

Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Construction Management at Risk Services May, 2016

Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 - INTRODUCTION AND OVERVIEW...4 Section 3 - GENERAL INFORMATION...5 Section 4 - SUBMISSION REQUIREMENTS...6 Section 5 - INSURANCE REQUIREMENTS...7 Section 6 - QUALIFICATIONS/PROPOSER INFORMATION...8 Section 7 - ACKNOWLEDGEMENT FORM... 12 Section 8 - CMS MINORITY, WOMEN AND SMALL BUSINESS ENTERPRISE PROGRAM... 13

Section 1 - ADVERTISEMENT Charlotte-Mecklenburg Schools (CMS) is requesting qualifications from Construction Management firms interested in providing Construction Management at Risk services for upcoming renovation/addition construction projects. The Request for Qualifications (RFQ) can be obtained from The Charlotte-Mecklenburg Schools website at http://www.cms.k12.nc.us/cmsdepartments/construction/pages/documents.aspx beginning May 23, 2016. Responses are due to Charlotte-Mecklenburg Schools, Capital Program Services 3301 Stafford Drive, Charlotte, NC 28208 Attn: Tom O Dell no later than 5:00 pm June 16, 2016. Any proposals received after this date and time will be returned unopened. CMS reserves the right to select, re-advertise and/or reject any proposal for any reason. For further information email Tom O Dell at tom.odell@cms.k12.nc.us.

Section 2 - INTRODUCTION AND OVERVIEW CMS is requesting qualifications from Construction Management firms interested in providing Construction Management at Risk services. CMS intends to issue separate contracts for each of the following projects or group of projects ranging in cost from $ 2 million to $ 10 million: 1. Northridge Middle School Building Addition 2. Old Selwyn Elementary School Renovations / Demolition 3. Ashley Park Elementary School Renovations / Additions 4. Druid Hills/Reid Park/Westerly Hills Elementary School Additions 5. Bruns/Walter Byers Elementary School Renovations/Additions CMS reserves the right to add or remove projects to/from this list.

Section 3 - GENERAL INFORMATION Responses are due to Charlotte-Mecklenburg Schools, Capital Program Services 3301 Stafford Drive, Charlotte, NC 28208 Attn: Tom O Dell no later than 5:00 pm June 16, 2016. Any proposals received after this date and time will be returned unopened. A selection committee will review and evaluate the RFQ responses to select firms and/or short list firms for presentations. The selection of the Construction Manager will be based on the Proposer s response to this RFQ and their presentation if applicable. Addenda and Supplements to RFQ Questions related to any part of this RFQ may be submitted to CMS s representative no later than June 6, 2016. Any clarification or revisions of the RFQ will be made only by an addendum which will be made available on the CMS website no later than June 9, 2016. It is the responsibility of the proposer to monitor the website for any addendums. The Proposer will acknowledge receipt of any/all addendum with their submission. Oral explanations will not be binding. Request for Explanation and Information Email questions regarding the response process to: Mr. Tom O Dell Tom.odell@cms.k12.nc.us Deputy Director of Capital Program Services Charlotte-Mecklenburg Schools 3301 Stafford Drive Charlotte, NC 28208 CMS has sole discretion and reserves the right to reject any and all responses received with respect to this RFQ and to cancel the RFQ process at any time prior to entering into a formal agreement. CMS reserves the right to request additional information or clarification of information provided in the response without changing the terms of the RFQ. In the event proposers are submitting as a joint venture both parties to the joint venture must be equally licensed.

Section 4 - SUBMISSION REQUIREMENTS Responses should be prepared and submitted as described in this section. Proposers bear the responsibility of examining all parts of this RFQ and furnishing the information required by this RFQ. The Proposer shall provide four (4) copies of the response and one (1) electronic copy on flash drive (labeled). All costs incurred in the preparation and submission of proposals shall be covered by the Proposer. All blank spaces on the Proposal Execution Page and all requirements outlined in this RFQ must be filled in and completed. Submittals shall be made on 8.5 x 11 paper, side bound with Table of Contents and reference tabs for key sections. Response is limited to 20 pages double sided. All pages are to be consecutively numbered. Proposers shall submit proposals in a sealed envelope to CMS Auxiliary Services, 3301 Stafford Drive, Charlotte, NC and Attention Tom O Dell. The sealed envelope submitted by the Proposer shall carry the following information on the face of the envelope: Proposer s name, address, subject matter of response, GC license number. Each Proposer must answer all questions and provide all requested information, where applicable. If the answer to any questions is none or if the question is not applicable, please state in writing. Any proposer failing to do so may be deemed to be nonresponsive with respect to this qualification at the sole discretion of CMS. A selection committee will make reasonable investigations as deemed proper to determine the ability of each proposer to perform the work. The Proposer shall be responsible to furnish all information and data requested by the RFQ. CMS reserves the right to reject any proposal if the information submitted by or investigations of the Proposer fail to satisfy CMS that the Proposer is qualified. Where proposals are sent by mail, the Proposer shall be responsible for their delivery before the advertised date and hour for the receipt of the proposals. If the mail is delayed beyond the date and hour set for the response receipt, late submittals will not be considered and will be returned unopened. Submittals must include, at a minimum, the following: 1. Executive Summary limited to one (1) page to include the name of the Proposer, location of Proposer s principal place of business, a brief narrative description including the age of the business, type of business organization and services offered. Also describe why CMS should select your firm for one of the named projects. 2. Completed response to Section 6 Qualifications/Proposer Information. 3. Completed Section 7 - Proposal Execution Acknowledgement Form. 4. Insurance Requirements Proposers must show proof of insurance coverage meeting the requirements identified in Section 5 (submit a copy of insurance certificate). 5. Joint Ventures If Proposer is a joint venture, submit a copy of the executed joint venture agreement.

Section 5 - INSURANCE REQUIREMENTS Minimum limits for the following types of insurance are required: Worker s Compensation: 1. N.C. Statutory Requirements 2. Employers Liability $500,000 Each Accident $500,000 Disease Policy Limits (Aggregate) $500,000 Disease Each Employee Comprehensive General Liability: Limits of coverage shall not be less than: 1. Bodily Injury and Property Damage Liability including contractual liability assumed under the indemnity provision of the contract, products/completed operations and underground property damage XCU where applicable. 2. Property Damage Liability including contractual liability Coverage assumed under the indemnity agreement of the Contract, products/completed operations and undergoing property damage XCU where applicable $1,000,000 each occurrence $2,000,000 annual aggregate $1,000,000 each occurrence $2,000,000 annual aggregate Comprehensive Automobile Liability: Comprehensive Automobile Liability Insurance shall be maintained by the Construction Manager as to the Ownership, maintenance and use of all owned, non-owned, leased or hire vehicles with limits of not less than: 1. Automobile Liability All owned, non-owned and hired vehicles 2. Automobile Property Damage Liability all owned, non-owned and hired vehicles $1,000,000 each person $2,000,000 each occurrence $1,000,000 each occurrence $2,000,000 aggregate 3. Umbrella Liability limits shall not be less than $2,000,000 each occurrence 4. Professional Liability not less than $2,000,000

Section 6 - QUALIFICATIONS/PROPOSER INFORMATION Current organization and structure of the business 1. Provide company organizational chart. Identify total number of employees in each position of the organizational chart 2. Provide current organizational structure information (Corporation, LLC, Partnership, Joint Venture, Sole Proprietorship, etc.) including date of formation/incorporation. 3. Indicate the number of years the organization has provided Construction Management at Risk services on projects of similar type to those included in the RFQ. 4. Indicate if the proposing organization is a Certified MWSBE. Current Licensing information; Proposer must be a licensed general contractor in North Carolina. If submitting as a joint venture, provide this information for each joint venture partner. 1. Provide the License number (list all license numbers and provide a copy of license), License classification (list all classifications and limits), Qualifier s name, Date issued, Expiration date (list all expiration dates) exactly as on file with the North Carolina Contractor s State License Board. 2. Has the license ever been revoked or suspended? (Applies to all parties of a joint venture) If yes, provide an explanation including dates, alleged misconduct fining and terms of revocation suspension. 3. Has a complaint ever been filed with the Contractor s State Licensing Board against your company that required a formal hearing or inquiry? If yes, provide explanation. Construction background, experience and references 1. Provide information on no less than three (3) of your most recent renovation-addition K-12 and/or higher education projects completed in North Carolina during the last five (5) years where your firm (office proposing) provided CM at Risk services on a project of similar size, scope and value. Information should include the following: a. Name of the project b. Address of the project c. Date completed d. Names of Construction Manager project staff (Senior Executive, Project Manager, Site Manager) e. Name, address and telephone number for Project Architect f. Name, address and telephone number for Owner s Representative g. Type of project h. GMP contract amount i. CM fee percent j. CM general conditions as a percent of work k. Final cost of project l. Original contract time m. Authorized time extensions

n. Final contract time o. Duration from substantial completion to completion of closeout p. Original MWSBE percentage q. MWSBE percentage at completion 2. Provide a minimum of four (4) client references. Two (2) references should be from Owners similar in function to CMS. Information should include contact name, address, phone number, and email. Information should describe the services provided. 3. Describe your firm s experience and approach to providing BIM services including estimating, coordination, scheduling, etc. from preconstruction through construction phase. Provide a list including completed projects and those currently in process. Description should include the type and size of each project, software used to develop your model and the scope of the subcontractor systems that were included. Describe your BIM process (in-house or outsourced) and how you engage the Design Team and the Owner. 4. Describe your firm s Quality Assurance Program and the name of the person in charge of Quality Assurance and explain your procedure for document quality control and coordination of the various trade packages. 5. Describe your approach to the collaboration with the Owner and the design team throughout design and construction. 6. How do you manage the process of reviewing and approving subcontractor submittals/rfis in a timely manner to maintain the project schedule? 7. Describe your firm s plan for successfully completing the commissioning process 30 days from building substantial completion. 8. Describe your in-house MWSBE program and a detailed approach to implementation on a CMS project including a description of Outreach, Procurement, Monitoring, Reporting and Technical Assistance and the responsible team member. Identify the Proposer s strengths and any special qualifications your firm may possess. Identify your five most successful projects relative to MWSBE participation (goals were met or exceeded). Describe what strategies were used to make these projects successful. Specifically, indicate the percentage of MWSBE participation on each of the five projects. 9. Respondents shall comply with CMS s MWSBE program by making a good faith effort to utilize MWSBE firms in the professional service contract. Describe how your firm will address the MWSBE objectives. This includes completing the forms listed in section 8 Financial Data 1. Submit a notarized statement from the Proposer s surety company confirming the Proposer has currently available bonding capacity to cover 100% of the stated range of the projects noted in section 2. 2. Provide the name of Proposer s Bonding Company/Surety including name of Surety Agent, address and telephone number, firm s total bonding capacity and current available bonding capacity and Surety s A.M. Best rating. Include this information for Surety s utilized over the past three (3) years. 3. CMS reserves the right to request financial data. If requested, provide a copy of audited financial statements for the three (3) previous fiscal years and the last quarterly report. Statements must include auditor s letter of opinion, auditor s noted balance sheet, statement of income/loss. Each prime or joint venture partner must submit this information.

Workload and Capacity Safety 1. Provide your annual revenue for CM work over the last five (5) years (2011 2015) including the number of projects per year. 2. Provide a ratio of your revenues for CM, GC, DB, etc. completed by the proposing office over the last five (5) years (2011 2015). 3. Provide a ratio of the number of projects for CM, GC, DB, etc. completed by the proposing office over the last five (5) years (2011 2015). 4. Provide a list of the CM at Risk public projects your firm is currently committed to in North Carolina including Name of Project, Location, Value and Completion date. 1. Describe your company approach to safety, including how high risk activities and control of the site are addressed during the preconstruction and construction phases of the project 2. Provide your firm s Workers Compensation Experience Modification Rate (EMR) for the last three (3) years. 3. Does your firm have a written Health, Safety and Environmental Plan? 4. Has NC OSHA, Federal OSHA, NCDENR, the EPA or any Air Quality Management district cited your firm or the Owner on a project where you were actively contracted in the past five (5) years? If yes, attach a description of each citation. Include related back charges from Owner if applicable. 5. Does your company participate in the NCDOL Carolina Star Program or a Safety related program? If so, provide details. 6. Do you have a dedicated home office/safety representative that visits/audits projects? Describe and note reporting structure. 7. Does your company have standard safety pre-qualification requirements? If so, please describe Project Staffing Legal 1. Identify specific individuals who would be candidates for assignment to this project. Attach resumes for each including their experience with Proposer firm and other prior relevant experience in construction/design including the dollar value of each project, delivery method used and that person s role on the project. Highlight projects where proposed candidates have completed projects as a team. 1. Describe any claims, disputes ending in mediation, arbitration or litigation associated with any current project(s) in the past five years. Also note any project(s) where your firm has been terminated. 2. Has your firm or any of its owners, officers or partners ever been found liable in a civil suit, found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity, or been convicted of a crime involving any federal, state or local law related to construction? If YES, explain on a separate signed page, including identifying who was involved, the name of the public agency, the date of the investigation and the grounds for the finding.

3. Has your firm or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft or any other act of dishonesty? 4. Does your company comply with E-Verify?

Section 7 - ACKNOWLEDGEMENT FORM The undersigned hereby acknowledges having received and completed a package containing a full set of documents, including but not limited to: 1. Advertisement 2. Introduction and Overview 3. General Information 4. Submission Requirements 5. Insurance Requirements 6. Qualifications/Proposer Information 7. Acknowledgement Form 8. CMS Minority, Women and Small Business Enterprise Program The undersigned acknowledges receipt of addenda: The undersigned agrees to be bound by and comply with the provisions of CMS s Minority, Women and Small Business Enterprise Program. I, the undersigned, certify and declare that I have read all the foregoing responses to this RFQ and know their contents. The responses are true of my own knowledge and belief. I declare under penalty of perjury under the laws of the State of North Carolina, that the foregoing is correct. All signatures to be sworn to before a Notary Public Signed Title Telephone Firm Name Address City State Zip Corporate Seal (requested, not required) SUBSCRIBED AND SWORN to before me this Day of 19 Notary Public Signature STATE OF COUNTY OF

Section 8 - CMS MINORITY, WOMEN AND SMALL BUSINESS ENTERPRISE PROGRAM DOCUMENT 00 43 40 CHARLOTTE-MECKLENBURG SCHOOLS MINORITY, WOMEN, AND SMALL BUSINESS ENTERPRISE PROGRAM Guidelines for M/W/SBE Participation in Construction In accordance with G.S. 143-64.31, it shall be the policy of the Charlotte-Mecklenburg Board of Education to promote full and equal access to business opportunities with Charlotte-Mecklenburg Schools. Minority-owned, women-owned, and small business enterprises (collectively M/W/SBE ) as well as other responsible vendors shall have a fair and reasonable opportunity to participate in CMS business opportunities. The Superintendent shall implement an M/W/SBE Program which includes aspirational goals for M/W/SBE utilization in proportion to the availability of qualified vendors in particular areas of procurement. An annual report shall be made to the Board of Education regarding M/W/SBE utilization in comparison to the aspirational goals. Policy Adopted: 01/12/93 Policy Amended: 07/09/96 Policy Amended: 02/22/05 Requirements The fundamental requirement of the policy is that all contractors, vendors and consultants, who contact with the Board of Education, will: (i) not discriminate against any person in regard to race, color, religion, age, national origin, sex, or disability; and (ii) provide a full and fair opportunity for participation of M/W/SBEs in contracts. Participation shall be measured in terms of the actual dollars received by M/W/SBEs. Minority as used in this policy means African American (all persons having origins in any of the African racial groups); Hispanic/Latino American (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin); Asian American (all subcontinent, or the Pacific Islands); and Native American (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification. Woman as used in this policy means a non-minority woman who has 51% ownership, interest, holds the professional or contractor license necessary for operation as well as management, control, and have technical expertise directly related to the primary product or service of the business Small as used in this policy means a business enterprise owned, operated, and controlled by one (1) or more eligible owners who have 51% ownership, interest, holds the professional or contractor license necessary for operation as well as management, control, and have technical expertise directly related to the primary product or service of the business, and is 25% or less of the applicable size standards established by the Small Business Administration. Socially and Economically Disadvantaged as used in this policy means a minority, woman, or small business enterprise owned, operated, and controlled by one (1) or more eligible owners who have 51% ownership, interest, holds the professional or contractor license necessary for operation as well as management, control, and have technical expertise directly related to the primary product or service of

the business, and is 25% or less of the applicable size standards established by the Small Business Administration. Responders responding to this solicitation shall comply with the M/W/SBE Program by making a Good Faith Efforts to utilize the following aspirational goals for M/W/SBE participation under this contract for professional service and construction contracts: Category MBE Goal WBE Goal SBE Goal Total M/W/SBE Goal Construction 10% 6% 5% 21% Architecture & Engineering Professional Services (other than Architecture & Engineering) Contracted Services (other than Architecture, Engineering, and other Professional Services) 4% 7% 5% 16% 9% 9% 5% 23% 5% 4% 5% 14% Goods 3% 3% 5% 11% Responders will describe how your firm will address the M/W/SBE Objectives. This may include the forms listed below and a commitment to obtain a certain overall percentage. Responders shall include in their proposals, the following documentation: Minority, Women, and Small Business Enterprise Identification Form (including suppliers) Affidavit A (if subcontracting) OR Minority, Women, and Small Business Enterprise Identification Form Affidavit B (if self-performing all work with own workforce AND will not purchase any materials or supplies in the performance of the contract. Upon request, provide sufficient information for Charlotte-Mecklenburg Schools to determine that the Bidder does not customarily subcontract work on this type of project) The forms ask for the scope of work and the dollar amount. Respondents may not be able to give specific dollar amounts until you know the project scope assigned. However, you may list an overall percentage based on the scopes of work intended to be performed by M/W/SBE consultants and subcontractors.

The overall participation committed for the school is based upon all activities associated with the project including design sub-consultants, lower tier subcontractors, printing, courier services, suppliers and other services. Upon receipt of notice of award, the low responder who is subcontracting anything must provide the following information: Appendix I, II and/or III With each pay request the prime contractors will submit Appendix IV listing payments made to all subcontractors. Failure to submit these and all documents as requested is grounds for rejection of the bid. Compliance Documentation All written statements, affidavits or intentions made by Respondents shall become a part of the agreement between the Consultant and Charlotte-Mecklenburg Schools for performance on this contract. Failure to comply with any of these statements, affidavits or intentions or with the M/W/SBE Program Guidelines shall constitute a breach of contract. A finding by Charlotte-Mecklenburg Schools that any information submitted either prior to award of the contract or during the performance of the contract is inaccurate, false, or incomplete, shall also constitute a breach of the contract. Any such breach may result in termination of the contract in accordance with the termination provisions contained in the contract. It shall be solely at the option Charlotte-Mecklenburg Schools whether to terminate the contract for breach. In determining whether a contractor has made Good Faith Efforts, Charlotte-Mecklenburg Schools will evaluate all efforts made by the Contractor and will determine compliance in regard to quantity, intensity, and results of these efforts. Good Faith Effort Documentation The bidder s documentation to meet the goals set forth in these provisions shall include the following evidence: 1. Copies of solicitations for quotes to at least three (3) M/W/SBE firms for each subcontract to be let under this contract. Each solicitation shall contain a specific description of the work to be subcontracted, location where the bid documents can be reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received. 2. Copies of quotes or responses received from each firm responding to the solicitation. 3. A telephone log of follow-up calls to each firm sent a solicitation. 4. For subcontracts where an M/W/SBE firm is not considered to be the lowest responsible subbidder, copies of quotes received from all firms submitting quotes for that particular subcontract. 5. Documentation of any contacts, correspondence or conversation with M/W/SBE firms made in an attempt to meet the aspirational goals. 6. The successful bidder shall maintain records relating to all commitments for a period of at least one year following acceptance of final payment. Note: Additional Good Faith Efforts are identified in Affidavit A

After review of the Respondent s Good Faith Efforts, the Respondent may request and be granted a Waiver of the M/W/SBE aspirational goals that have not been met for that particular project. A Waiver may be granted upon review of the Respondent s documentation and determination that, in fact, a Good Faith Effort has been put forth. The Respondent s M/W/SBE Utilization Commitment shall be incorporated into the contract. Charlotte-Mecklenburg Schools is authorized to establish specifications requiring bidders to subcontract a certain designated percentage of the construction and repair work amount, provided that nothing contained in these requirements shall be construed to require that the award of subcontracts be made to subcontractors who do not submit the lowest responsive bid. NOTE: Charlotte-Mecklenburg Schools reserves the right to waive any irregularities in M/W/SBE documentation if they can be resolved prior to award of the contract, and Charlotte-Mecklenburg Schools finds it to be in its best interest to do so and award the contract. Dispute Resolution Procedures Under G.S. 143-128, Senate Bill 914 states that a public entity shall use the dispute resolution process adopted by the State Building Commission pursuant to G.S. 143-135.26(11), or shall adopt another dispute resolution process, which shall include mediation, to be used an alternative to the dispute resolution process adopted by the State Building Commission. This dispute resolution process shall be available to all the parties involved in the public entity s construction project including the public entity, the architect, the construction manager, the contractor, and the first-tier and lower-tier subcontractors and shall be available for any issues arising out of the contract or construction process. The public entity may set a reasonable threshold, not to exceed fifteen thousand dollars ($15,000), concerning the amount in controversy that must be at issue before a party may require other parties to participate in the dispute resolution process. The public entity may require that the cost of the process be divided between the parties to the dispute with at least one-third of the cost to be paid by the public entity, if the public entity is a party to the dispute. The public entity may require in its contract that a party participate in mediation concerning a dispute as a precondition to initiating litigation concerning the dispute.

Charlotte-Mecklenburg Schools M/W/SBE Documentation Overview Form Submission Requirements Required Form Subcontractor / Supplier Identification Form Lists the total dollar amount of such participation by MBEs, WBEs, and SBE subcontractors and suppliers the Bidder will use on the project. Listing of Good Faith Efforts (GFE) Indicates the actions you undertook to recruit and solicit minority vendors, subcontractors, vendors, or suppliers for this project. Intent to Perform Contract with Own Workforce Indicates that the Bidder does not customarily subcontract elements of this type project, normally performs all elements of work on this project with his/her own current work force AND will not purchase any materials or supplies in the performance of the contract. Portion of Work to be Performed by M/WBE Firms Identifies minority participation that is equal to or greater than the M/W/SBE total goal for construction 21%, Other Services 14%, and/or Goods 11% of the bidders total contract price. Appendix I is signed by the M/W/SBE. Documentation of Good Faith Efforts (GFE) Indicates GFEs of bidders who do not achieve the overall M/WBE goal for construction 21%, Other Services 14%, and/or Goods 11% participation by M/W/SBEs. Documentation provided should correspond with the items checked on Affidavit A. Appendix I is signed by the M/W/SBE. Professional Services Indicates the minimum percent of the total dollar amount of the contract with M/W/SBEs. Appendix I is signed by the M/W/SBE. Documentation for All Contract Payments Contractor shall provide with each pay request to CMS all payments to contractors, subcontractors, supplies and service providers. Due with bid/proposal Due with bid/proposal (if subcontracting) Due with bid/proposal (selfperforming) Within three (3) business days after notification of being the apparent low bidder Within three (3) business days after notification of being the apparent low bidder Within three (3) business days after receiving Letter of Commitment Must submit with each pay request and final payment Minority, Women, and Small Business Enterprise Identification Form Affidavit A Affidavit B Affidavit C and Appendix I Affidavit D and Appendix I Appendix I, II and/or III Appendix IV

Minority, Women, and Small Business Enterprise Identification Form I, (Name of Bidder) do hereby certify that on this project, we will use the following minority, women, or small business enterprises as construction subcontractors, vendors, suppliers or providers of professional services. Firm Name, Address and Phone # Work Type *M/W/SBE Category *M/W/SBE categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F), Small (S), or Socially and Economically Disadvantaged (D) The total value of M/W/SBE contracting will be ($). Attach this form and AFFIDAVIT A or this form and AFFIDAVIT B to the Bid Attach AFFIDAVIT A or AFFIDAVIT B to the Bid

State of North Carolina AFFIDAVIT A Listing of the Good Faith Effort County of Affidavit of (Name of Bidder) I have made a good faith effort to comply under the following areas checked: Bidder must earn at least 50 points from the Good Faith Efforts list for their bid to be considered responsive. 1 (10 Points) Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor or available on State or local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. 2 (10 Points) Made the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bids are due. 3 - (15 Points) Broken down or combined elements of work into economically feasible units to facilitate minority participation. 4 (10 Points) Worked with minority trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of minority businesses. 5 (10 Points) Attended pre-bid meetings scheduled by the public owner. 6 (20 Points) Provided assistance in getting required bonding or insurance or provided alternatives to bonding or insurance for subcontractors. 7 (15 Points) Negotiated in good faith with interested minority businesses and did not reject them as unqualified without sound reasons based on their capabilities. Any rejection of a minority business based on lack of qualification should have the reasons documented in writing. 8 (25 Points) Provided assistance to an otherwise qualified minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing credit. 9 - (20 Points) Negotiated joint venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project when possible. 10 (20 Points) Provided quick pay agreements and policies to enable minority contractors and suppliers to meet cash-flow demands. In accordance with GS143-128.2(d) and Board of Education Policy the undersigned will enter into a formal agreement with the firms listed in the Identification of Minority, Women, and Small Business Participation schedule conditional upon execution of a contract with the Owner. Failure to abide by this statutory provision will constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of the Minority, Women, and Small Business Enterprise commitment and is authorized to bind the bidder to the commitment herein set forth.

Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public: My commission expires :

Attach AFFIDAVIT A or AFFIDAVIT B to the Bid DO NOT USE AFFIDAVIT B UNLESS YOU ARE ONLY PROVIDING LABOR AND NOT PURCHASING ANY MATERIALS OR SUPPLIES State of North Carolina AFFIDAVIT B Intent to Perform Contract with Own Workforce. County of Affidavit of (Name of Bidder) I hereby certify that it is our intent to perform 100% of the work required for the (Name of Project) contract. In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces AND the bidder will not purchase any materials or supplies in the performance of the contract The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement. The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public: My commission expires :

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 APPENDIX I LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR OR SUBCONSULTANT (PROVIDE MATERIALS OR/& SERVICES) PROJECT: TO: (Project Name) (Name of Prime Bidder/Architect) The undersigned intends to perform work in connection with the above project as Minority Business Enterprise Women's Business Enterprise Small Business Enterprise The M/W/SBE status of the undersigned is/is not certified by the City of Charlotte or the Carolinas Minority Suppliers Development Council or other governmental entities. Our M/W/SBE certification number is. The undersigned is prepared to perform the following described work or provide materials or services in connection with the above project (specify in detail particular work items, materials or services to be performed or provided) at the following price:. You have projected the following commencement date for such work, and the undersigned is projecting completion of such work as follows: Items Projected Commencement Date Projected Completion Date 22

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 Subcontracting at any tier must be reported and is subject to all M/W/SBE compliance requirements. This form shall be used for M/W/SBE subcontracting at any level. Date: (Name & Phone No. of M/W/SBE Company) (Name & Title of Authorized Office) (Signature) THE PRIME CONTRACTOR OR ARCHITECT MUST GET THIS FORM COMPLETED BY THE SUBCONTRACTORS/SUPPLIERS 23

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 APPENDIX II M/W/SBE UTILIZATION COMMITMENT FORM FOR PROFESSIONAL SERVICES We, (Architect) (Project Name) do certify that on the (Project Number), (Dollar Amount of Bid) If the bidder intends to subcontract, this form must be completed regardless of the amount or lack of M/W/SBE participation attained. I will expend a minimum of % of the total dollar amount of the contract with minority, women, or small business enterprises. M/W/SBEs will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. Attach additional sheets if required Name and Address *M/W/SBE Category Work description Dollar Value *M/W/SBE categories: Black, African American (B), Hispanic (H), Asian American (A) Native American Indian (N),Female (F), Small (S), or Socially and Economically Disadvantaged (D) The undersigned will enter into a formal agreement with Minority/Women/ Small Business Firms for work listed in this schedule conditional upon execution of a contract with the Charlotte-Mecklenburg Board of Education. Failure to fulfill this commitment may constitute a breach of the contract. 24

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public: My commission expires : 25

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 APPENDIX III M/W/SBE UTILIZATION COMMITMENT FORM FOR PURCHASES OF GOODS & OTHER SERVICES We, (Bidder) do certify that on the (Project Number) (Project Name), (Dollar Amount of Bid) If the bidder intends to subcontract, this form must be completed regardless of the amount or lack of M/W/SBE participation attained. I will expend a minimum of % of the total dollar amount of the contract with minority, women, or small business enterprises. M/W/SBEs will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. Attach additional sheets if required Name and Address *M/W/SBE Category Work description Dollar Value *M/W/SBE categories: Black, African American (B), Hispanic (H), Asian American (A) Native American Indian (N), Female (F), Small (S), or Socially and Economically Disadvantaged (D) 26

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 The undersigned will enter into a formal agreement with Minority/Women/ Small Business Firms for work listed in this schedule conditional upon execution of a contract with the Charlotte-Mecklenburg Board of Education. Failure to fulfill this commitment may constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public: My commission expires : 27

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 APPENDIX IV DOCUMENTATION FOR All PAYMENTS TO CONTRACTORS, SUBCONTRACTORS, SUPPLIERS AND SERVICE PROVIDERS Prime Contractor/Architect: Address & Phone: Project Name: Pay Application #: Current Requested Payment Amount: Period: The following is a list of payments to be made to all contractors/suppliers & other providers on this project for the above-mentioned period. Firm Name and Address *M/W/SBE Category Amount to be Paid form this pay Request Total Payments to date Total Amount Committed Totals *M/W/SBE categories: Black, African American (B), Hispanic (H), Asian American (A) Native American Indian (N), Female (F), Small (S), or Socially and Economically Disadvantaged (D) 28

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 Date: Approved/Certified By: Name Title Signature **THIS DOCUMENT MUST BE SUBMITTED WITH EACH PAY REQUEST & FINAL PAYMENT** 29

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 APPENDIX V WAIVER REQUESTFOR GOOD FAITH EFFORTS PROJECT: COMPANY: ADDRESS: CITY: STATE: ZIP: CONTACT PERSON: PHONE NO: TITLE: The said company request a Full ( ) or Partial ( ) waiver for the M/W/SBE aspirational goals for this particular project for the following reasons: 30

Charlotte-Mecklenburg Schools Request for Qualifications Construction Management at Risk Services May, 2016 Signature: Date: CMS USE ONLY Good Faith Efforts Verified: Request of Waiver Granted: YES ( ) NO ( ) Comments: M/WBE Administrator: Date: 31