Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION

Similar documents
Madera Unified School District

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

RENEWABLE WATER RESOURCES

Contractor s Statement of Qualifications for (Insert Project Name) (Insert Owners Name Here) (Insert Owners City and State Here)

Request for Qualifications

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

OFFEROR S STATEMENT OF QUALIFICATIONS

PREQUALIFICATION PACKAGE FOR

State of North Carolina Prequalification for Single Prime Contractors

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

ADVERTISEMENT FOR BIDS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

APPLICATION FOR AUBURN UNIVERSITY S REGISTERED CONTRACTOR'S LIST For Projects $50,000 and Greater

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

State of North Carolina Prequalification for Single Prime Contractors

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

DOCUMENT MOUNTAIN VIEW-WHISMAN SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. December 1, 2018

GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT. July 30, 2:00 p.m.

August RFQ 963A

PREQUALIFICATION QUESTIONAIRE

SAN DIEGO CONVENTION CENTER CORPORATION

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

REQUEST FOR PROPOSAL

CITY OF SAN MATEO PUBLIC WORKS APRIL

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

Request For Qualifications Construction Management at Risk

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

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

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET

Shook Subcontractor Prequalification Form

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

Proposal No:

PREQUALIFICATION QUESTIONNAIRE

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

SECTION NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS

INVITATION FOR STATEMENT OF QUALIFICATIONS

RENEWABLE WATER RESOURCES

REQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS SITE UTILITIES AND INFRASTRUCTURE PROJECT ADVANCED TECHNOLOGY & EDUCATION PARK

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

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES GENERAL INSURANCE CONSULTANT. ISSUE DATE: December 18, 2017

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

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

Attachment A Application for Prequalification of Hazardous Material and Building Removal Contractors

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION

BURLINGTON INTERNATIONAL AIRPORT South Burlington, VT INVITATION TO BIDDERS NOTICE OF PREQUALIFICATION

PANAMA-BUENA VISTA UNION SCHOOL DISTRICT

PART 1: COMPANY DETAILS

RENEWABLE WATER RESOURCES

PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { }

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

ARTICLE 8: BASIC SERVICES

CONTRA COSTA COMMUNITY COLLEGE DISTRICT 500 Court St, Martinez, CA CONTRACTOR INFORMATION

INSTRUCTIONS TO BIDDERS

construction plans must be approved for construction by the City PBZ department.

REQUEST FOR PROPOSALS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Notice of Request for Proposals

Subcontractor Prequalification Checklist

Prequalification Questionnaire

EXPERIENCE AND QUALIFICATION STATEMENT OF

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

IRFQ #R15-04: FRIDAY NIGHT LIVE

BCWS REQUEST FOR QUALIFICATIONS/INTEREST CONSTRUCTION & OPERATION OF A SOLID WASTE PROCESSING AND PELLETIZATION FACILITY

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

Exhibit B-1 MEP Subcontractor Questionnaire

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

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

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

PREQUALIFICATION FOR GENERAL CONTRACTORS

REQUEST FOR QUALIFICATIONS

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

DOCUMENT TABLE OF CONTENTS

EL CENTRO ELEMENTARY SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR GENERAL CONTRACTORS FOR MULTIPLE PROJECTS

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

AIA Document A701 TM 1997

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Transcription:

Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC 29651 CONTRACTOR PREQUALIFICATION APPLICATION Terminal Drop-off Improvements August 15, 2018

REQUEST FOR QUALIFICATIONS FOR LANDSCAPE CONTRACTOR PREQUALIFICATIONS TERMINAL DROP-OFF IMPROVEMENTS Issue Date: August 15, 2018 Pre-submittal Question Deadline: SOQ Submittal Deadline: Point of Contact: August 22, 2018 at 2:00pm Greenville-Spartanburg Airport District Attn: Jeff Clifton, Capital Project Manager Email: jclifton@gspairport.com August 29, 2018 Greenville-Spartanburg Airport District Attn: Jeff Clifton, Capital Project Manager 1850 GSP Drive Greer, SC 29651-9202 Jeff Clifton, Capital Project Manager Phone: 864.848.6268 Email: jclifton@gspairport.com Project Overview The Greenville-Spartanburg Airport District (District) is seeking to prequalify landscape contractors or teams of contractors for the Terminal Drop-off Improvements Project at the Greenville-Spartanburg International Airport (GSP), located in the county of Spartanburg, South Carolina. Any landscape contractor or team wishing to be prequalified for this project must complete this application and be pre-qualified for bidding. Landscape contractors or teams must be able to show experience and expertise with similar landscape and hardscape work and be able to meet the requirements described below. The project includes selective demolition of isolated asphalt and concrete walkway areas, placement of concrete pavement and curbing, stone garden curbing and paving, construction of CMU-backed seat walls with natural stone veneer and cast stone caps, and extensive planting of canopy and understory trees, shrubs, and groundcovers. Irrigation will need to be provided to new planting areas and modified in existing beds to meet the new planting requirements. Electrical work includes modification of existing bollard lighting and installation of landscape up-lights. Limited site furnishing installation Page 2 of 21

is also included. Site will need to remain open for passenger traffic for the duration of construction. Landscape contractor must comply with the project Contractor Logistics Requirements, Construction Safety and Phasing Plan (Plan) and FAA construction safety regulations in general, and in particular will be responsible for vehicular traffic. The project is to be completed in one phase. Page 3 of 21

Table of Contents Section I Section II Section III Section IV General Instructions Contractor Prequalification Evaluation Criteria Forms Form 1: Application for Bidder Prequalification Form 2: Applicant Information Form 3: Details of Previous 5 Projects Form 4: Application Certification Form 5: Proof of Insurance Form 6: Acknowledgement of Addenda Form of Agreement Appendices: Appendix A Insurance Requirements Appendix B Preliminary Hardscape Landscape Plans Page 4 of 21

Section I- General Instructions Questions regarding this Request for Pre-Qualification (RFQ) must be in writing and shall be directed to Jeff Clifton via email jclifton@gspairport.com. Applications shall be electronically submitted to: Greenville-Spartanburg Airport District Attn: Jeff Clifton, Capital Project Manager Email: jclifton@gspairport.com The applicant must complete and submit via email the application and all associated forms and attachments in Adobe PDF form, which together comprise the Application for Bidder Prequalification (referred to herein as the application or submittal ). Applications not submitted electronically will not be accepted. Responses to the RFQ must be typed. The information presented should be clear, complete, concise and not misleading. All attachments submitted shall be identified with the name of the applicant. Failure to submit a response on the official forms provided for that purpose may be considered just cause for rejection of the response. Modification of any portion of the RFQ may be cause for rejection of the response. Applications that are incomplete or received after the deadline will not be considered for prequalification for this project. The District reserves the right to reject any and all applications; to waive all technicalities and irregularities; and to request additional information from an applicant. All contractors or teams of contractors who submit an application will be notified of their eligibility for bidding prior to the project being released for bid. Note that the landscape contractor is the key team member, per criteria #3. A listing of all contractors qualified to bid on the project will be made available by the District at the time the project is released for bid. The construction contract for the Project is anticipated to be advertised for bid in September, 2018. The District shall not be responsible for any cost incurred by applicants because of participation in this prequalification process. Each applicant shall bear its own expense in Page 5 of 21

connection with the preparation and submission of materials and the provision of any supplemental information requested. The District shall have no liability for cost incurred by applicants in connection with the review and evaluation of prequalification materials and any findings and determinations made thereof. All materials and information submitted during the prequalification process will become the property of the District and will not be returned to the applicant. The decision to prequalify an applicant shall not constitute a determination that the applicant is responsible, and such applicant may be subsequently rejected as nonresponsible on the basis of subsequently discovered information. By submitting an application, the Applicant certifies that neither it nor any affiliated entity is currently debarred from submitting bids or has otherwise agreed not to submit bids on contracts with any government or business entity. If the applicant experiences a material change in its debarment status after the application is submitted and prior to the award of the contract for the project, the applicant shall notify the District of the change in writing at the time the change occurs or as soon thereafter as is reasonably practicable. If at any time during the evaluation process the applicant is debarred as described above, it will be considered grounds for automatic disqualification. Section II - Contractor Prequalification Evaluation Criteria In order to be considered for prequalification, the applicant must meet or comply with the following: 1. Responsiveness to RFQ. Only responsive applications will be considered and evaluated. A responsive application must be completed according to the instructions, including all required attachments and requested information. Maximum points = 5. 2. Landscape Project Experience of Landscape Contractor. The applicant must name the firm which is intended to perform the landscape portion of the project work, and that firm s experience will be evaluated. The minimum experience requirement for prequalification is successful completion of at least five (5) similar site development / improvement projects for previous GSP projects, municipal owners or public bodies, each having a contract value of at least $500,000 in the last ten (10) years. At least two (2) of these projects shall have been completed within the last five (5) years. Maximum points = 10. Page 6 of 21

3. Resumes of key personnel (team/firm) committed to project w/relevant experience on similar projects. Personnel Qualifications/Experience. The designated project manager and superintendent must have experience on projects of similar size and scope. Applicant must dedicate the proposed personnel to the project and may not make changes without written approval from the District. The qualifications of other personnel will also be considered in this evaluation. Maximum points = 10. 4. References. The District intends to contact references listed in the application and may contact other potential references if referred to them in the course of this evaluation. The District reserves the right to contact any party it deems appropriate and by submitting a response to this RFQ, the contractor releases the District and any references from all liability concerning this exchange of information. Maximum points = 10. 5. Financial Data & Bonding Capacity/Statement. Evaluation of this data will be based on the answers to the questions and the details provided in explanation. Applicants must provide a signed statement from its Surety stating that, based on present circumstances; the Surety will be willing to provide bid, performance and payment bonds for the applicant in connection with the Project. The Surety providing the bonds must meet advertised qualifications and have an A.M. BEST Rating of A- or higher. The name of the surety company, not just the agent s name, shall be provided. The Surety shall appear on the US Treasury Department s most current list (Circular 570 as amended.) Maximum = 10. 6. Safety Performance. Safety data will be reviewed and compared to industry standards. Applicants must have an acceptable safety record. An acceptable safety record is defined as attainment and maintenance of a Workers Compensation Experience Modification Rate (EMR) of 1.0 or less for at least two of the last three years and no more than 1.2 in any one year of the last three. Maximum points = 10. 7. Insurance Information. Applicants must complete Form 5. Pass/Fail. Any one of the following causes may be justification for disqualifying a contractor from bidding until the contractor has applied for and been prequalified in accordance with the requirements as set forth herein: (a) Being declared in default on any contract with any public body in accordance with the general conditions and supplementary general conditions of that contract within the last three (3) years. Page 7 of 21

(b) (c) (d) (e) (f) (g) (h) (i) (j) (k) Incomplete outstanding contracts which, in the judgment of the District and the project engineer might hinder or prevent the prompt completion of additional work if awarded. Failure to comply with prequalification requirements. The submission of more than one (1) pre-qualification for the same work from an individual, partnership, joint venture or corporation under the same or different names. Evidence of collusion among bidders. Each participant in such collusion will be disqualified. Failure to furnish a non-collusion affidavit upon request. The bankruptcy, insolvency or any act of bankruptcy or insolvency of the bidder. Participating at present in any outstanding claim against the District for any other construction project. Failure to comply with a written order of the District or project engineer. Lack of evidence of ability or experience to perform the type of work required by the project. Failure to provide a written statement stating the percentage of the work that the bidder will perform themselves. Section III Submittal Forms Forms 1-6 are included on the following pages: Form 1: Form 2: Form 3: Form 4: Form 5: Form 6: Application for Bidder Prequalification Applicant Information Details of Previous 5 Projects Application Certification Proof of Insurance Acknowledgement of Addenda Page 8 of 21

Form 1: Application for Bidder Prequalification Applicant Name: Provide all names under which the applicant does business: Is the applicant related to another firm as a parent, subsidiary, or affiliate? Yes No If yes, attach names and addresses for all affiliated, parent and/or subsidiary companies, and state the nature of each affiliation. Address: Tax Identification Number (EIN/SSN): Is applicant a corporation? Yes No If yes, what is the State of incorporation? If not incorporated, specify method and date of organization: If a partnership, attach partnership details (such as partner s names and individual contact information for each partner). If a Joint Venture (JV), attach the JV agreement and provide details of the intended role of each JV member, including appropriate additional attachments (at a minimum an Attachment C for each JV member). Indicate if: Minority Owned Women Owned Neither If so, provide, as attachment, any governmental certifications thereof. If the landscape portion of the Work will not be self-performed, specify what firm will be responsible for the landscape portions of the Work: Page 9 of 21

Specify the portions of the work and subcontractor the applicant expects to subcontract: Portion of Work 1. 2. 3. 4. 5. Subcontractor Provide contact information for the person who can respond authoritatively to any questions regarding this response: Name: Phone: Title: Email: (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Page 10 of 21

Form 2: Applicant Information A. RATING ITEMS 1. Debarment Status. Has the applicant, or any affiliate, ever been the subject of any of the following actions: (a) Debarment Yes No (b) Deletion from a Prequalified Bidders List Yes No (c) Other action which resembles debarment Yes No If yes, provide details on a separate sheet for each instance. 2. Contractor's License. Attach a copy of the Applicant s South Carolina Contractors License, or attach a statement about Applicant's ability to acquire one in a timely fashion consistent with the project schedule. 3. Bonding Capacity/Statement. Attach a signed statement from Applicant s Surety stating that, based on present circumstances, the surety will be willing to provide bid, performance and payment bonds for the applicant in connection with the Project. Total bonding capacity $ Available bonding capacity $ 4. Personnel Qualifications/Experience. Submit a copy of the applicant's corporate organizational chart. Provide the quantity of employees identified by discipline and project with names and titles down through field superintendents. Provide proposed project organizational chart and attach resumes of key personnel the Project Manager and Superintendent. Emphasize years of construction experience, last employer, last position, and experience on similar projects. 5. References. Reference information located in Section II. 6. Financial Data. Has the applicant, or any affiliate, ever been denied bonding or had bonding revoked? Yes No If yes, provide details on a separate sheet for each instance. Page 11 of 21

7. Safety Performance. On a separate sheet provide the following: (a) Experience Modification Factor (EMF) with 3-year and 5-year trends. (b) Loss Ratio with 3-year and 5-year trends. (c) Accident Frequency Rate with 3-year and 5-year trends. (d) A list of OSHA citations levied during the past five years. Describe the infractions and indicate whether there was a warning or fine imposed and the dollar amount of each. (e) Provide your organization s OSHA 300 logs from 2013 2017. 8. Claims/Final Resolution/Judgments. Have any of the following actions occurred on, or in conjunction with, any project performed by the applicant, any affiliate, or their officers, partners or directors in the last five years? (a) Legal Action Implemented by Contractor against Owner Yes No (b) Legal Action Implemented by Contractor against Subcontractor Yes No (c) Legal Action Implemented by Owner Yes No (d) Legal Action Implemented by Subcontractor Yes No (e) Settlement or Close Out Agreement in effect with Owner Yes No (f) Judgments Yes No (g) Arbitrations Yes No If the answer to any of items (a) through (g) above is yes, provide details on a separate sheet for each instance. 9. Failure to Complete Applicant. Has your organization ever failed to complete any work awarded to it? This includes termination for the convenience of the Owner or any other reason for failing to complete a project. Yes No If yes, provide details on a separate sheet for each instance. 10. Failure to Complete - Partner/Officer. Has any officer or partner of your organization ever been an officer or partner of some other organization that Page 12 of 21

failed to complete a construction contract or failed to complete a construction contract handled in his or her own name? This includes termination for the convenience of the Owner or any other reason for failing to complete a project. If yes, provide details for each instance: Yes No (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Page 13 of 21

Form 3: Details of 5 Previous Projects Provide details (and photo if possible) of five (5) projects that are most similar in size and scope to the Terminal Drop-Off Improvements Project. 1. Contractor Name: If Contractor s name is not the same as Applicant s name, state relationship (e.g. parent company, subsidiary, JV etc.): Project Manager: Superintendent: 2. Project Name: Facility Name: Project Location: Contract # Project # 3. Owner: Address: Contact Person: Contact Title: Phone 4. Construction Manager (if any): Address: Contact Person: Page 14 of 21

Contact Title: Phone 5. Contract Dates (completion dates should reflect substantial completion - if not indicate): Notice to Proceed: Contractual Completion: Actual Completion: 6. Description of Project: 7. Original Contract Value: $ Final Contract Value: $ Value of Change Orders to Date: $ Outstanding Claims to Date: $ (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Page 15 of 21

Form 4: Application Certification The undersigned certifies that under oath the information provided herein is true and sufficiently complete so as not to be misleading. Submitted by (Firm): Address of principal office: Address of office to be prequalified (if different from above): Name: Signature: Date: SEAL (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Page 16 of 21

Form 5 - Proof of Insurance Respondent shall provide the District with satisfactory evidence of the Respondent s Professional Liability Insurance from a company satisfactory to the District and licensed to transact business in the State of South Carolina. Respondent shall submit this form with its Submission. INSURER: COMPANY NAME: COMPANY ADDRESS: CONTACT NAME AND PHONE: Respondent is required to submit a letter or certificate from the Company providing insurance certifying that the Company has professional liability insurance in accordance with the terms set forth in this RFQ. Date: Corporate Respondent: [Insert Corporate Name] By: Name: Title: Corporate Secretary/Assistant Secretary (Seal) Non-Corporate Respondent: [Insert Respondent Name] By: Name: Title: Notary Public (Seal) My Commission Expires: Page 17 of 21

Form 6 - Acknowledgment of Addenda Respondents must sign below and return this form with Submission as acknowledgment of receipt of all issued Addenda. This is to acknowledge receipt of the following Addenda for Request for Qualifications (RFQ) Contractor Prequalification Terminal Drop-off Improvements: 1. ; 2. ; 3. ; and 4.. Dated the day of, 20. Corporate Respondent: [Insert Corporate Name] By: Name: Title: Corporate Secretary/Assistant Secretary (Seal) Non-Corporate Respondent: [Insert Respondent Name] By: Name: Title: Notary Public (Seal) My Commission Expires: Page 18 of 21

PART IV: FORM OF AGREEMENT The Form of Agreement will be provided to the shortlisted firms as an attachment to the shortlist letter of notification. Firms will be required to review and concur with the Form of Agreement. In addition, firms will confirm prior to the presentation its intent to sign the Agreement, if selected. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Page 19 of 21

Part 1 - Insurance Coverage Appendix A - Insurance Requirements General liability Contractors Construction (non-electrical or Plumbing Electrical/Plumbing Contractors Automobile liability Umbrella Liability $1,000,000 CSL Per Occ $5,000,000 CSL Per Occ. $1,000,000 CSL Per Occ. As Necessary To Meet GL and Auto Requirements Workers Compensation $1,000,000 All Risk Property: Replacement Cost Basis of Subject Property Pollution Liability: $1,000,000 CSL Per Occ./$2,0000,000 Annual Aggregate Part 2 - General A. Prior to beginning work (as defined in the applicable Contract Documents), each consultant shall furnish certificates of professional liability insurance satisfactory to the District as to contents and carriers. All such certificates of insurance must reflect the following provisions: 1. Forty-five (45) day prior notice to the Owner of cancellation. 2. The Greenville-Spartanburg Airport District shall be named as Additional Insured. 3. Evidence of insurance is required before work can begin. 4. Insurance certificates must satisfy required coverages and limits. 5. Additional insured endorsement must be provided. 6. Insurers must possess AM Best ratings of A or better. 7. Certificate Holder: Greenville-Spartanburg International Airport District 2000 GSP Drive, Suite 1 Greer, SC 29651-9202 Page 20 of 21

Appendix B Preliminary Hardscape Plan Preliminary Landscape Plan - END - Page 21 of 21