SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents

Similar documents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID ITB 16/17-027AO FORESTRY CONSULTING SERVICES. Table of Contents. Section Title Page

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSAL NO. 09/10-018LM NON-NATIVE, INVASIVE WEED CONTROL. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID RFP 12/ LR WOODS MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SWIFT CREEK ROLLER CHOPPING SERVICES.

INVITATION TO BID NO. 15/ AO CHEMICAL APPLICATION SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 13/ AO SECONDARY ROAD MOWING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 INVASIVE PLANT TREATMENT SERVICES.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/17-035AO CHEMICAL APPLICATION SERVICES. Table of Contents

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16/ AO 2017 CHEMICAL APPLICATION SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 15/ AO SECONDARY AND ADMINISTRATIVE ROAD MOWING SERVICES.

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

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

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Botetourt County Public Schools

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

INVITATION TO BID SR-15 DEVILS HAMMOCK #1 REBID

CITY OF TITUSVILLE, FLORIDA

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

PLEASANTVILLE HOUSING AUTHORITY

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

REQUEST FOR PROPOSALS

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

GROUNDS MAINTENANCE AGREEMENT

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals (RFP) No PROFESSIONAL SURVEYING SERVICES

MT. EPHRAIM BOARD OF EDUCATION Mt. Ephraim, New Jersey REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

State of Florida Department of Transportation

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Invitation to Bid BOE. Diesel Exhaust Fluid

SANFORD AIRPORT AUTHORITY

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

Lessons Learned: Construction Bidding & Procurement Item D.1

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

CITY OF GAINESVILLE INVITATION TO BID

Appomattox River Water Authority

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

INVITATION TO NEGOTIATE REGISTRATION

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

Proposal No:

Request For Proposal (RFP) for

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

GUILFORD COUNTY SCHOOLS Invitation for Bids

INVITATION TO BID (ITB)

INVITATION TO BID (ITB)

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR QUALIFICATION PROPOSALS FOR GUARANTEED ENERGY SAVINGS PERFORMANCE CONTRACT POTH INDEPENDENT SCHOOL DISTRICT POTH, TEXAS FEBRUARY 1, 2017

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

Request for Proposal. RFP # Recreation T-Shirts

MISDEMEANOR PROBATION SERVICES FOR OKALOOSA COUNTY, FLORIDA

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES

Request for Qualifications (RFQ) for CIVIL ENGINEERING CONSULTANTS TOWN OF PALM BEACH SHORES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

FLORIDA DEPARTMENT OF TRANSPORTATION

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT. Request for Proposals ("RFP") No Contractual Services Water Resources Program Support

Request for Qualifications

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

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

Request for Proposals. Forensic Accounting Audit Services

FLORIDA DEPARTMENT OF TRANSPORTATION

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

Glenwood/Bell Street Well Pump and Piping Construction

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Transcription:

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/09-120 LA REVIEW APPRAISER SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions to Respondents 2 4 Key Points 3 5 Scope of Services 6 6 Qualification Documents 7 Suwannee River Water Management District 9225 CR 49 Live Oak, FL 32060 386-362-1001 386-362-1056 (Fax) 800-226-1066 (Florida only) www.mysuwanneeriver.com 1

SECTION 1 INTRODUCTION The Suwannee River Water Management District (District) is requesting sealed qualifications from Appraisers to provide the District with appraisal review services. SECTION 2 - PROPOSED SCHEDULE September 17, 2009 October 1, 2009 October 9, 2009 November 10, 2009 Release of Request for Qualifications (RFQ) Qualifications due prior to 10:00 a.m. Opening will occur at this time.* Selection Committee meeting, 10:00 a.m.* Request for Governing Board Approval of Recommended List at 11:00 a.m.*(meeting at Otter Springs Park and Campground, Gilchrist County, Florida) * Denotes a public meeting. All meetings, unless otherwise noted, will be held at District Headquarters located at the corner of U.S. 90 and C.R. 49 in Live Oak, Florida. All times are Eastern Standard Time (EST). SECTION 3 - INSTRUCTIONS TO RESPONDENTS 1. Respondents are required to complete and submit Section 6, Qualification Documents, prior to 10:00 a.m. on October 1, 2009. Qualifications received after this date and time, for any reason, will be rejected. 2. Delivery of Qualifications: One original and three (3) copies of the Qualification Documents shall be sent in one envelope to: Gwen Lord, Business Resource Specialist IV Suwannee River Water Management District 9225 County Road 49 Live Oak, Florida 32060 Phone: (386) 362-1001 3. Qualifications must be hard copy. Facsimile or email transmittals of qualifications will not be accepted. 4. All qualifications packages shall be submitted in sealed envelopes with the following clearly marked in large, bold and/or colored lettering. RFQ No. 08/09-120 LA REVIEW APPRAISER SERVICES Qualifications Opening October 1, 2009 10:00 a.m. Qualifications packages delivered in an envelope not properly marked with the request number and opening date and time that are inadvertently opened by 2

District personnel will not be considered. Statements of Qualifications shall be hand-delivered or mailed, preferably by registered mail. 5. Additional Information: For additional information regarding this request for qualifications, contact Terry Demott Senior Land Resource Coordinator/Project Manager, at 386-362-1001. Additional packages may be obtained by logging on to www.mysuwanneeriver.com or contacting Gwen Lord, Business Resource Specialist IV, at 386-362-1001 (e-mail: gal@srwmd.org). SECTION 4 KEY POINTS Evaluation by District Selection Committee: The District Selection Committee composed of three (3) persons will select in order of preference no more than two (2) firms deemed to be the most highly qualified to perform the required services. In determining whether a firm is qualified, the District shall consider such factors as the ability of the professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; location; recent, current and projected workloads of the firms; and the volume of work previously awarded each firm by District with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principal of selection of the most highly qualified firms. At the Selection Committee Meeting, which is a public meeting, each member will list the two (2) highest ranked firms. The firm ranked as number one will receive three (3) points. The firm ranked number two will receive two (2) points. The individual rankings of each of the Selection Committee members will be added up to produce a corporate score. The highest possible corporate score is nine (9). The two (2) firms receiving the highest corporate scores will constitute the short list for the purpose of commencing negotiation of contracts. Each review project will be negotiated with the highest ranked firm. If the District is unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair, competitive, and reasonable, negotiations with that firm will be terminated and the District will then undertake negotiations with the second most qualified firm. Should the District be unable to negotiate a satisfactory contract with either of the ranked firms, the District may select additional firms in the order of their competence and qualification and continue negotiations until an agreement is reached or the District may, at its option, terminate all negotiations and re-solicit. Challenge of Solicitation Process: If a potential respondent protests any provisions of this RFQ, a notice of intent to protest shall be filed with the District in writing within 72 hours after the posting of the request for qualifications on the District s website and the respondent shall file a formal written protest within ten 3

(10) days after filing of notice of intent to protest. Any respondent who files a formal written protest pursuant to Chapter 28-110, Florida Administrative Code, and Section 120.57(3), Florida Statutes, shall post with the District at the time of filing the formal written protest, a bond pursuant to Section 287.042(2)(c), Florida Statutes (2008). Failure to file a notice of intent to protest or failure to file a formal written protest within the time prescribed in Chapter 28-110, Florida Administrative Code, and Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. More specifically, Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. Challenge of District s Intent to Award Contract: If a respondent intends to protest District s intent to award contract, the notice of intent to protest must be filed in writing within 72 hours after posting of a notice of intent to award contract and the respondent shall file a formal written protest within ten (10) days after filing of notice of intent to protest. Any respondent who files a formal written protest pursuant to Chapter 28-110, Florida Administrative Code, and Section 120.57(3), Florida Statutes, shall post with the District at the time of filing the formal written protest, a bond pursuant to Section 287.042(2)(c), Florida Statutes (2008). Failure to file a notice of intent to protest or failure to file a formal written protest within the time prescribed in Chapter 28-110, Florida Administrative Code, and Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. More specifically, Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120 of Florida Statutes. Americans with Disabilities Act: The District does not discriminate upon the basis of any individual s disability status. This nondiscrimination policy involves every aspect of the District s functions including one s access to, participation, employment, or treatment in its programs or activities. Anyone requiring reasonable accommodation as provided for in the Americans with Disabilities Act should contact the District at (386) 362-1001 or (800) 226-1066 (Florida only). The District s fax number is (386) 362-1056. Minority Business Enterprises: The District recognizes fair and open competition as a basic tenet of public procurement. Respondents doing business with the District are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age, or sex. The District encourages participation by 4

minority business enterprises. Whenever two or more service providers are ranked equally, a minority business enterprise shall be given preference in the award process. Veteran s Preference: In the absence of minority business enterprise, whenever two or more service providers are ranked equally by the District, a veteran-owned business enterprise shall be given preference in the award process. Equitable Distribution of Contracts: The District may evaluate recent, current and projected workloads of respondents and the volume of work previously awarded each respondent by District with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principal of selection of the most highly qualified firms. Drug Free Workplace Act: The selected respondent shall represent that it has established a drug free workplace. Public Entity Crime: Section 287.133(2)(a), Florida Statutes, states A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. Insurance Requirements: If awarded, respondent shall represent and guarantee that all employees, agents, servants or representatives of the respondent, and all agents, servants, employees or representatives of subcontractors are covered by workers' compensation insurance. Prior to entering into contract with the District, respondent agrees to furnish the District certificates of insurance on all insurance, naming District as additional insured for items 2 and 3 below, providing evidence that respondent has in full force and effect the following minimum insurance with insurers authorized to do business in the State of Florida: 1) Workers' compensation insurance as required above; 2) Motor vehicular liability insurance with limits of not less than $300,000 combined single limit which insurance shall be applicable to any and all vehicles utilized by respondent to provide the services requested by District; 5

3) General liability insurance for all services rendered by respondent for the requested services with a minimum of $300,000 personal and advertising injury and $300,000 general aggregate. The certificate of insurance shall also provide that District shall be notified in writing by the carrier at least 30 days prior to any cancellation of said insurance. Rejection of Responses: Pursuant to Rule 40B-1.812, Florida Administrative Code, the District reserves the right to reject any and all proposals or other proposals submitted in response to District invitation. SECTION 5 - SCOPE OF SERVICES Suwannee River Water Management District is creating a selected list of approved Review Appraisers for assignments during fiscal years 2009/2010 and 2010/2011. The District requires a standard desk review for properties expected to be valued at $250,000 or less and a field review and verification of significant comparable sales for properties expected to be valued greater than $250,000. Activities will include desk reviews and/or field reviews of appraisals of forested and non-forested tracts and may include various less-than-fee-simple acquisitions that could require separate valuations of individual real property rights. A desk review does not require a site visit or an independent determination of market conditions or of value. Assignments will include serving as a consultant to the District in evaluating independently submitted appraisals. The selected review appraiser may be required to give expert testimony in courts of law and Governing Board proceedings. It is anticipated that two review appraisers will be selected as the most qualified to provide services for the Suwannee River Water Management District. These appraisers will be required to enter into a Two-Year Review Appraiser Agreement with the District. This contract will require that the review appraiser agree to place highest priority on completing District assignments in a timely fashion. The review appraiser will also be required to respond in written form within five working days following a request by the District for fee quotes for specific assignments. The Two-Year Review Appraiser Agreement will designate the hourly rates to be charged for each year by the review appraiser for performance of District appraisal assignments. In most instances, a fixed fee proposal will be requested for each assignment. The selected review appraisers and his/her firm will not be eligible to perform fee appraisals for the District during the term of contract. 6

SECTION 6 QUALIFICATION DOCUMENTS RFQ 08/09-120 LA Qualifications Response Form Respondents are required to complete and submit this form. Please complete the form showing completed projects over the past three years that are related to the scope of services described herein. One original and three (3) copies shall be delivered in one envelope as discussed in Section 3. Date: Firm: Address: State Certification #: Telephone: Please provide information on the adequacy of your staffing and personnel to perform the responsibilities as a review appraiser for the District: Have you previously done work for, or do you currently represent any clients who may cause a potential conflict of interest if you are selected as a contractor for the District? Yes No If Yes, list clients and nature of conflict: Please provide any other information about you or your firm that may assist the District in evaluating your qualifications. 7

Is your company eligible for veteran s preference? Yes No Are you a minority vendor? Yes No PLEASE USE ADDITIONAL SHEETS IF NECESSARY. 8

QUESTIONNAIRE NOTE: Completed Questionnaire and Experience forms are recommended but not required. If preferred, the requested information may be submitted in an alternate format. Questionnaire shall include information about the key personnel to be used for these services. Name: Firm: _ I. Educational Background: A) Last grade completed: School attended: Degree obtained: B) Professional Designations: 1) Year 2) Year 3) Year 4) Year C) Recent courses/seminars attended: 1) Year 2) Year 3) Year 4) Year 5) Year 6) Year 7) Year D) Recent courses/seminars taught: 1) Year 2) Year 3) Year 4) Year 5) Year 6) Year 7) Year 9

E) Additional information regarding educational background: II. Other background information: A) I (have) (have not) attached a personal resume. B) General: 10

COMPLETED APPRAISAL REVIEWS: AGENCY/COMPANY: EXPERIENCE (Last Three Years) CONTACT: TELEPHONE: NAME OF PROJECT: DESCRIPTION: START DATE: (month/year) COMPLETION DATE: (month/year) COST OF PROJECT $ NAMES OF PERSONNEL ASSIGNED TO PROJECT: COMPLETED APPRAISAL REVIEWS: AGENCY/COMPANY: CONTACT: TELEPHONE: NAME OF PROJECT: DESCRIPTION: START DATE: (month/year) COMPLETION DATE: (month/year) COST OF PROJECT $ NAMES OF PERSONNEL ASSIGNED TO PROJECT: COMPLETED APPRAISAL REVIEWS: AGENCY/COMPANY: CONTACT: TELEPHONE: NAME OF PROJECT: DESCRIPTION: START DATE: (month/year) COMPLETION DATE: (month/year) COST OF PROJECT $ NAMES OF PERSONNEL ASSIGNED TO PROJECT: 11

REFERENCES Date: Firm: (Names/address/telephone of three clients who can attest to your experience as it relates to the tasks provided in Scope of Services attached). FIRM NAME: ADDRESS: CONTACT PERSON: TELEPHONE: FAX: FIRM NAME: ADDRESS: CONTACT PERSON: TELEPHONE: FAX: FIRM NAME: ADDRESS: CONTACT PERSON: TELEPHONE: FAX: 12