General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant

Similar documents
CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION QUESTIONNAIRE

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

Request for Prequalification. Electrical Subcontractor

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Policies and Procedures for PREQUALIFICATION of JOINT VENTURES

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS BAYFRONT LEVEE IMPROVEMENTS PROJECT NO

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

Main Building Auditorium

Both envelopes must have the following information in the lower left hand corner:

Selection of Contractor Step 5. June 2013

United Nations Development Programme (UNDP) FOR THE

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Casework Technical Support (Social Welfare - Project Management)

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

Request for Proposal For: 2018 American Bar Association Temporary Services

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

REQUEST FOR PROPOSALS

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

Dates/Times: p.m. Pacific Time.

REQUEST FOR QUALIFICATIONS

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

Request for Proposal

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

APPLICATION FOR AT-WILL EMPLOYMENT

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

Finance & Technology Administrator (815) ext 223

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Notice to Bidders Page 1 of 6

REQUEST FOR QUALIFICATIONS (RFQ)

DRIVER S EMPLOYMENT APPLICATION 9355 Highway 60 West Lewisport, KY 42351

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

University of Kansas Procurement Services

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

ATTENTION CONTRACTORS

Invitation to Negotiate

UNIVERSITY OF CALIFORNIA, SAN DIEGO

MIDLAND COUNTY APPLICANT INSTRUCTIONS

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

Energy Auction for the CPV Sentinel Generating Facility

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

Memo. Date: November 30, 2006

INVITATION TO BID (Request for Proposal)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

Commonwealth of Virginia

Ohio Public Employees Retirement System. Request for Proposal

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

EMPLOYMENT APPLICATION

Understanding Public Bid Law La. R.S. 38:

INVITATION TO BID CITY OF HOPKINSVILLE

KERIO VALLEY DEVELOPMENT AUTHORITY

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

Sendero Drilling Company

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

Railroad Commission of Texas Mentor Protégé Program

MIDLAND COUNTY APPLICANT INSTRUCTIONS

Construction Family of Documents

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR PROPOSALS

Document B252TM 2007

UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT. ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK

REQUEST FOR QUOTATION INVITATION

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.

ELKO CITY POOL FACILITIES BOILER REPLACEMENT TABLE OF CONTENTS

REQUEST FOR PROPOSAL (RFP)

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

Transcription:

City of Hailey Public Works Department Hailey, Idaho Request for Prequalification Proposals General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant December 2014

Notice of General Contractor Prequalification for Biosolids Handling Facility at the City of Hailey Wastewater Treatment Plant The City of Hailey, Idaho will accept sealed prequalification proposals at 115 S Main St., Suite H, Hailey, Idaho, 83333, until 2:00 p.m. MST, January 9, 2015 for work at the City of Hailey Wastewater Treatment Plant. The project will include demolition of an existing packaged plant and construction of a new equipment building and two new aerobic digesters. The equipment building will house a screw press, thickeners, auger, blowers, pumps, chemical feed units, and associated process piping. Each digester is a concrete tank with associated aeration piping and diffusers, jet mixing piping, and covers. Notice is hereby given that the City of Hailey determined that all bidders on the Biosolids Handling Facility at the City of Hailey Wastewater Treatment Plant must be prequalified prior to submitting bids. It is mandatory that all General Contractors who intend to submit bids fully complete the prequalification questionnaire and be approved by the City of Hailey to be on the Bidders list. No bids will be accepted from a Contractor that has failed to comply with these requirements. If two or more business entities wish to submit a bid on this project as a joint venture, or expect to submit a bid as part of a joint venture, each entity within the joint venture must be separately qualified to bid. Prospective bidders interested in submitting a prequalification proposal may obtain prequalification instructions and forms from the City of Hailey s website at www.haileycityhall.org. Project plans are available via Dropbox after registering with the City of Hailey Public Works Department. Respondents may register by email or fax to the following: Tracy Anderson Coordinator, Public Works tracy.anderson@haileycityhall.org FAX: (208) 788-2924 Official Addenda to the Request for Prequalification Proposals will be posted to the City of Hailey s website at www.haileycityhall.org. Addenda will also be sent via email, as a courtesy only, to prospective bidders who register with the City of Hailey Public Works Department. Prospective bidders may request to be added to the prospective bidders list by sending an email with complete contact information to tracy.anderson@haileycityhall.org. Questions regarding this Notice of Prequalification should be directed in writing and sent by email or fax to: Mariel Platt Director, Public Works City of Hailey 115 S Main St., Suite H Hailey, ID 83333 mariel.platt@haileycityhall.org Page 1

FAX: (208) 788-2924 Publish: Idaho Mountain Express December 17, 2014 December 24, 2014 Page 2

1.0 Proposal Instructions and Information Please include one (1) original proposal and four (4) copies for the evaluators. Proposals are to be received no later than January 9, 2015 at 2:00 p.m. MST. Prequalified proposers will be invited to participate in the bidding for the project. Proposals must include supporting detailed information (if any) and Exhibits A and B even if no supplemental information is provided. All proposals must be signed. Proposer must complete and submit the signed Certification with the proposal. Proposals not signed will be considered nonresponsive and disqualified. The submission package or envelope must be sealed and plainly marked with the following: 1) the request for prequalification title, and 2) the opening date and time. The submitting proposer s return address must appear on the envelope or package. A submission made using overnight services must be shipped in a separate sealed inner envelope/package identified as stated above. No responsibility will attach to the City of Hailey, or to any official or employee thereof, for the pre-opening of, post-opening of, or the failure to open a submission not properly addressed and identified. Do not fax or email your proposal. Proposals must be submitted in writing. No oral, telephone, facsimile, telegraphic, emailed or late submissions will be considered. All submissions must be received at the City of Hailey, 115 S Main St, Suite H, Hailey, Idaho, and time and date stamped prior to the closing date and time. It is the submitting proposer s responsibility to timely submit their proposal in a properly marked envelope, prior to the scheduled closing, for receipt in sufficient time to allow the submission to be time and date stamped. 1.1 Scope of Work The City of Hailey operates a sequencing batch reactor (SBR) with an aerobic digester for sludge storage and stabilization. The aerobic digester is located in the former packaged wastewater treatment plant built in 1974. The packaged plant was not designed to serve as an aerobic digester, although the City has been able to utilize the infrastructure for an additional 14 years after the Woodside treatment plant was constructed in 2000. Thickened liquid sludge is hauled to drying beds at the Ohio Gulch Landfill for drying to meet Class B biosolids requirements and final disposal. The City of Hailey recently completed the 90 percent design of the Solids Handling Improvements identified in the preliminary engineering report (PER) and the 2010 Facility Plan. The recommendation in the PER included a process that will allow for meeting Class B biosolids requirements at the treatment plant through aerobic digestion and utilizing sludge thickening and sludge dewatering to produce a cake product. This will in turn allow for a lower trucking cost to take solids to Ohio Gulch and reduce the amount of waste entering the landfill facility. Page 3

The project will include demolition of an existing packaged plant and construction of a new equipment building and two new aerobic digesters. The equipment building will house a screw press, thickeners, auger, blowers, pumps, chemical feed units, and associated process piping. Each digester is a concrete tank with associated aeration piping and diffusers, jet mixing piping, and covers. Project plans are available via Dropbox after registering with the City of Hailey Public Works Department. Respondents may register by email or fax to the following: Tracy Anderson Coordinator, Public Works tracy.anderson@haileycityhall.org FAX: (208) 788-2924 1.2 Intent of Proposal The intent of this solicitation is to prequalify prospective General Contractors under Idaho Code 67-2805 (3) (b), to bid on the project. Proposers are required to provide the information in their proposals that demonstrates the experience and appropriate resources to successfully complete a project of relevant size, complexity and schedule to this project. Specifically, proposers are requested to demonstrate financial and non-financial resources, personnel, proficient schedule management, and the ability to successfully coordinate construction activities with Owner operations to maintaining the existing treatment facilities. 1.3 Proposer s Costs The proposer will be responsible for all costs (including site visits where needed) incurred in preparing or responding to this solicitation. All materials and documents submitted in response to this request become the property of the City of Hailey and will not be returned. 1.4 Evaluation of Proposer The City of Hailey may conduct reference investigations as are necessary to evaluate and determine the performance record and ability of the proposer(s) to perform the size and type of work to be contracted. By submitting a proposal, proposer authorizes the City of Hailey to conduct reference investigations as needed. 1.5 Reserved Rights The City of Hailey reserves the right to waive minor irregularities and omissions in the information contained in the proposals submitted, to make all final determinations, and to determine at any time that it is in the best interest of the city to abandon the prequalification process. Page 4

1.6 Public Records The Idaho Public Records Law, Idaho Code Section 9-337 through 9-348, allows the open inspection and copying of public records. Public records include any writing containing information relating to the conduct or administration of the public s business prepared, owned, used, or retained by a state of local agency regardless of the physical form or character. All, or most, of the information contained in proposals to be submitted will be a public record subject to disclosure under the Public Records Law and will be available for inspection and copying by any person. The Public Records Law contains certain exemptions. One exemption potentially applicable to part of your response may be for trade secrets. Trade secrets include a formula, pattern, compilation, program, computer program, device, method, technique or process that derives economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by other persons and is subject to the efforts that are reasonable under the circumstances to maintain its secrecy. If proposer considers any element of its proposal to be a trade secret, or otherwise protected from disclosure, proposer must: a. Indicate by marking each page of the pertinent document confidential; and b. Include the specific basis for the position that it be treated as exempt from disclosure. Prices quoted in your proposal are not a trade secret. The following is not acceptable or in accordance with the Public Record Law and will not be honored: a. Marking your entire proposal as exempt, or b. Placing a statement or legend on one (1) page stating that all, or substantially all, of the proposal is exempt. The City of Hailey, to the extent allowed by law and in accordance with these Instructions, will honor a designation of nondisclosure. If you claim material to be exempt from disclosure under the Idaho Public Records Law, the proposer expressly agrees to defend, indemnify and hold harmless the City of Hailey from any claim or suit arising from the city s refusal to disclose any such material. Any questions regarding the applicability of the Public Records Law should be addressed to the proposer s own legal counsel prior to submission. 1.7 Requests for Clarification Any proposer who wishes to request clarifications on this Request for Prequalification Proposals may submit a written notification to the City of Hailey Public Works Department, to be received no later than noon on January 5, 2015. The notification will state the exact nature of the clarification. Questions and responses of any one proposer which the City of Hailey deems may affect or cause an ambiguity in proposal responses, will be supplied to all prospective proposers by Addendum. Direct written requests for clarification to: Page 5

Mariel Platt Director, Public Works City of Hailey 115 S Main St., Suite H Hailey, ID 83333 mariel.platt@haileycityhall.org FAX: (208) 788-2924 The city is not responsible for questions that are not received. 1.8 Addenda to the Request for Prequalification Proposals Official Addenda to the Request for Prequalification Proposals will be posted to the City of Hailey s website at www.haileycityhall.org. Addenda will also be sent via email, as a courtesy only, to prospective bidders who register with the City of Hailey Public Works Department. Prospective bidders may request to be added to the prospective bidders list by sending an email with complete contact information to tracy.anderson@haileycityhall.org. Verbal modifications are not binding on the city or the proposer. No oral changes will be considered or acknowledged. Proposers are required to acknowledge each addendum received in their proposal response. 1.9 Protest Any licensed contractor that fails the prequalification stage may appeal any such determination as allowed by Idaho Code 67-2805 (3) (b). 1.10 Qualified Proposers Notification The City of Hailey will conduct a formal review of the proposals and will determine the list of qualified bidders who are eligible for bidding. All applicants will be formally notified by first class mail on or before advertisement for solicitation for bids for the project work. 2.0 Content and Format of Proposals 2.1 Proposers shall submit information in the following order: Completed forms in the section titled Qualification Requirements, including the Certification, Sections 1 (General Information), 2 (Experience), and 3 (Performance). Completed Exhibits A and B (note: submit Exhibit B, regardless of whether it requires completion with supplemental information or is left blank). Page 6

2.2 All blanks on the forms shall be completed by typing or printing with ink and the Certification signed in ink. Erasures or alterations shall be initialed in ink by the person signing. 2.3 A proposal submitted by a partnership, limited liability company or corporation shall be executed in the partnership, limited liability company or corporation name and signed by a partner, member, manager or officer (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership, limited liability company, or corporation shall be shown. 2.4 For proposers intending to prequalify as a joint venture, proposal submitted shall be executed by each firm indicating the percentage of ownership in the joint venture. To be considered qualified as a joint venture, each individual firm shall meet the experience and performance requirements and submit all supporting information in the Request for Prequalification Proposals. The official address of the joint venture shall be shown. 2.5 All names shall be typed or printed in ink below the signatures. 2.6 The proposal shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Certification. 2.7 Postal and email addresses and telephone number for communications regarding the proposal shall be shown. 3.0 Basis of Evaluation and Prequalification 3.1 Proposers will be evaluated on a pass/fail and scoring basis. Only proposers that complete all information requested, completely and accurately, and meet or exceed the minimum requirements as stated will be determined to be a qualified bidder for the project. 3.2 Before a qualification will be awarded, the City of Hailey will check proposer references to evaluate the information relevant to qualifications and performance submitted by the proposer. The City of Hailey reserves the right to check other sources available. By submitting a proposal, the proposer authorizes the City of Hailey to conduct reference investigations as needed. 3.3 All proposers who submit a completed proposal will be notified by the City of Hailey following the evaluation and determination of qualification/disqualification. Formal notification will be by first class mail on or before advertisement for solicitation for bids for the project work. Page 7

4.0 Project Schedule (Tentative) Prequalification Request for Prequalification Proposals Issued...December 17, 2014 Proposals Due...January 9, 2015 Project Bidding Invitation to Qualified Bidders...March 18, 2015 Mandatory Pre-Bid Conference...March 25, 2015 Bid Opening...April 15, 2015 Bid Award...April 29, 2015 Proposed Project Construction Notice to Proceed...May 14, 2015 Substantial Completion...February 2, 2016 Final Completion...March 15, 2016 Page 8

QUALIFICATION REQUIREMENTS Biosolids Handling Facility City of Hailey Wastewater Treatment Plant I hereby certify that: Certification The information provided in this proposal is true, accurate and complete. Proposer: Address: Phone: Email: Authorized Representative: Title: Signature: Date: Proposer has received, read, and understands all addenda issued in conjunction with this Request for Prequalification Proposals. Addendum No: Addendum No: Addendum No: Addendum Date: Addendum Date: Addendum Date: Page 9

Preliminary Matters The City of Hailey intends to award the Biosolids Handling Facility Project construction contract to the lowest, responsive, qualified bidder on or before April 29, 2015. If the successful bidder is unable to execute the contract and provide the necessary license, bonds, and insurances, at no fault of the City of Hailey, the city reserves the right to reject the bid, apply the bid bond as allowed by law, and award the contract to the next lowest, responsive, qualified bidder. The successful contractor must be able to meet the following minimum requirements. Any contractor that will have difficulty meeting these requirements is encouraged not to submit a prequalification proposal. 1. Contractor must possess a valid and current Idaho Public Works Contractor s license for the project prior to the date listed above for award of the Biosolids Handling Facility Project construction contract. 2. Contractor must have a liability insurance policy with a policy limit of at least $2,000,000 per occurrence and $4,000,000 aggregate prior to the date listed above for award of the Biosolids Handling Facility Project construction contract. Additional insurance coverages may also be required. 3. Contractor must have a workers compensation insurance policy as required by Idaho Code Title 72 prior to the date listed above for award of the Biosolids Handling Facility Project construction contract. 4. Contractor must be able to provide 100 percent Performance and Payment Bonds with their bids for the Biosolids Handling Facility Project construction contract. Section 1 General Information To be considered qualified proposer must complete and return the response to each item in this section, as completely and accurately as possible. Although this section is not scored, incomplete information in this section may result in a proposer being rejected from further consideration and eliminated from the list of prequalified bidders. 1.1 Firm Name: Firm Type: Corporation Partnership Individual LLC Business Address: Telephone Number: Fax Number: Page 10

List all Idaho construction license numbers, classifications, type, category, and expiration dates of the Idaho contractor licenses held by your firm: 1.2 Years the Firm listed in item 1.1 has been in business: NOTE: To be determined as a qualified bidder, firms must have been in business for a minimum of the past 10 years performing as a General Contractor. If proposer operated under other previous company names, list the previous company names and the years in business under each name for the past 10 years in the space below. Provide an explanation why the company name was changed. Proposer qualification will be based on proposer s explanation included in this section. Period: Firm Name: Reason for changing name: 1.3 Provide all of the following information for an individual with ownership of 25% or more of the business or of any business entity which is shareholder, member or partner of the business. Position Name Years with Co. % Ownership Page 11

Identify every construction firm that any person listed above has been associated with (as owner, general partner, limited partner, member, manager or officer) at any time during the last five years. (NOTE: For this question, owner and partner refer to ownership of twenty-five percent or more of the business.) Person s Name Construction Firm Dates of Person s Participation with Firm 1.4 Has there been any change in ownership of the firm at any time during the last three years? (NOTE: A corporation whose shares are publicly traded is not required to answer this question.) If yes, explain on a separate signed page. 1.5 Is the firm a subsidiary, parent, holding company or affiliate of another construction firm? (NOTE: Include information about other firms if one firm owns 50 percent or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm.) If yes, explain on a separate signed page. 1.6 Are any corporate officers, partners, members, managers or owners connected to any other construction firms? (NOTE: Include information about other firms if an owner, partner, or officer of your firm holds a similar position in another firm.) If yes, explain on a separate signed page. Page 12

Section 2 Experience In this section, the City of Hailey will score the proposer on experience with critical project elements and response of project owners to reference questions. Scoring information is provided in the appropriate sections. 2.1 Similar Treatment Plant Experience Proposer shall provide information about its three most recent similar municipal wastewater treatment plant projects on Exhibit A. A one-page description of the scope of work of each project should be inserted following Exhibit A. A similar project is one that had a total construction cost of at least $3 million and has similar project elements (as defined in 2.2) to the project to be bid. Names and references must be current and verifiable. 2.2 Experience with Critical Project Elements Each of the three projects listed in Exhibit A will be evaluated for all four of the critical project elements below and scored as follows: No satisfactory project in the last ten years = Zero (0) points One satisfactory project in the last ten years = Fifty (50) points More than one satisfactory project in the last ten years = One Hundred (100) points Check yes or no on Exhibit A to indicate whether or not each of these critical project elements were a part of each of the proposer s projects. Please attach a one-page project description of each of the three projects, following Exhibit A. The one-page project description should detail these elements and any other elements the proposer deems pertinent. Confirmation of critical project elements will be conducted with project owners. Critical Project Elements a. Construction, startup, and commissioning of a cast-in-place concrete water holding structure of at least 200,000 gallons and associated process and/or aeration systems. b. Work in and around an active, operating water and/or wastewater treatment facility during construction. c. Installation, startup, and commissioning of wastewater equipment including, but not limited to pumping, aeration system, blowers, screw press or thickeners. d. Installation and startup of wastewater process equipment with integrated instrumentation controls and network (PLC or SCADA) communications. TOTAL POSSIBLE POINTS FOR SECTION 2.2 = 400 (average of all projects scored) MINIMUM SCORE REQUIRED FOR SECTION 2.2 = 300 (average of all projects scored) Page 13

2.3 Reference Questions The following questions will be used to interview owner contacts from at least two of the three completed similar reference projects provided in Exhibit A. Contacts must be project owners and not designated representatives from an entity other than the owner. Prior to submittal of proposals, proposers are encouraged to inform owners of the scoreable questions that will be asked of them. The City of Hailey will select the projects to score and conduct the interviews within 5 week(s) after prequalification proposals are due. For proposer reference projects of which an owner will not or cannot provide scores, the proposer will receive the minimum score for any question that is not answered. a. Are there any outstanding stop notices, liens, or claims by the contractor that are currently unresolved on contracts for which notices of completion were recorded more than 120 days ago? (10 points for each is deducted from overall score; maximum amount to be deducted is 50 points) b. On a scale of 0-100, with 100 being the best, did the contractor provide adequate personnel? c. On a scale of 0-100, with 100 being the best, did the contractor provide adequate supervision? d. On a scale of 0-100, with 100 being the best, was there adequate equipment provided on the job? e. On a scale of 0-100, with 100 being the best, was the contractor timely in providing reports and other paperwork, including change order paperwork, scheduling updates, and timely and complete submittals on materials and equipment? f. On a scale of 0-100, with 100 being the best, how well did the contractor meet the overall project schedule (based on notice to proceed, contract duration and approved contract extensions? g. On a scale of 0-100, with 100 being the best, rate the contractor on performing the work on the project without requesting change orders which increased the costs of the project. h. On a scale of 0-100, with 100 being the best, rate the contractor on performing the work on the project with requesting change orders which decreased the costs of the project. Page 14

i. On a scale of 0-100, with 100 being the best, rate the contractor on the timely submission of reasonable cost and time estimates to perform change order work. j. On a scale of 0-100, with 100 being the best, rate the contractor on how well the contractor performed the work after a change order was issued, and how well the contractor integrated the change order work into the existing work. k. On a scale of 0-100, with 100 being the best, rate how the contractor has been performing in the area of turning in Operation & Maintenance manuals, completing as-built drawings, providing required training and taking care of warranty items. l. On a scale of 0-100, with 100 being the best, rate the contractor on whether there were an unusually high number of claims, given the nature of the project, or unusual difficulty in resolving them. m. On a scale of 0-100, with 100 being the highest, rate the contractor with respect to timely payments by the contractor to either subcontractors or suppliers. (Max. 100 points. If the person being interviewed knows of no such difficulties, the score on this question will be 100. ) n. On a scale of 0-100, with 100 being the best, how would you rate the quality of the work overall? TOTAL POSSIBLE POINTS FOR SECTION 2.3 = 1,300 (average of all projects scored) MINIMUM SCORE REQUIRED FOR SECTION 2.3 = 910 (average of all projects scored) Section 3 Performance This section assesses overall performance history based on the proposer s entire body of work. To be considered as qualified, proposer must respond to each item in this section as completely and accurately as possible. A response in this section answered as Yes may disqualify the candidate from further consideration. If proposer answers Yes to any of the following questions, provide explanation on Exhibit B with the project, dates, circumstances, resolution, and/or other pertinent details. The City of Hailey reserves the right to determine if the proposer is non-qualified based on the city s evaluation of the proposer s explanation. Has your firm or any of its parents or subsidiaries (or, as applicable, any of its owners, officers or partners), in the last ten (10) years: 3.1 Had any claims requiring mediation, arbitration, litigation or other formal dispute resolution from ongoing or former projects? Page 15

3.2 Failed to complete a construction contract, been terminated for any reason and/or had claims made against payment or performance bonds? 3.3 Had liquidated damages charged for delay on a project? 3.4 Been refused surety, bond or liability insurance? 3.5 Had your contractor s license suspended, put on probation or revoked in any jurisdiction? 3.6 Had a bankruptcy petition filed in its name, voluntary or involuntary? 3.7 Had insurance terminated by a carrier due to excessive claims history and/or nonpayment of premium? 3.8 Changed insurance carriers? 3.9 Received any citations from OSHA? (NOTE: If you have filed an appeal of a citation, and the OSHA Appeals Board has not yet ruled on your appeal, you need not include information about it.) 3.10 Been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? 3.11 Failed to execute a contract after notice of award and relinquished its bid bond? Page 16

3.12 Ever been found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? 3.13 Ever been convicted of a crime involving any federal, state, or local law related to bidding, award or performance of a construction project? 3.14 For the past three premium years, had a three-year average Experience Modification Rate (EMR) (worker s compensation insurance) of more than 0.85? Page 17

EXHIBIT A Project Title & Location Bid Amount ($) Final Contract ($) Contract Period (months) Actual Completion (months) Project Includes Critical Project Elements (Check Yes or No and attach one-page project description that details the critical elements; critical elements will be verified with project owners.) References Element 2.2 a see page 13 Element 2.2 b see page 13 Element 2.2 c see page 13 Element 2.2 d see page 13 Owner / Client Name: Owner / Client Contact: Phone: Email: Owner / Client Name: Owner / Client Contact: Phone: Email: Owner / Client Name: Owner / Client Contact: Phone: Email: Scoring Information Each of the three projects listed in Exhibit A will be evaluated for each of the critical project elements and scored as follows: SCORING OFFICIAL USE ONLY No Project 0 No Project 0 No Project 0 No Project 0 No satisfactory project in the last ten years = Zero (0) points One satisfactory project in the last ten years = Fifty (50) points More than one satisfactory project in the last ten years = One Hundred (100) points One Project 50 More Than One Project 100 One Project 50 More Than One Project 100 One Project 50 More Than One Project 100 One Project 50 More Than One Project 100 Refer to page 13 for corresponding information. Page 18

EXHIBIT B If proposer answers Yes to any questions in Section 3 Performance, provide the project, dates, circumstances, resolution, and/or other pertinent details. (NOTE: Exhibit B must be submitted, even if blank.) Item No. Detail Response Page 19