REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

Similar documents
COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR QUALIFICATIONS

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR)

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

PHASE 1 STAFF FACILITIES LOCKER ROOM

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

SAN DIEGO CONVENTION CENTER CORPORATION

CONFIRMATION FORM FOR REQUEST FOR PROPOSALS NO

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

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

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Request for Proposals for Agent of Record/Insurance Broker Services

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

Request For Qualifications Construction Management at Risk

Sample Request For Proposals

KENTUCKY DEPARTMENT OF EDUCATION

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

COMMISSION ADOPTED POLICY Procurement Policy

COUNTY OF COLE JEFFERSON CITY, MISSOURI

(Electronic Submission Only)

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR QUALIFICATIONS DUE: TUESDAY, JANUARY 24, 2017 AT 12:00 P.M. INTERVIEWS: THURSDAY, JANUARY 26, 2017 TUESDAY, JANUARY 24, 2017 AT 2:30 P.M.

MACON-BIBB COUNTY, GEORGIA

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Request for Proposal. Electronic Health Records and Practice Management Software

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

HVAC Remodel Second Floor North Center Building

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

Botetourt County Public Schools

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

PURCHASING DEPARTMENT BUSINESS CENTER SOUTH NEVADA SYSTEM OF HIGHER EDUCATION (NSHE)

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

Instructions to Bidders Page 1

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

PENNSYLVANIA TURNPIKE COMMISSION. Reference No

SECTION 2 - STANDARD TERMS & CONDITIONS

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

Request for Proposal # Postage Meter Lease & Maintenance Service

KENTUCKY DEPARTMENT OF EDUCATION

CASCADE WATER ALLIANCE Request for Qualifications (RFQ)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

BID FOR LUMP SUM CONTRACT

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

BUSINESS CENTER SOUTH THE NEVADA SYSTEM OF HIGHER EDUCATION ( NSHE ), ON BEHALF OF THE UNIVERSITY OF NEVADA, LAS VEGAS ( UNLV )

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

REQUEST FOR PRE-QUALIFICATION. Fine Arts HVAC Upgrade and Interior Renovation SADDLEBACK COLLEGE CAMPUS SOCCCD PROJECT NO. 2041

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Transcription:

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements RSOQ NO. 007 040 PWP CL 2011 181 May 2, 2011

CITY OF NORTH LAS VEGAS REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGER AT RISK LAS VEGAS WASH MAIN BRANCH CHANNEL & TRAIL IMPROVEMENTS RSOQ No. 007-040 PWP-CL-2011-181 The City of North Las Vegas (Owner) is soliciting Statements of Qualifications (SOQ) from interested persons or organizations, qualified as a construction manager/general contractor (Applicant) for the performance of the construction manager at risk (CMAR) services for the Las Vegas Wash Main Branch Channel & Trail Improvements (Project). The Project Engineer is VTN Nevada. Description: Flood control improvements to convey up to 8,504 cfs along the Las Vegas Wash Main Branch from Las Vegas Boulevard to Lake Mead Boulevard, to include rectangular channel improvements and a bridge structure with large-size parallel pre-cast and/or cast-in-place box culverts at the intersection of Lake Mead Boulevard and Pecos Road. The improvements include pedestrian pathways and trail improvements, utility relocations, public outreach and multi-agency coordination. The plans are currently at the pre-final stage. The CMAR will be required to perform: Preconstruction services that include; constructability reviews, value engineering regarding materials, methods, systems, schedule, sequencing, and cost estimating. Construction services that include; construction of the project per approved final plans and specifications, manage all aspects of the construction contract, subcontractors and associated coordination, self-perform a minimum of 25% of the value of all construction on the project. Preconstruction services are anticipated to begin October 2011 and construction is anticipated to begin March 2012. The estimated Project cost is $20,000,000 to $25,000,000. The Request for Statements of Qualifications documents may be retrieved through DemandStar.com, or on the City of North Las Vegas website at www.cityofnorthlasvegas.com/departments/engineering starting May 2, 2011. Documents pertinent to this solicitation may also be obtained on or after May 2, 2011 between the hours of 8:00 a.m. and 6:00 p.m., Monday through Thursday at the address below: City of North Las Vegas Engineering Services Division 2266 Civic Center Drive, Suite 230 North Las Vegas, NV 89030 Questions or comments regarding this Request for Statements of Qualifications should be submitted in writing to Mr. Quang Phan, P.E., Project Manager, with the City of North Las Vegas, 2266 Civic Center Drive, Suite 230, North Las Vegas, 89030 by Fax No. (702) 633-1158 or emailed to phanq@cityofnorthlasvegas.com. SUBMITTAL DEADLINE FOR STATEMENTS OF QUALIFICATIONS: All responses to this Request for Statements of Qualifications must be received in the Engineering Services Office, 2266 Civic Center Drive, Suite 230, North Las Vegas, Nevada 89030 prior to 4:00 p.m. Pacific Standard Time, on May 26, 2011. Proposals received and stamped 4:01 p.m. or later will not be accepted and will be returned unopened. The responder shall submit four (4) bound copies and one (1) electronic copy on CD-media of each response in a sealed envelope(s), plainly marked, as detailed in Section 6.0 of the Request for Statements of Qualifications documents.

REQUIREMENTS OF NRS 338.1691: In order to qualify to enter into contracts with the Owner for preconstruction services and to construct this Project, a CMAR must: 1) not have been found liable for breach of contract with respect to a previous project, other than a breach for legitimate cause, during the 5 years immediately preceding the date of the advertisement for Statements of Qualifications; 2) not have been disqualified from being awarded a contract pursuant to NRS 338.017, 338.13895, 338.1475 or 408.333; and 3) be licensed as a contractor pursuant to NRS 624. SELECTION CRITERIA AND RELATIVE WEIGHTS to be used by the Owner to evaluate Applicants who submit Statements of Qualifications: 1. Experience with projects of similar size and scope 35% 2. Performance History on projects of similar size and scope 25% 3. Preliminary proposal for managing the preconstruction and construction of the public work 20% 4. Evidence of the ability to obtain necessary bonding and insurance for the work 5% 5. The Applicant=s responsiveness to the submittal requirements of the RSOQ 10% 6. A certificate of eligibility to receive a preference in bidding on public works contracts in the State of Nevada 5% The City of North Las Vegas is an Equal Opportunity Employer and women-owned and minority business enterprises are strongly encouraged to submit a proposal. For TDD (800) 326-6868, ADA accommodations (702) 633-1510. Published May 1, 2011 May 8, 2011 Las Vegas Review-Journal DemandStar.com

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGER AT RISK LAS VEGAS WASH MAIN BRANCH CHANNEL & TRAIL IMPROVEMENTS RSOQ NO. 007-040 PWP-CL-2011-181 1.0 INTRODUCTION 1.1 In accordance with NRS 338, the Owner seeks a Construction Manager at Risk ( CMAR ) to provide preconstruction and construction services to include constructability reviews; construction cost estimates; recommendations and value engineering regarding materials, methods, and systems; schedule; labor estimates; subcontractor identification and coordination; quality control; cost and schedule control; and other factors affecting construction of Las Vegas Wash Main Branch Channel & Trail Improvements. The draft Scope of Work for this Project is included as Exhibit A. 1.2 Selection of the CMAR must be completed using a two-phased approach. Phase One of the process is the Request for Statements of Qualifications ( RSOQ ). During the RSOQ phase, the Owner will select at least two, but not more than five Applicants as RSOQ Finalists in the selection process. Selection during Phase One will be qualification-based using the criteria detailed herein. Applicants are encouraged to become familiar with the requirements of NRS Chapter 338 pertaining to Construction Manager at Risk on Public Works projects. A separate Request for Final Proposals ( RFP ) solicitation document containing all necessary information and requirements will be issued to the successful SOQ Finalists. 1.3 In order to qualify to enter into contracts with the Owner for preconstruction services and to construct this Project, the CMAR must: 1) not have been found liable for breach of contract with respect to a previous project, other than a breach for legitimate cause, during the 5 years immediately preceding the date of the advertisement for this Request for Statements of Qualifications; 2) not have been disqualified from being awarded a contract pursuant to NRS 338.017, 338.13895, 338.1475 or 408.333; and 3) be licensed as a contractor pursuant to NRS 624. 2.0 OWNER RELATIONSHIPS 2.1. The Owner has contracted with VTN Nevada to develop the technical specifications and drawings associated with this project. Below is a partial list of Project Consultants: Design Engineer: VTN Nevada 2727 S. Rainbow Blvd. Las Vegas, NV 89146-5148 Geotechnical Engineers: Terracon 750 Pilot Road, Suite F Las Vegas, NV 89119 Landscape Architect: Southwick Landscape Architects 12 Commerce Center Drive, Suite D44 Henderson, NV 89014 Structural Engineer: R2H Engineering, Inc. 840 Grier Drive, Suite 320 Las Vegas, NV 89119 Mechanical/Electrical Engineer: Professional Design Consultants 108 Market Street Henderson, NV 89015 Biddability/Constructability Review: HDR Engineering, Inc. 7180 Pollock Drive, Suite 200 Las Vegas, NV 89119 4 RSOQ NO. 007-040

2.2. Prior to the selection and award of a contract to the CMAR, all communications from the Applicant shall be directed to the Public Works Department Engineering Services Division. Applicants shall not contact other parties of the Owner, its architects, or subconsultants directly or indirectly. 2.3. The Owner will contract with an outside company to conduct any special inspections required by the Building Safety Division including, but not limited to, concrete, structural steel and earthwork inspections. 2.4. The Owner is separate from all regulatory agencies such as the Building Safety Division, Fire Department, Planning Commission and Health District, and has no influence or control over their decision making process. 3.0 GENERAL PROJECT INFORMATION 3.1 The selected CMAR will be responsible for providing preconstruction services in accordance with the requirements set forth in its contract with the Owner. During the preconstruction services phase, the CMAR will be required to make recommendations regarding project, constructability, value engineering, project cost and construction schedule. A more complete description of the preconstruction and construction phase services is included in Exhibit A. A copy of the Owner s standard form contract is included in Exhibit B. 3.2 Following completion of the design and as part of the preconstruction services, the CMAR will prepare a proposal based on the pricing criteria selected by the Owner and authorized under NRS 338.1696.1 for the construction phase of the Project. Following any reconciliation of the CMAR and Owner estimate of construction costs, Owner will negotiate final pricing and contract terms for a construction phase contract with the CMAR. 4.1 Submittal Due Date and Time 4.0 INSTRUCTIONS Preliminary Proposals must be submitted no later than 4:00 p.m., on May 26, 2011. Proposals must be submitted in a sealed envelope to the address below. The envelope, or other suitable package, must be clearly marked with the RSOQ Number and the date/time for receipt. Any proposals arriving after the scheduled due date and time will not be considered and will be returned to the Applicant. Engineering Services City of North Las Vegas 2266 Civic Center Drive, Suite 230 North Las Vegas, NV 89030 4.2 Examination of Documents By submitting a SOQ, the Applicant represents that it has thoroughly examined and become familiar with the CMAR work required for this Project and that it is capable of performing timely and quality work to achieve the Project objectives. 4.3 Contact Person The person to contact for questions pertaining to this Request for Statements of Qualifications is Quang Phan, P.E., Project Manager, fax number (702) 633-1158. All questions concerning this 5 RSOQ NO. 007-040

Request for Statements of Qualifications must be submitted in writing and received no later than May 19, 2011. Do not contact the engineers and other consulting authors of the Request for Statements of Qualifications except through the aforementioned contact person. 4.4 Addenda The Owner reserves the right, when considered necessary or appropriate, to respond to questions or modify this RSOQ. Such responses or modifications, if any, shall be in the form of a written Addendum, which shall be posted to DemandStar. The Owner is not bound by any oral representations, clarifications, or changes made in connection with the RSOQ by the Owner s employees, agents or consultants unless in the form of a properly issued Addendum. The Applicants shall ascertain prior to the submission of an SOQ that it has received each Addendum issued by the Owner and has properly acknowledged receipt thereof by completing and submitting Attachment 1 provided herein. The failure of the CMAR to determine through DemandStar the issuance of any Addendum, or to acknowledge receipt of each Addendum issued in connection with this Project, shall entitle the Owner, in its sole discretion, to (i) reject the Proposal of the Applicant as being non-responsive, or (ii) to accept the Proposal of the Applicant in which event the Applicant agrees to be bound by all of the terms and conditions of each unacknowledged Addendum (despite not having read such Addendum). 4.5 Modifications or Withdrawal of Statements of Qualification Statements of Qualifications may be modified or withdrawn by written notice or via fax at (702) 633-1158 received by the Owner prior to the exact hour and date specified in Section 4.1 above. No responsive SOQ may be withdrawn for a period of 120 calendar days after the date of the RSOQ submittal deadline. 4.6 Changes to Selected Finalist Key Personnel After submission of the Statement of Qualifications, no changes in Key Personnel will be allowed without the Owner s prior written consent. For purposes of this RSOQ, the term Key Personnel shall mean each entity identified in the SOQ (or later approved for inclusion) as a member of the CMAR team, whether such entity is proposed as a joint venture, entity owner, key staff member, or subconsultant. 4.7 Cost or Pricing Information Prohibited Applicants responding to this RSOQ must not include cost or pricing information related to the Applicant s rates or anticipated cost to perform the preconstruction or construction services. Failure to follow this rule may deem the Applicant s SOQ non-responsive. 4.8 Miscellaneous Proposals must be submitted in the format specified in Section 6.0. Failure to follow the format instructions may result in Applicant s SOQ being deemed non-responsive. Neither reimbursement nor compensation will be made for preparation or submission of an Applicant s SOQ. 6 RSOQ NO. 007-040

5.1 Pass-Fail Qualification Criteria Applicant must: 5.0 EVALUATION CRITERIA 1. Not have been found liable for breach of contract with respect to a previous project, other than a breach for legitimate cause during the 5 years immediately preceding the date of the advertisement for statements of qualification; 2. Not have been disqualified from being awarded a contract pursuant to NRS 338.017, 338.13895, 338.1475 or 408.333, and; 3. Be licensed as a contractor pursuant to NRS 624. Only Applicants that meet the pass-fail criteria set forth above in accordance with NRS 338.1691 will receive further consideration under this RSOQ. 5.2 Additional Qualification Criteria Applicants will be evaluated on a qualification basis only during the RSOQ phase. Each SOQ will be evaluated and selection of the SOQ Finalists will be based on the following criteria in accordance with NRS 338.1692 and relative weights. Further details of the weighted criteria are included in Section 5.2.1 through 5.2.6 below. 1. Experience with projects of similar size and scope 30% 2. Performance History on project of similar size and scope 30% 3. Preliminary proposal for managing the preconstruction and construction phase 20% 4. Evidence of the ability to obtain necessary bonding and insurance for the work 5% 5. Applicant s responsiveness to the submittal requirements of the RSOQ 10% 6. Certificate of eligibility to receive a preference in bidding on public works 5% 5.2.1 Experience. Prior preconstruction and construction experience with projects of similar size (>$20 million) and scope will be evaluated to determine the adequacy and applicability of the experience. Experience will be rated on whether it is relevant to the scope of work, including: large size parallel pre-cast and/or cast-in-place box culverts under an intersection of two arterial roadways, rectangular concrete channel improvements in a wash with perennial flow, pedestrian pathways and trail improvements, utility relocations, dewatering in conjunction with NPDES Discharge Permits, traffic control and detour routing, partnering experience, public outreach, multiagency coordination, work within limited right-of-way, and years of relevant experience. The experience of the Applicant s Key Personnel will be evaluated based on resumes, defined roles, and responsibilities. 5.2.2 Performance History. Applicant will be evaluated on the reference checks regarding the Applicant s background, character, and technical competence on its ability to manage the requirements of the scope of work, including demonstrated ability to deliver 7 RSOQ NO. 007-040

specific improvements outlined for the Las Vegas Wash within budget and on schedule. As such, Applicants should clearly communicate their demonstrated ability to staff and deliver a CMAR project of similar size and scope, on schedule, and within budget. 5.2.3 Preliminary Proposal for Management of Project. Applicant will be evaluated on quality and comprehensiveness of the preliminary proposal for managing the preconstruction and construction process, including their statement of approach for managing the process. 5.2.4 Bonding/Insurance. Applicant will be evaluated on its ability to obtain necessary bonding and insurance for the Project. 5.2.5 Responsiveness. Applicant will be evaluated on the degree to which the SOQ is responsive to the submittal requirements. 5.2.6 Certificate of Eligibility. Applicant s declaration of eligibility to receive a preference in bidding on a public work in the State of Nevada will be verified. 6.0 STATEMENT OF QUALFICATIONS FORMAT AND CONTENT 6.1 Statement of Qualifications Format 6.1.1 General Condition for Applicant Qualification. Statements of Qualifications must be submitted in the format specified herein. Failure to follow the format instructions may result in Applicant SOQ being deemed non-responsive. 6.1.2 Format and Copies. Each SOQ shall be submitted on 8 1/2 X 11 paper in no smaller than 12-point font. The Applicant shall complete all Attachments and required responses as indicated in Section 6.2. For items that require written responses, the Applicant shall comply with the associated maximum page counts identified in the RSOQ. The Applicant shall submit six (6) bound copies of the SOQ, plus one (1) clear marked original unbound copy in a sealed envelope or other suitable package, bearing the Applicant s name and address and clearly marked as follows: RSOQ No. 007-040 CMAR SOQ DUE DATE/TIME: May 26, 2011 at 4:00 P.M. 6.2 Statement of Qualifications Content Each section of the submittal shall correspond to the format described below. Cover Page The cover page must show the Applicant s name, address, phone number, fax number, name of primary point of contact, e-mail address, and the RSOQ number and title. (One page maximum) 8 RSOQ NO. 007-040

Table of Contents A Table of Contents which lists Tabs 1 through 8 shall be included with the Statement of Qualifications. The Table of Contents shall identify all required documentation and provide corresponding page numbers. (One page maximum) Tab 1 Certification of Applicant The Applicant shall complete and submit Attachment 1 Certification of Applicant. Applicant must ascertain the number of Addenda issued and is required to acknowledge receipt of Addenda and certify acceptance of the RSOQ requirements on Attachment 1. Tab 2 - Company Profile(s) and Legal Structure Completed and submit Attachment 2, Applicants Qualification Form. Tab 3 - Experience a) Using Attachment 3, Applicant shall provide project descriptions for five (5) projects completed within the last five (5) years which best illustrate Applicant s experience and ability to successfully perform the work required on this Project. To the extent possible, Applicant should focus on projects that were similar in scope and nature to this Project that were of comparable size and complexity. Projects may include conventional and alternative construction delivery methods. Project descriptions should include a brief description of the work scope (including size and any unique aspects which are comparable to the CMAR project identified in this RSOQ), and the Applicant s role on the project. (One page maximum, per project) b) Describe the Applicant s experience with CMAR construction delivery method. (Two pages maximum) c) Describe experience Partnering with design professionals, engineers, cost consultants, and project owners. (One page maximum) Tab 4 Organization and Key Personnel a) Preconstruction Services. Applicant shall provide a list of its proposed CMAR-provided preconstruction services using the Draft Scope of Work contained in Exhibit A and the Applicant s proposed approach to completing the preconstruction phase of this Project. Applicant shall identify which of these services would be self-performed and those that would be provided by subconsultants and/or subcontractors. (Two pages maximum) b) Organization. Applicant shall provide a proposed project organization to support the project based on the CMAR-provided preconstruction services identified above and the Draft Scope of Work contained in exhibit A. (One page maximum) c) Key Positions. Applicant shall elaborate on the Organization described above and identify a minimum of three and maximum of seven CMAR-provided positions they have identified as Key to this Project. The Applicant shall provide a brief narrative of the roles and responsibilities associated with each of these Key Positions. (Two pages maximum) d) Key Personnel. The Applicant shall propose a Key Person for each of the Key Positions identified above. Applicant shall provide a one-page resume for each of the Key Individuals. 9 RSOQ NO. 007-040

The resume shall clearly depict the individual s employer, tenure with the current employer, professional qualifications, and experience as applied to the scope of work required for the Project. Information should include CMAR experience, experience supporting projects with similar scope, experience in the proposed position, and experience supporting public works projects. (One page maximum per person) Tab 5 Performance History Provide contact information for references that have knowledge of the background, character and technical competence of the Applicant. Include a contact name, with current address, email address, and telephone number for the owner, the owner s quality assurance representative, the project designer and/or, if applicable, the general contractor. Note: the Owner reserves the right to contact these individuals and the contacts included on Attachment 3 (Tab 3) for the purpose of obtaining references for the Project. (Two pages maximum) Tab 6 Preliminary Proposal for Management of Project Include the following information in this section: a) Summarize Applicant s approach to the requirements identified in the Draft Scope of Work described in Exhibit A; approach to performing CMAR services, and strengths of Applicant s Key Personnel; and Applicant s perspective of its key differentiation compared to other potential CMAR applicants. (Four pages maximum) b) Generally describe the project management methodologies, strategies, and systems used by Applicant for CMAR projects, specifically addressing the constructability review and value engineering input approach, cost control and construction quality control, and schedule conformance. (Four pages maximum) c) Recommend the services the Applicant feels should be provided during the preconstruction phase of this Project and the individuals who should perform those services. (Two pages maximum) Tab 7 Bonding and Insurance a) Provide a letter from the Applicant s surety or sureties stating Applicant s bonding line and individual project bonding limit, indicating the Applicant can obtain performance and payment bond as required pursuant to NRS 339.025. b) Provide a letter from Applicant s insurance carrier or other like evidence, indicating the Applicant can obtain insurance, not provided by the Owner, which is required by law for the Project (Exhibit B). Tab 8 Certificate of Eligibility for Preference in Bidding of Public Works Include a copy of Applicant s Certificate of Eligibility to receive preference in bidding on a public work in the State of Nevada. 10 RSOQ NO. 007-040

7.0 EVALUATION AND SELECTION 7.1 Evaluation 7.1.1 The Owner will evaluate the SOQ received from each Applicant who meets the pass-fail qualification criteria in Section 5.1 for the purpose of selecting at least two, but not more than five, Applicants that the Owner deems most qualified to submit Final Proposals. 7.1.2 Each SOQ shall be evaluated by a Panel of at least three (3) members appointed by the Owner who shall rank the SOQ submittals. The Panel will be comprised of City of North Las Vegas employees from various departments and may include individuals from other entities. The Owner shall provide an Evaluation Facilitator from the Public Works Department to oversee the evaluation process. 7.1.3 The Panel shall verify, evaluate and rank the SOQ submittals in accordance with the weighted criteria set forth in Section 5.2. 7.1.4 Each Applicant may be invited to participate in a subsequent interview, including a question and answer session, as part of the evaluation process. Applicants should be prepared to present and elaborate on their qualifications and experience or other criteria defined in this RSOQ. A principal of the Applicant and other Key Personnel should be present at the interview/presentation if one is scheduled. 7.1.5 In submitting a SOQ for this Project, Applicant acknowledges and understands that the evaluation and ranking of SOQ submittals by the Panel is inherently subjective, and Applicant agrees that the evaluation and ranking by the Panel is within the sole discretion of the Panel. 7.2 Selection 7.2.1 Following completion of the evaluation process, the Panel shall provide the Evaluation Facilitator its rankings of the Applicants and its recommended RSOQ Finalists. 7.2.2 The Evaluation Facilitator will notify all Applicants of the evaluation results and make available to the public the rankings of the Applicants. Only Applicants selected as SOQ Finalists will be invited to submit proposals during the Request for Final Proposal phase. 8.1 Right to Reject 8.0 GENERAL PROVISIONS In accordance with NRS 338.1693, if the Owner does not receive at least two SOQ submittals that the Owner determines to be qualified pursuant to the criteria described in Section 5.0 and in NRS 338.1691, the Owner will not proceed to the second phase of this RSOQ and will not contract with a CMAR for the construction of the Project. Additionally, the Owner reserves the right to reject any or all SOQ submittals received as a result of this RSOQ. 8.2 Owner s Rights Statement of Qualifications and any other information submitted by a CMAR in response to this RSOQ shall become the property of the Owner. The Owner shall have no liability for any expense incurred by CMARs in the preparation of SOQs or for any damage allegedly resulting 11 RSOQ NO. 007-040

from any CMAR s failure to participate in later phases of the solicitation process or to be awarded the Contract for the Project. Issuance of this RSOQ does not commit the Owner to proceed in the solicitation process or to enter into a Contract for the Project. The Owner makes no guarantee that an award of Contract will be made as a result of the RSOQ or any resulting RFP. The Owner reserves the right to accept or reject any or all SOQs; to re-solicit for SOQs; to temporarily or permanently abandon the procurement in whole or in part; to waive any informalities; or minor technical inconsistencies; and/or to delete any item/requirement from this RSOQ or any resulting RFP or the Contract, when deemed by the Owner, in its sole discretion, to be most advantageous to the Owner and in the best interest of the public. The Owner reserves the right to request additional information or documents from any or all CMARS. The Owner may investigate the qualifications of any CMAR under consideration, may require confirmation of information furnished by a CMAR, and may require additional evidence of qualifications to perform the Scope of Work described in this RSOQ. 8.3 Section and Paragraph Headings The section and paragraph headings appearing in this RSOQ are inserted for the purpose of convenience and ready reference. They do not purport to define, limit or extend the scope or intent of the language of the sections and paragraphs to which they pertain. 8.4 Conflict of Interest 8.4.1 An official of the Owner or designated representative, who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or take part in negotiating, making, accepting, or approving RSOQ Finalists and RFP Finalists, shall not be directly or indirectly interested personally. No officer, employee or agent of the Owner, who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with this RSOQ and subsequent RFP, shall become directly or indirectly interested personally with any material supply contract, subcontract, sub-consultant, insurance contract, or any other contract pertaining to this solicitation. 8.4.2 The Applicant represents that it is unaware of any financial or economic interest of any public officer or employee of the Owner relating to this RSOQ. 8.5 Public Records The Owner is a public agency as defined by state law. As such, it is subject to the Nevada Public Records Law (Chapter 239 of the Nevada Revised Statutes). The Owner s Records are public records, which are subject to inspection and copying by any person (unless declared by law to be confidential). After the panel ranks the SOQ submittals, the Owner shall make available to the public the rankings of the Applicants pursuant to NRS 338.1693. The Owner shall make available to the applicants and the public the results of the evaluations of final proposals and interviews conducted pursuant to NRS 338.1695 and the final rankings of the Applicants. 8.6 Duration of Offer Any SOQ submitted in association with this RSOQ shall be effective for a minimum of 120 calendar days after the date of the submittal deadline. 12 RSOQ NO. 007-040

8.7 Laws and Statutes Applicant must comply with all federal, state and local laws and regulations relative to conducting business in the City of North Las Vegas and the County of Clark, Nevada, including but not limited to, licensing, labor and health laws as well as all applicable Nevada Revised Statutes. The laws of the State of Nevada will govern as to the interpretation, validity and effect of this RSOQ, selection of Finalist and subsequent contract award. 8.8 Notification Notices will be addressed to the place of business as designated in the Applicant s SOQ. 8.9 Personal Liability Each Applicant agrees that in no event shall any official, officer, employee, or agent of the Owner in any way be personally liable or responsible for any covenant or agreement contained herein whether expressed or implied, nor for any statement, representation or warranty made herein or in any connection with this SOQ, selection of Finalists and subsequent contract award. 8.10 Equal Opportunity Contracting Minority Owned Business Enterprises, Women-Owned Business Enterprises and Disabled Veteran-Owned Business Enterprises (collectively M/W/DV Business Enterprises ) shall be afforded the opportunity to submit an SOQ for the RSOQ and shall not be discriminated against on the basis of race, color, creed, sex or national origin. The Owner desires that M/W/DV Business Enterprises have an opportunity to participate in the performance of the City s contracts. CMARs are encouraged to utilize these firms of this Project. 9.0 LIST OF ATTACHMENTS The following attachments are hereby incorporated into this RSOQ: Attachment 1 Attachment 2 Attachment 3 Exhibit A Exhibit B Certification of Applicant Applicants Qualification Form Completed Projects Draft Scope of Work Standard Professional Services Agreement 13 RSOQ NO. 007-040