Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 ....

22
February 9, 2017 Request for Proposals Construction Management Services Federal Inspection Services Facility T.F. Green Airport Contract No. 26779 Approved: Jeffrey P. Goulart Purchasing Agent

Transcript of Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 ....

Page 1: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

February 9, 2017

Request for Proposals Construction Management Services Federal Inspection Services Facility

T.F. Green Airport Contract No. 26779

Approved: Jeffrey P. Goulart Purchasing Agent

Page 2: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

2

I. General Information A. Project Information

Awarding Authority: Rhode Island Airport Corporation (RIAC) Project Title: Federal Inspection Services (FIS) Facility Improvements Submission Deadline: February 16, 2017 at 4:00 P.M. Submit One (1) original and five (5) complete copies of the response with all required forms, attachments, supporting documentation and information to:

Office of Procurement Rhode Island Airport Corporation

T. F. Green Airport 2000 Post Road, 3rd Floor Warwick, RI 02886-1533

Attn: Construction Management Services – Contract No. 26779

There is no pre-proposals meeting scheduled. Estimated Construction Cost: $2M-$3M Estimated Construction Duration: Pre-Con: March/April 2017 Construction: April through July 1, 2017 Project Team:

Owner: Rhode Island Airport Corporation

T. F. Green Airport 2000 Post Road Warwick, RI 02886-1533 [email protected]

Architect/Engineer:

JACOBS Engineering Group 166 Valley St Bldg 6, Suite 101 Providence, RI 02909

Thomas Cabana PE – Principal 401 272-1969 ext 29 [email protected]

Page 3: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

3

B. Introduction Firms interested in providing public Construction Manager services (CM) for the project are invited to submit proposals to RIAC. RIAC is selecting a firm interested in providing public these services for the project through construction completion. RIAC will evaluate proposals based upon the identified evaluation criteria and will select a respondent it deems qualified and most advantageous for this project. The project delivery method for construction will be a CM who will provide initial pre-construction services and then will contract with subcontractors through a CM led procurement effort, as needed, to support the project scope, schedule and needs. The CM will be compensated per a set fee percentage to be negotiated as will typical General Conditions, contingency amounts. Firms interested to be considered must demonstrate that they have prior similar experience as a Construction Manager on at least three (3) public CM projects and have completed at least one (1) project of a similar cost, complexity, type, and size as this project as it is described further below. The prior CM projects must have been completed within the last five (5) years. C. Project Description The proposed project includes re-modeling/renovations to the FIS Facility involving but not limited to:

• Lower Level – Demolition of existing and construction of new men’s and women’s bathroom facilities.

• Lower Level - Renovations in the baggage receiving area involving: o Modifications to existing baggage conveyor equipment. o Relocation of fire stand pipes. o Expansion of the baggage area/construction of a new exterior CMU walls in order to

increase required square footage in the baggage area. This work will involve airside coordination and access.

o Demolition of existing police locker rooms converting to additional finished baggage area.

o New finishes – flooring, painting, lighting, etc. • Lower Level - Renovations to existing office space to support CBP administrative and screening

services. • Lower Level - Installation of new CBP staff support break/locker room and offices. • Lower Level – Wayfinding as required. • Lower Level – Renovate new space and coordinate office relocation of United Airlines. • Lower Level – Demolition and subsequent renovation of existing United Airlines space. • Lower Level – Installation of security camera system. • Lower Level – Relocate existing police locker room to location TBD. • Lower Level - Renovations to the CBP agricultural screening area.

o Possible installation of new fume hood/direct outside venting. o Installation of new sink and grinder/new below slab piping.

• Lower Level - Installation of Owner provided screening equipment and kiosks – CM to provide required utility feeds needed to operate the equipment.

• Upper Level - Curtain wall installation and ceiling work. • Various scopes in support of efforts typical to renovations of airport public spaces.

Page 4: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

4

Work will occur concurrently with FIS operations. The complexity of this project as well as the regulatory restrictions, necessitates the continued involvement and coordination with airlines, RIAC, TSA and CBP. As such, the CM will be heavily involved in the pre-construction phase to develop construction phasing with all stakeholders to avoid interruptions to terminal operations and will meet the July 1, 2017 deadline. A schedule of incoming and departing international flights will be provided to the CM in the pre-construction phase so that this activity can be accounted for, and incorporated into the schedule. There will be no cause for delay or additional costs associated with planned and non-planned arrivals during the course of this project. Terminal operations CANNOT BE INTERUPTED at any time. It is anticipated that the project will be subject to a Project Labor Agreement (PLA). Consideration is being evaluated by stakeholders and a formal decision will be provided as soon as possible to responders. The project will be subject to the minimum wage rates set under the RIs Prevailing Wages and Davis-Bacon Act. All employees on the Project must have successfully completed a course in construction safety and health approved by OSHA and of at least 10 hours in duration. All trade contractors on the Project will also be required to provide written verification of compliance with Federal Department of Homeland Security Requirements, including but not limited to the Employment Eligibility Verification (Form I-9) Process.

All CM employees and subcontractors will be required to be badged per RIAC procedures. Escorts for deliveries, vendors, etc., will be the responsibility of the CM. For reference and orientation purposes only, draft layouts and concepts of the proposed work are available at RIAC and subject to the CBP’s Sensitive Security Information (SSI) requirements. D. Project Schedule The final design is currently being developed and is expected to be completed by the end of March 2017. Individual construction packages will be let in conjunction with the selected CM’s input and through planning efforts to be conducted with all stakeholders once the CM is selected. Early work is expected to occur as soon as possible, and prior to final design completion, with all work needing to be completed by JULY 1, 2017. The CM should assume access to the work area, through prior coordination with stakeholders, is available 24 hours a day 7 days a week; however no construction work will be permitted in the FIS facility during international passenger processing. 2nd and 3rd shifts may be most appropriate to maintain terminal operations. The final work plan will be the responsibility of the CM in conjunction with stakeholder buy in.

E. Construction Manager Selection Process

RIAC will review and evaluate submitted proposals. Evaluations will be based upon providing information involving experience and expertise, information on prior project performance, information obtained from references, information obtained from governmental agencies and entities, and such other information as may be obtained. RIAC, at its sole discretion, may request additional information to clarify or supplement the information obtained. Interviews will be held at RIAC’s sole discretion.

Page 5: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

5

Based upon its review and evaluation, RIAC will rank the respondents based upon responses to the qualification criteria. A form of CM agreement will be provided prior to negotiations with RIAC. RIAC will select the most qualified and advantageous firm, and meet with them on February 20th to negotiate terms and conditions, fees, etc. In the event negotiations with the highest ranked firm will not result in a contract acceptable to RIAC, negotiations will be terminated and negotiations will commence with the next highest ranked firm, and the process will continue until RIAC can reach an acceptable contract with one of the CM firms that submitted an advantageous proposal. RIAC will make a recommendation for the preferred CM firm to RIAC’s Board of Directors at its February 22, 2017 meeting. F. Treatment of Information submitted to RIAC RIAC shall have no obligation to treat any information submitted in or in connection with this solicitation as proprietary or confidential. G. Communication between RIAC and Respondents Unauthorized communications or contact between CM firms, their employees, agents or other related entities interested in submitting responses and RIAC and the project designer, are strictly prohibited. Any issues brought to RIAC’s attention by February 13, 2017 (12:00PM EST) which RIAC determines require additional clarification will be addressed by issuing a written addendum. Oral and other clarifications will be without legal effect. All such addenda will be considered part of this solicitation, and the respondent shall be required to acknowledge receipt of all addenda upon submission. It shall be the sole responsibility of the respondent to ascertain the existence of any and all addenda issued by RIAC. H. Status of Request for Proposal

This Request for Proposal is solely a request for information. It does not represent an offer nor does it confer any rights on any respondent. RIAC shall not be responsible under any circumstances for any costs incurred by any respondents to this RFP. RIAC reserves the right to modify, suspend or cancel this procurement at any time at its sole discretion. II. Scope of Services for Construction Management The Construction Manager shall be responsible for complete CM services for all phases of the project, such as. A. Pre-Construction (Design) Phase 1. Develop and coordinate with stakeholders, a project master schedule during the pre-con phase that

identifies how the work will be phased and procured to meet the end date. This information will be used to assist in prioritizing design efforts and packages to be procured.

Page 6: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

6

2. Develop micro schedules of specific areas of work, if needed, that require complicated phasing and coordination.

3. Investigate all work areas ahead of final design and identify any inconsistencies or scope needing to

be included in the work so as to minimize potential delays during construction. If destructive testing is needed to confirm locations of utilities, unknown areas not visible, etc., coordinate the effort with the stakeholders accordingly.

4. Develop the scope of work and prepare bid packages in concert with the designer.

5. Develop a safety plan for the project that takes into account all potential hazards that could be

encountered on the project.

6. Coordinate with RIAC and appropriate security agencies on badging and access requirements. Develop a plan to have needed trades pre-approved prior to starting work so as to avoid start up delays.

7. Identify any long lead items needed for the project and advise how best to procure those items to

minimize impacts to the schedule and/or provide temporary work around measures for stakeholder consideration.

8. Attend project pre-construction, stakeholder, construction meetings, and special meetings for the

exchange of information concerning the project, and review of design progress, permits and approvals.

9. Review the design documents and make recommendations to RIAC as to conflicts, constructability

concerns, materials, means and methods that may impact the need by date, and provide alternate solutions as needed.

10. Provide two (2) full cost estimates on the design and reconcile with the designer. Participate in value

engineering efforts to keep forecasted cost in line with the budget. Advise on subcontractor procurement strategies such as the use of add/deduct alternates to reduce cost risk.

B. Construction Phase 1. Obtain and pay for all required construction related permits, as needed. 2. Furnish bonds and insurance as required by the contract documents. 3. Provide all site management and administration. 4. Manage and coordinate all trade contractors and subcontractors and others engaged in the

performance of the work. 5. Implement procedures for reviewing and processing requests for information or clarifications and

interpretations of the contract documents including shop drawings, samples, and all other submittals, contract schedule adjustments, change order proposals, proposals for substitutions, payment applications, and as-built drawings.

Page 7: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

7

6. Continuously supervise and observe all work in progress so as to ensure that the work is proceeding

in accordance with the construction contract documents. 7. Attend weekly (or as needed to support the work) project and construction progress meetings, and

conduct regular meetings at the site with each subcontractor. 8. Develop and implement a change order control system. 9. Establish and implement a quality control program including monitoring the quality programs of all

subcontractors. 10. Develop and implement a project-wide safety program, including monitoring and enforcement of

the program for trade and subcontractors. 11. Monitor closely the progress of construction of each subcontractor and make necessary changes to

maintain schedule. 12. Provide a part-time, project-dedicated scheduler to develop, maintain and update the master

schedule. 13. Determine when each subcontractor’s work is substantially complete and prepare a list of incomplete

work and work which does not conform to the requirements of the construction documents. 14. Maintain complete and accurate records, including (a) correspondence, (b) meeting notes and

minutes, (c) shop drawings and submittals, (d) construction documents including change orders, (e) clarifications and interpretations of the construction documents issued by the project designer, (f) progress reports including observations of testing performed, (g) as-built drawings, and (h) all other project related documents including but not limited to those utilizing software based programs.

15. Participate in any required commissioning activities and address items identified. III. Submission Instructions and Requirements and Evaluation Criteria Submissions received by RIAC later than the submission deadline specified above will be rejected and returned to the respondent. Respondents are cautioned to allow sufficient time for mailed materials to be received. Telecopied, faxed, or e-mailed qualifications will not be accepted.

A. Submission Requirements

Page 8: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

8

The respondent must submit all of the information and documentation listed below. Selection of the respondents will be based on the submitted information and materials, information on prior project performance, information obtained from references, information obtained from governmental agencies and entities, and such other information as may be obtained. Do not include superfluous material. Respondents must include the CM Response Form attached below and signed by an authorized representative, and all of the forms and materials identified below. Respondents must give complete and accurate answers to all questions and provide all of the information requested. 1. Qualifications Application: Respondent must complete the CM Qualifications Application

Schedule A attached below. 2. Executive Summary: Respondent must attach as Schedule B a cover letter or executive summary

detailing the key elements and factors that differentiate the respondent firm from other firms. This letter/executive summary should not exceed four (4) pages.

3. Management Personnel and Project Organizational Chart: Respondent must complete Schedule

C, and must attach at Schedule C both: i) a project organizational chart and ii) a resume for each and every person who will have any management responsibility, direct or indirect, for the Project, including but not limited to project executives, project managers, field superintendents and field engineers.

4. Similar Project Experience: Respondent must complete Schedule D, listing similar projects for

the last five (5) years. For each project, respondent must include the name of the project, location, description of project, description of respondent firm’s scope of work, original contract sum, final contract sum (with explanation), date completed and the name, organization, address and telephone contact information for the owner and project architect for each such project.

5. Letter from Surety Company Evidencing Bonding: Respondent must attach at Schedule G a

letter from a surety company that is licensed to do business in Rhode Island and whose name appears on United States Treasury Department Circular 570 on the surety company’s letterhead (or a letter from a surety agent with attorney in fact authority and an original power of attorney accompanying the letter) confirming that it will provide respondent firm with payment and performance bonds on the Project in an amount equal to or greater than 110 per cent of the estimated construction cost of the Project. This letter can either reference the joint venture’s bonding or submit separate letters for each individual joint venture partner.

B. Evaluation Criteria for Selection

The respondent must submit all of the information and documentation listed. Selection of the respondent will be based on the submitted information and materials, information on prior project performance, information obtained from references, information obtained from governmental agencies and entities, and such other information as may be obtained. Respondents must include the CM Response Form and all of the materials required. Respondents must give complete and accurate answers to all questions and provide all of the information requested. Altering the text of the forms or schedules in any way or making a materially false statement in this submission is grounds for rejecting submission and may subject the respondent to other civil or criminal penalties.

Page 9: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

9

1. Certification, Capacity and Bonding

a. Required Construction Manager Experience

All respondents must have prior experience as a Construction Manager on at least three prior Construction Manager projects and must have completed at least one project within the last five (5) years with a total construction cost in an amount similar to the estimated total construction cost of this Project and must be of similar complexity, similar type construction, and similar size. Similar project experience working in secured and non- secured areas terminal areas, fast paced schedule, and phased construction within an operating facility. b. Bonding Capacity

The respondent shall provide evidence of bonding capability in an amount equal to or greater than 110 percent of the estimated construction cost for this Project. The evidence of bonding capability shall be in the form of a letter from the surety company (or a surety agent with attorney in fact authority and an original power of attorney accompanying the letter) The surety company must be a surety licensed to do business in the commonwealth and whose name appears on the United States Treasury Department Circular 570).

2. Firms meeting the minimum experience criteria set forth above, submitting a completed RFP

with Schedules and required attachments and letter evidencing bonding capacity will be evaluated on the following criteria:

• Prior similar project experience • Management team and organization for the project • Prior project experience • Quality of performance on prior projects • Reference information

C. Insurance Requirements

a. The contractor shall be prepared to carry and maintain in full force and effect for the duration of any contract, and any supplements thereto, the insurance specified below. The contractor will be expected to submit to RIAC a certificate of insurance indicating the existence of the coverage required at the time of contract negotiations for a specific project or service. Should insurance coverages not be documented by the contractor at time of contract negotiations, RIAC has and maintains the right to consider the contractor non-responsive, and to terminate contract negotiations, if necessary. b. The contractor shall ensure that insurance shall be provided by or on behalf of all subcontractors to cover services performed under any contract, and included in all subcontracts. The contractor shall not be issued the Notice to Proceed until evidence of the insurance coverage required has been received, reviewed, and approved by RIAC for the contractor and any subcontractors proposed for these services.

Page 10: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

10

c. The contractor shall provide and maintain, at its own cost, the following minimum insurance:

1. Motor Vehicle Liability Insurance with limits of $1,000,000. 2. Worker’s Compensation coverage to Rhode Island statutory limits or

documentation evidencing an approved self-insurance program. 3. General Liability limits of $1,000,000 per occurrence. 4. Umbrella Liability limits of $5,000,000. 5. Builder’s Risk

RIAC, the State of Rhode Island, and /or its designated representatives shall be named as additional insured on all policies of insurance except on Worker’s Compensation insurance.

D. Campaign Finance Compliance Every person or business entity providing goods or services at a cost of $5,000 cumulated value is required to file an affidavit regarding political campaign contributions with the RI State Board of Elections even if no reportable contributions have been made (RI General Law 17-27). Forms may be obtained at Board of Elections, Campaign Finance Division, 50 Branch Avenue, Providence, RI 02904, (401-222-2056). E. Major State Decision-Maker Does any Rhode Island “Major State Decision-Maker”, as defined below, or the spouse or dependent child of such person, hold (i) a ten percent or greater equity interest, or (ii) a $5,000 or greater cash interest in this business? For purposes of this question, “Major State Decision-Maker" means: (i) All general officers; and all executive or administrative head or heads of any state executive agency enumerated in R.I.G.L § 42-6-1 as well as the executive or administrative head or heads of state quasi-public corporations, whether appointed or serving as an employee. The phrase "executive or administrative head or heads" shall include anyone serving in the positions of president, senior vice president, general counsel, director, executive director, deputy director, assistant director, executive counsel or chief of staff; (ii) All members of the general assembly and the executive or administrative head or heads of a state legislative agency, whether appointed or serving as an employee. The phrase "executive or administrative head or heads" shall include anyone serving in the positions of director, executive director, deputy director, assistant director, executive counsel or chief of staff; and (iii) All members of the state judiciary and all state magistrates and the executive or administrative head or heads of a state judicial agency, whether appointed or serving as an employee. The phrase "executive or administrative head or heads" shall include anyone serving in the positions of director, executive director, deputy director, assistant director, executive counsel, chief of staff or state court administrator.

Page 11: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

11

If your answer is “Yes”, please identify the Major State Decision-Maker, specify the nature of their ownership interest, and provide a copy of the annual financial disclosure required

Page 12: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

12

CM Statement of Qualifications

Firm Name:

Mailing Address:

Street Address (if different from mailing address):

Telephone Number: Fax Number:

Contact Person: Title:

Email:

Firm acknowledges Addenda numbered . (list all)

A. Qualifications Application: Respondent MUST complete the CM Qualifications Application Schedule A attached below.

B. Executive Summary: Respondent MUST attach as Schedule B a cover letter or executive summary detailing the key elements and factors that differentiate the respondent firm from other firms. This letter/executive summary should not exceed 6 pages.

C. Management Personnel and Project Organizational Chart: Respondent MUST complete

Schedule C attached below, provide an organizational chart and attach to it a resume for each and each person who will have any management responsibility, direct or indirect, for the Project, including but not limited to project executives, project managers, field superintendents and field engineers.

D. Similar Project Experience: Respondent MUST complete Schedule D attached below, listing similar projects for the last five (5) years. For each project, respondent must include the name of the project, location, description of project, description of respondent firm’s role, scope of work, original contract sum, final contract sum (with explanation), date completed and the name, organization, address and telephone contact information for the owner and project architect for each such project. For the purpose of this solicitation, “similar projects” shall mean projects where the construction cost for the project was for an amount similar to the amount of the estimated construction cost of this Project; the project was one of similar complexity; the project was of similar type or scope; and the project was the approximate size of this Project or larger.

E. Letter from Surety Company Evidencing Bonding: Respondent MUST attach at Schedule F a letter from a surety company that is licensed to do business in the Rhode Island and whose name appears on United States Treasury Department Circular 570 on the surety company’s letterhead (or a letter from a surety agent with attorney in fact authority and an original power of attorney accompanying the letter) confirming that it will provide respondent firm with payment and performance bonds on the Project in an amount equal to or greater than 110 per cent of the estimated construction cost of the Project. This letter can either reference the joint venture’s bonding or submit separate letters for each individual joint venture partner.

Page 13: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

13

Failure to accurately and completely provide the information requested may result in the disqualification of a respondent.

Page 14: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

14

This form MUST be signed by an officer of the firm or an individual so authorized by an officer of the firm who has personal knowledge regarding the information contained herein and submitted with the submission.

To RIAC,

The undersigned declares that he or she has carefully examined all the documents contained in the CM Request for Services solicitation for the Rhode Island Project referenced in the footer below, and certifies to the best of his/her knowledge, that this submission fully complies with all of the requirements of the request and all addenda and clarifications issued in regard to the request.

The undersigned further certifies that he or she (or, if he or she is the authorized representative of a company, the company) is the only person interested in this submission; that it is made without any connection with any other person making any submission for the same work; that no person acting for, or employed by, Rhode Island is directly or indirectly interested in this submission, or in any contract which may be made under it, or in expected profits to arise therefrom; that the undersigned Respondent has not influenced or attempted to influence any other person or corporation to file a submission or to refrain from doing so or to influence the terms of the submission of any other person or corporation; and that this submission is made in good faith without collusion or connection with any other person applying for the same work.

The undersigned further certifies under pains and penalties of perjury that the undersigned is not debarred from doing public construction work in Rhode Island and further is not debarred from doing public construction work under any law, rule or regulation of the federal government.

The undersigned states that he or she has carefully examined all of the information provided and representations made in this solicitation and the documents submitted all schedules, forms and materials, and certifies to the best of his/her knowledge, that this submission in its entirety is complete, true and accurate.

SIGNED UNDER THE PAINS AND PENALTIES OF PERJURY: Signature:

(Signature of Authorized Representative)

Name:

Title:

Firm Name:

Date:

Page 15: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

15

Schedule A -CM QUALIFICATIONS APPLICATION Firm Name: 1. BUSINESS INFORMATION Type of business entity (corporation, partnership, joint venture, etc.): Number of years in business under current business name: List all other business names firm has operated under and the time frames for each: If firm is a corporation provide the following information: State of incorporation: Date of Incorporation: Name of President: Name of Vice President: Name of Secretary or Clerk: Name of Treasurer: If firm is a foreign corporation, is it registered to do business in Rhode Island?______ If firm is a partnership or joint venture provide the following information: Type of partnership/joint venture: Date of organization: Name of each partner or venturer:

For each general partner or venturer that is a corporation, provide the following information (use additional sheets if necessary):

Page 16: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

16

Name of corporation: ______________________________________________________ State of incorporation: ______________________________________________________ President: ______________________________________________________ Secretary or Clerk: ______________________________________________________ Treasurer: ______________________________________________________ Name of corporation: ______________________________________________________ State of incorporation: ______________________________________________________ President: ______________________________________________________ Secretary or Clerk: ______________________________________________________ Treasurer: ______________________________________________________ If firm is individually owned provide the following information: Name of Owner: Date of organization: Owner’s Residence Address: Names under which firm does business Business Address: If selected firm is an individual doing business under a different name then they must furnish evidence of any required DBA filings. 2. LICENSURE AND PERFORMANCE INFORMATION List all jurisdictions and trade categories in which the firm is legally licensed or otherwise qualified to do business and for each jurisdiction provide registration and license numbers where applicable:

Page 17: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

17

If the firm customarily provides scopes of work with its own forces please identify the types/areas of work below:

3. REFERENCES Provide three (3) references below include name of reference, current contact person, telephone number and address: 1. 2. 3. Provide two bank references below, include name of reference, current contact person, telephone number and address: 1. 2.

Page 18: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

18

Schedule B - EXECUTIVE SUMMARY

Respondent must attach Executive Summary here

Page 19: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

Schedule C - MANAGEMENT PERSONNEL Firm Name: _____________________

Respondent must provide the information requested below for each key person who will have any direct management responsibility for the Project, including but not limited to project executives, project managers, field superintendents and field engineers. Respondents must attach a copy of the resume for each person listed. Respondents must also attach an Organizational Chart for the Project to this Schedule C. Attach additional sheets if necessary.

NAME TITLE ROLE/JOB RESPONSIBILITIES ON THIS PROJECT

# OF YEARS W/FIRM

EDUCATION & EXPERIENCE

COMPLETED PROJECTS

(if resume lists all completed projects this section can reference resume)

Page 20: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

March 5, 2008

Schedule D - SIMILAR PROJECT INFORMATION

Firm Name: _____________________

List below all similar projects the firm has completed during the last five (5) years. For the purpose of this CM project “similar projects” shall mean projects where the respondent was the Construction Manager and shall mean projects where the construction cost for the project was for an amount similar to the amount of the estimated construction cost of this Project; the project was one of similar complexity; the project was of similar type or scope; and the project was the approximate size of this Project or larger.

CM PROJECTS – List only projects on which the firm was the Construction Manager in this section.

PROJECT NAME & LOCATION

PROJECT OWNER

PROJECT DESCRIPTION DESCRIPTION OF

SERVICES PROVIDED

BY FIRM

ORIGINAL AND FINAL CONTRACT

AMOUNT WITH

EXPLANATION

PROJECT START AND

COMPLETION DATE

Page 21: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

March 5, 2008

Schedule D – SIMILAR PROJECT INFORMATION (continued) Firm Name: _____________________

PROJECT CONTACTS – Respondent must list below contact information for the owner and designer on each of the projects listed above. Be certain to confirm the contact information is current. Attach additional sheets of necessary.

PROJECT NAME & LOCATION

COMPANY NAME CONTACT PERSON/ADDRESS TELEPHONE# FAX#

OWNER

DESIGNER

OWNER

DESIGNER

OWNER

DESIGNER

OWNER

DESIGNER

OWNER

DESIGNER

OWNER

DESIGNER

OWNER

DESIGNER

OWNER

DESIGNER

Page 22: Request for Proposals Construction Management Services ... · Warwick, RI 02886-1533 . procurement@pvdairport.com. Architect/Engineer: JACOBS Engineering Group . ... Escorts for deliveries,

Schedule F – LETTER EVIDENCING BONDING CAPACITY

Respondent must attach here a letter from a surety company (or from an agent meeting the criteria set forth above) evidencing that the surety will provide respondent with payment and performance bonds for the Project in an amount equal to or greater than 110% of the estimated construction cost of the Project. The surety company must meet the requirements set forth above.