SlideShare a Scribd company logo
Vision McMillan Partners
Request for Qualifications and Proposal
For Design-Build Contractor
March 4, 2016
McMillan Infrastructure Project
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
2
TABLE OF CONTENTS
I. RequestforQualificationsand Proposal
II. Glossary(Owner,VMP,GMP,Design-BuildContractoretc))
III. ProjectDescription
IV. ExistingTeamMembers
V. ProjectStatus
VI. Scope of Services
VII. ProjectTime Line
VIII. Confidentiality
IX. FirmResume
X. RecentProjectExperience
XI. Proposed ProjectTeam
XII. ProjectApproach
XIII. Proposal Instructions
XIV. Proposal SelectionCriteria
XV. Interviews
XVI. Reservationof Rights
XVII. MiscellaneousProvisions
XVIII. Exhibits
A. BidForm
B. 30% Design(50%DD) Documents
C. Proposed Design-BuildAgreement
D. EconomicInclusionandGreen BuildingRequirements
E. Insurance andBond Requirements
F. Geotechnical Report
G. ExistingConditionsAssessment&Feasibility Evaluation
H. HistoricPreservationReport
I. PlannedUnitDevelopment(PUD) MasterPlan
J. EntitlementApprovals
K. Pad Site Definitions
L. PublicSpace ImprovementNarrative
M-1. Phase I Environmental SiteAssessment
M-2. Phase II EnvironmentalSite Assessment
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
3
I. REQUEST FOR QUALIFICATIONS AND PROPOSAL (“RFQ&P”)
Vision McMillan Partners (“VMP”), in contract with the Districtof Columbia,actingby and through the
Officeof the Deputy Mayor for Planningand Economic Development (“DMPED”), and collectively
(“Owner”), invite submission of a Statement of Qualificationsand a Proposal to providedesign-build
services for the McMillan InfrastructureProject.A qualified design-build contractor shall beselected via a
two stage process as outlined in Section X of this RFQ&P.
REQUEST FORQUALIFICATIONS
Proposers arehereby asked to submita Statement of Qualificationsin accordancewith Section X via the
website below by 5:00 pm EST on March 18, 2016. Any submission received after the deadlinewill be
disqualified.
Website: http://envisionmcmillan.com/DBCRFQ&P/
REQUEST FORPROPOSAL
The proposers who submit the highest ranked Statement of Qualifications shall beselected and asked to
provideProposals (“Qualified Proposers”).The Qualified Proposers shall be provided access to the
remainingdocuments of the RFQ&P and exhibits by March 25, 2016 to develop their Proposals to this
solicitation.
Digital copies of Proposals shall besent to the following email address by April 21, 2016 with eight (8) hard
copies overnighted for delivery by 5pm the followingbusiness day to:
ATTN: ProjectManager
Vision McMillan Partners
1508 U Street NW
Washington,DC 20009
Email:info@envisionmcmillan.com
PRE-PROPOSALCONFERENCEand SITETOUR
A pre-proposal conference with sitetour shall bescheduled for the Qualified Proposers.
REQUESTSFOR INFORMATION
Qualified Proposers areexpected to review the provided materials and send any questions or requests for
information via electronic mail no later than 5:00pm EST on April 8, 2016 to:
ATTN: ProjectManager
Email:info@envisionmcmillan.com
Subject: McMillan RFQ&P Questions
Answers or clarificationsin responseto these requests will be prepared in writingby the Owner and will be
distributed to all Qualified Proposers.Qualified Proposers shall notdirectquestions to any other person at
VMP or anyone within DMPED or the Districtof Columbia Government.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
4
II. PROJECT DESCRIPTION
The McMillan redevelopment is located on a 25-acreparcel in Northwest Washington,D.C., bounded by
Michigan Avenue NW, North Capitol Street NW, ChanningStreet NW, and FirstStreet NW known as asLot
800 in Square 3128 (the “Site”). The Site is the subjectof approvalsby the D.C. Historic Preservation Revi ew
Board, the D.C. Zoning Commission,and the Mayor’s Agent for Historic Preservation (collectively
“Entitlement Approvals”).
Historically,thehundred year old Site was used as a slowsand water filtration plant.Itconsists of 20
underground unreinforced concrete cells of sand filter beds creating a platform or "plinth," which is
inserted into the risingslopeof North Capitol Street NW. The south end of the Site is situated
approximately 16 feet above the north end of the Site; however, as North Capitol Street NW rises,the
plinth remains level so that it sits approximately 10 feet below Michigan Avenue NW at its northern end.
The surfaceof the Site is generally flat,rectangular in shape,and is made up of a shallowdirt-bed covered
with grass and weeds. This planeis punctuated by 2,100 manholes to the filter bed chambers below. Two
recessed servicecorridors containing,amongother things, 20 chimney-likestructures,known as the sand
storage bins,traversethe Site laterally with pathways that lead to the underground cells.These lateral
corridors,referred to as the "North ServiceCourt" and the "South ServiceCourt," are lined with other
elements of the water filtration process,includingregulator houses,stationary sand washers,and portals
and ramps to the underground chambers of sand filter beds. Overall,the Site is approximately four city
blocks longalongNorth Capitol Street NW and FirstStreet NW, and one extra-wide block in width along
ChanningStreet NW and Michigan Avenue NW.












A more detailed description of the Project can be found in ExhibitB.
III. DESIGN-BUILD SCOPE OF SERVICES
The McMillan InfrastructureProject(“Project”) will preparethe Site for new vertical development as
conceptually identified in the Entitlement Approvals. Owner intends to design and
construct the Project using the services of a Design-Build Contractor.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
5
The Project’s scope of work shall include,butnot be limited to, the following elements:
 Phased Demolition (includingstructural supportof portions of the site) of existinghundred year old
historic structures
 Mass Excavation on an unclassified site(includingsupportand stabilization of adjacenthistoric
structures to be preserved)
 Preservation and rehabilitation of certain iconic historic structures to be retained
 Utility infrastructureincluding:stormwater management, sewers, water, electric and gas service,
communication and data infrastructure
 Road and street infrastructureimprovements within the Site
 Re-establishment of the Olmsted Walk around the perimeter of the Site
 Reconstruction of specific concreteretainingwalls and stairs adjacent to the North Service Court and
South ServiceCourt
 Improvements to adjacentpublic streets and intersections
 Traffic control systems
 Public spaceimprovements including:walks,landscaped areas, streetscapes,courts and fountains
 Establishmentof finished pads for Parcels 1,2,3, 4, 5 and 6 in accordancewith finished pad
descriptions as described in ExhibitD
 Adaptive reuse of identified historic resources in both servicecourts
Design
i. Lead, Engineered , coordinate,and document the architectural,civil engineering,and
landscapearchitecturedesign services required to obtain all required approvalsand
permits from the various DistrictUtilities and Agencies,in order to constructthe Projectto
include,but not limited to the following:
a) New rights of way within the Site including,butnot limited to: roads,alleys,
sidewalks and historic servicecorridors.
b) Improvements in the public realmadjacentto the Site as contemplated in
ExhibitL
c) All necessary utilitiesand related infrastructure to support the Projectand its
future uses
d) Open spaces and landscapinglocated throughout the Site, excluding the
Community Center, Park and an eastern portion of the South Service Court.
e) Preservation and rehabilitation of the historic assets located throughout the
Property which areto be retained
f) Selective demolition of designated portions of below grade filter cells
g) Adaptive reuse of historic resourcesin both servicecourts
ii. Lead, coordinate,engineer and document the development of documents related to the
approvals and requirements of the District’s Utilities and Agencies as necessary to
complete the Final SitePlan and make itready for final submission and approval priorto
permitting and commencement of construction. These services include,but arenot
limited to the following:
a) Development of engineered documents and provision of advisory services
related to the sheeting and shoringand foundation systems required for the
performance of demolition on the Property
b) Development of engineered documents and provision of advisory services
related to the storm water management and sustainability strategy for the
Project
iii. Potential assignmentof the existingteam members’ contracts to the Design-Build
Contractor, or ongoinguse of these existingteam member relationships, for completing
the construction documents
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
6
iv. Assume full design and engineering responsibility for the existingdemolition permit
packageand contractwith other designers as necessary to produce a complete signed and
sealed demolition permit design packagefor submission and approval to DCRA and other
required authorities
v. Prepare, engineer, and submita complete signed and sealed sheeting & shoring permit
design to DCRA and other approving authorities
vi. Assume full design responsibility for the previously prepared 30% (50% DD) siteplan
documents and contractwith additional engineers and consultants as necessary to
develop the design to 100% construction documents and siteplan approval.Any
inconsistencies included within the existingplans and or specifications mustbe identified
and brought to the attention of the Owner prior to biddingby the Design Builder.
vii. Providea “Pad” design for Parcels 1,2, 3, 4, 5 and 6 in accordancewith finished pad
descriptions as described in ExhibitK that includes the elevations for each pad site, the
public spaceimprovements and road improvements
viii. Contract for and perform further geotechnical analysis of the siteat completion of
demolition or as necessary
ix. Providerequired zoning surveys,surveys to mark and plats for final pad lots
x. Providedesign, engineering, approvals,and permitting of all wet utilities, stormwater
management and dry utilities in preparation for futurevertical construction build-out
xi. Includeall design and permitfees as required
xii. Submit design for approval to Owner at 100% DD, 60% CD and 90% CD
xiii. Act as the liaison on all matters pertainingto the design of the Public Infrastructure,
Property Work and Public Amenities with all external partners (includingall District
Utilities and Agencies). The Proposer shall scheduleand lead any and all appropriate
meetings and coordination to ensure that the work is completed per the approved
Development Schedule and Budget.
.
B. Construction
i. Demolition and removal of select facilities and structures
ii. Excavation and removal of required existingfoundations
iii. Support of demolition and excavation as required
iv. Preservation and rehabilitation of historic structures to be retained based on the
Entitlement Approvals.
v. Earthwork necessary on an unclassified siteto excavate and bringfinal grades to “Pad”
elevations as defined in the pad condition definitions (included as ExhibitK)
vi. Coordinateand install newutility infrastructureand ties into existing infrastructureto
includeall sewer tap fees, PEPCO fees, Washington Gas fees, Verizon fees and any other
applicableutility related fees
vii. Coordinateand constructall publicspaceimprovements as required, but not limited to,
the Entitlement Approvals (included as Exhibits L…)
viii. Coordinateand construct privateroad and walkway improvements and repairs as required
ix. ProvideHazardous Materials Liability Insurance in accordancewith Exhibit E
C. Budget Estimate & General Conditions
i. A costestimate shall besubmitted as partof the Proposal,which shall beused as a basis
for establishing theGross Maximum Price(GMP) contract.It should includea breakdown
of the estimated design and construction costs in the manner prescribed by the Bid Form
for the Project(the “Budget”)
ii. The Budget shall includeall elements required to complete the work, whether those
elements are shown or described in the documents or not, but are either needed or
reasonably inferableto produce a complete operating facility
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
7
iii. The Budget should be based on the previously prepared 30% (50% DD) plans included in
ExhibitB and should providerecommendations to improve the design, budget, and
schedule
iv. The Budget should includea detailed costestimate, schedule,staffingplan and site
utilization plan for modificationsmadeto the 30% (50% DD) plans to 100% completion
v. At each stage of design (100% DD, 60% CD and 90%CD), the Budget should be updated
and an evaluation should beperformed of the costs of alternativematerials,services and
methods to ensure budget conformance
vi. Proposer is responsiblefor all general conditions work items;either self-performed or
performed by a third party
D. Preconstruction & Construction Schedules
i. A preliminary preconstruction,design and construction scheduleshall besubmitted as
part of the Proposal
ii. Weather days shall beincluded in all schedules as scheduled activities and shall be
calculated into the schedulefloat
iii. The schedulewill be updated monthly, at the end of each design phase,or as requested by
the Owner and is subjectto a 21 calendar day review period for approval by Owner
iv. The scheduleshall includedurationsand milestones for the future vertical construction as
provided by Owner; construction of which is outsideof the scope of the Project
v. The scheduleshall includeactivities for design submittals,permittingactivities and
interface with public and community stakeholders as well as milestones as listed in the Bid
Form (included as ExhibitA)
vi. Time is of the essence. Proposer shall manageand coordinatethe work of all consultants
and trades required to properly execute the work in a timely manner
vii. If the sequence of design or construction falls behind oneweek or more of that shown on
the baselinescheduleduringany scheduleupdate, Proposer shall submitwithin seven (7)
days a recovery schedule for the Owner’s approval
viii. Proposer shall usePrimavera ProjectPlanner (P6) schedulingsoftwarefor all of its
scheduling activities
E. Subcontractors and Consultants
i.
ii. Prepare - Develop a GMP plan for the GMP development, review, de-scopingand ultimate
sub-contractaward within the plan the Design Builder shall includea listof qualified
bidders and distributeto a minimum of three (3) bidders per scope.
iii. Bid, analyzeand negotiate a final pricewith subcontractors and consultants and submit
bid package with recommendation to Owner. If lowbidder for any trade is not selected,
providewritten explanation with recommendation. Approval of all subcontractors and
consultants is atthe solediscretion of the Owner
iv. Provideand pay for trade specific or specialty permits as required by local authorities
v. Provideperformance and payment bonds for all subcontractorswith contracts in excess of
$100,000
In addition to the normal administration of the Project, participatein as many meetings and
presentations as necessary with the applicablecommunity groups and other groups
Comply with, monitor and striveto exceed all required Certified Business Enterprise(CBE), Davis -
Bacon, FirstSourceand Opportunity McMillan’s workforcedevelopment goals (see ExhibitD)
Comply with requirements of the LivingWage Act of 2006 and the Green BuildingAct of 2006
(see ExhibitD)
vi.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
8
F. Preconstruction & Construction Administration
i.
ii.
iii.
iv. Prepare and submit for approval to Owner a Construction management plan as required
by DCRA, the ZoningCommission, and the Advisory Neighborhood Commissions (ANC)
v. Submit certified payroll monthly with progress payment application
vi.
vii. Obtain and maintain all necessary permits as well as pay the required fees for such
permits
viii. Maintain contractdrawing,RFI,shop drawing,submittal and change order logs and
providestatus of logs at all progress meetings
ix. Monthly reporting on the 10th day of each month including,atminimum: scheduleupdate,
costupdate, cash flowupdate, economic inclusion reports,quality assurancereports,
safety update and progress photos
x. Use and maintain all aspects of the Project with ProcoreManagement Software or
equivalentand shall includeall costs for useby all entities involved in the Project to
include,but not limited to, the Owner, consultants and subcontractors
xi. Design and construction shall bein accordancewith LEED ND Gold certification.Proposer
is responsiblefor the implementation and submission to achieveLEED ND Gold
certification.
xii. Comply with the Historic Preservation Plan (HPP) thathas been approved by the Historic
Preservation Review Board and the Secretary of the Interior’s standards
G. Site Utilization
i. Providea sitelogisticsplan based on the previously prepared plans
ii. Coordinateand schedulethe construction activities with government agencies,public
utilities,streettraffic, etc. and obtain necessary approvalsand permits as required
H. Safety and Quality Management
i. Prepare, submit for approval and execute safety and quality control plansto ensure a safe
and quality work zone.
IV. PROJECT TIME LINE
VMP anticipates providingnoticeto proceed to the Design-Build Contractor on or before September 1,
2016. This will befollowed by approximately eighteen (18) months of design and construction.
V. CONFIDENTIALITY
As a reminder and in accordancewith a Confidentiality Agreement that will be executed by your firm, all
Project information is and shall remain confidential. All information mustbe kept confidential and must not
be disclosed to any other party other than to your employees directly involved with the Project without
prior agreement by Owner.
In the courseof Contractor’s performance of the work provided for hereunder, Owner may make avai lable
to Contractor information that Owner designates as trade secrets or other confidential engineering,
technical and business information.As longas,and to the extent that, such information remains confidential
and availableto others only with the consent of Owner, or is not generally availableto the public fromother
sources,Contractor shall maintain such information in strictconfidenceand shall notdiscloseany such
information to others (includingits employees,Consultants or Subcontractors), except to the extent
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
9
necessary to enable Contractor to carry out the Contract. Contractor shall similarly obligateany and all
persons to whom such information is necessarily disclosed to maintain the information in strictconfidence.
Contractor agrees that, in the event of any breach of this confidentiality obligation,Owner shall beentitled
to equitablerelief,includinginjunctiverelief or specific performance,in addition to all other rights or
remedies otherwise available.
VMP is contractually required to discloseinformation to DMPED related to this RFQ&P. Responses and all
other information and documents submitted in responseto this RFQ&P are subjectto the District’s Freedom
of Information Act (D.C. Official Code§ 2-531 et seq.) (“FOIA”), which generally mandates the disclosureof
documents in the possession of the Districtupon the request of any person, unless the content of the
document falls within a specificexemption category (e.g., trade secrets and commercial or financial
information obtained from outsidethe government, to the extent that disclosurewould resultin substantial
harm to the competitive position of the person from whom the information was obtained).
If Proposers provideinformation that they believe is exempt from mandatory disclosureunder FOIA
(“exempt information”),the Proposer shall includethe followinglegend on the title page of the response:
“THIS RESPONSE CONTAINS INFORMATION THAT IS EXEMPT FROM MANDATORY DISCLOSURE UNDER THE
DISTRICT’S FREEDOM OF INFORMATION ACT.”
In addition,on each page that contains information that Proposer believes is exempt from mandatory
disclosureunder FOIA, Proposers shall includethe followingseparatelegend:
“THIS PAGE CONTAINS INFORMATION THAT IS EXEMPT FROM MANDATORY DISCLOSURE UNDER THE
DISTRICT’S FREEDOM OF INFORMATION ACT.”
On each such page, Proposer shall also specify the exempt information and shall statethe exemption
category within which itis believed the information falls.
Although DMPED will generally endeavor not to discloseinformation designated by Proposers as exempt
information,DMPED will independently determine whether the information designated by Proposers is
exempt from mandatory disclosure.Moreover, exempt information may be disclosed by DMPED, atits
discretion,unless otherwiseprohibited by law,and the Districtshall haveno liability related to such
disclosure.
VI. FIRM RESUME – Technical Expertise, Capabilities & Experience
Pleaseprovidea written responseto the followingitems:
A. Name of firm
B. Brief history of firm, includingthenumber of full time employees
C. Annual volume of all work for the lastfifteen (15) years
D. Annual volume of infrastructurework for the lastfifteen (15) years
E. Number of metropolitan DC based infrastructureprojects over $50,000,000
F. Capabilitiesof firm
i. Types of services (design-build,general contracting,construction management,
preconstruction services,etc.) citingspecific projects wherethose services havebeen
applied
ii. Self-performance capabilities,with examples if applicable
G. Financial capability
i. Bonding company (includeletter from bonding company identifyingcapacity to provide
a bond for a projectof this magnitude)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
10
H. Audited financial statements for the lastfive(5) years
I. Safety record
i. Pleaseprovideyour Experience Modification Rate(EMR) for the lastfive(5) years
J. Full disclosureof actions againstcontractor or venture partners
i. Debarments
ii. Suspensions
iii. Bankruptcy
iv. Loan defaults
v. Tax liabilities
vi. Litigation
K. Listall previous experiencein the past five(5) years with:
i. Districtof Columbia government (specifically identify work with DMPED or Department
of General Services (DGS))
ii. Historic Preservation ReviewBoard (HPRB)
iii. Other historic preservation projects (includetype and scope)
iv. Urban infrastructureprojects over $50,000,000
v. Projects achieving LEED – ND
VII. RECENT PROJECT PERFORMANCE
Pleaseprovidea detailed description of the firm’s experience similar in scopeto the Project, with no more
than five (5) specific examples of design-build,historicpreservation,pre-construction and construction
project experience. Those projects most similar to the Project in scopeof services,sizeand managed by
the team members responsiblefor this project,will receivehighest consideration.Projects musthave
been completed within the past fifteen (15) years. At minimum, the written description should provide
the followingfor each project:
A. Name of the project
B. Duration of project and year of construction completion
C. Client
D. Scope of project
E. Type of contract
F. Total hard costs (including only improvements for which Proposer was responsible)
G. Role played in the preconstruction and/or construction
H. Examples (plans,photographs,etc.) which highlightwork completed by Proposer
I. Clientreference (includename, address,email and phone number)
J. Listand describeany litigation;arbitration;claimsfiled by your firm againstany projectowner
as a resultof a contractdispute; any claimfiled againstyour firm; termination from a project.
K. Applicant’s capacity and intent to proceed without delay if selected for this work
VIII. PROPOSED PROJECT TEAM
Providean organization chartfor the proposed project team alongwith resumes for key members of the
proposed projectteam detailingtheir responsibilities on past projects and proposed responsibilities for
this Project. Provide‘team’ experience working together on similar projects.
Includea signed statement that these individuals areavailableand will beassigned to the Projectif
selected.
IX. PROJECT APPROACH
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
11
Providea narrativedescription of your team’s approach to providingthe followingas described in the
previously provided “Scope of Services”.
A. Design
B. Construction
C. Budget Estimate & General Conditions
D. Insuranceand Bond Costs
E. Preconstruction and Construction Schedule
F. Subcontractors and Consultants
G. Preconstruction and Construction Administration
H. Site Utilization
I. Safety Management
Owner is interested in your specific approach and techniques that have proven effective in ensuring
accuracy of pricingand construction schedules,whilepromotingteam collaboration. Owner is also
particularly interested in your approach to construction management that will control costs,mitigate
impacts to neighboringresidential area and mitigatenegative impacts on the environment.
Providean estimate of time commitment from team members for preconstruction phase.
X. PROPOSAL INSTRUCTIONS
A. This RFQ&P shall beevaluated in two stages.
i. Prequalification process (Stage1) –No later than March 18, 2016,proposer shall register
at the website listed in Section I and submita qualification statement of its firmor team
to execute the scope of work outlined herein. Included with its qualification statement
shall beall elements associated with Section VI.
ii. Proposal Process (Stage2) – The three to five most Qualified Proposers as selected by
Owner will beprovided the exhibits associated with this RFQ&P and will bedirected to
the time and placeof the pre-proposal conference and sitetour. Proposalsaredueto
VMP by 5pm EST on April 21, 2016.
B. Proposals fromQualified Proposers shall include:
i. Itemized design cost, fee, general conditions,insurance,tax and bond costs for your firm
to providethe scope of services listed in Section III (Scope of Services) above.
ii. All Proposalsmustbe prepared on the Bid Form provided in ExhibitA.
iii. All Proposalsshall remain valid until a final selection is made.
iv. Proposer represents that ithas read and understands the information contained within
the RFQ&P, has visited the site, has verified local conditions,is in full compliancewith
the provisionsof the RFQ&P, and is willingand ablethe complete the Scope of Services
in Section III.
v.
vi. Proposer will includecosts for bondingand insurancerequirements detailed in ExhibitE.
vii. Proposer and its subcontractors shall adhereto all relevantEqual Employment
Opportunity (EEO) requirements, and as directed by the Owner and appropriate
enforcement agencies.
C. Any modifications to this RFQ&P shall beby written addendum only; no verbal modificationsto
the documents will berecognized.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
12
XI. PROPOSAL SELECTION CRITERIA
A. Evaluation of Qualifications for ShortList
Qualified Proposer selection will bebased upon a Proposer’s demonstrated expertise, track record and
history with comparableprojects,ability to perform the requested services within the schedule, and
documented financial ability to complete the Projectsuccessfully.
B. Evaluation for Award
The contractshall beawarded to the Qualified Proposer whoseoffer is mostadvantageous to the
Owner, based upon the evaluation criteria specified below.Thus,whilethe points in the evaluation
criteria indicatetheir relativeimportance, the total scores shall notnecessarily bedeterminative of the
award.Rather, the total scores shall guide Owner in makingan intelligentaward decision based upon
the evaluation criteria.
C. Evaluation Criteria
Proposals will beevaluated based on the followingevaluation factors in themanner described below.
Each Proposal will bescored on a scaleof 1 to 100 points. In addition,Proposers will beeligibleto
receive up to five (5) preference points for participation by Local,Small or Disadvantaged Business
Enterprises as described in the RFQ&P. Thus, the maximum number of points possibleis 105.
Evaluation Criterial shall include:
i. Firm Resume - Technical expertise,capabilities& experience
ii. Recent projectperformance
iii. Proposed Project Team
iv. Project Approach
v. Design, General conditions,fee, insurance,taxes and bond
vi. Preference points
i. Firm Resume – Technical Expertise, Capabilities & Experience (25 Points)
VMP desires to engage a design-build contractor with the expertise and experience
necessary to realizethe objectives set forth in the RFQ&P. Proposers will beevaluated
based on its response to Section VI of the RFQ&P and its demonstrated experience in:
a) The construction of projects in the District
b) Constructingurban infrastructureand similar facilities
c) Restoration of historic structures
d) Constructingprojects in an urban setting
e) Design-build projects
f) Projects achievingLEED-ND
g) Workingwith DMPED, DGS, or HPRB
If the Proposer is a team or jointventure of multiplecompanies,VMP will consider the
experience of each member of the team or jointventure in lightof their rolein the
proposed team or joint venture.
ii. Recent Project Performance (15 Points)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
13
VMP desires to engage a design-build contractor with the expertise and experience
necessary to realizethe objectives set forth in the RFQ&P. Proposers will beevaluated
based on its response to Section VII of the RFQ&P and its demonstrated experience in:
a) Completing projects on-time
b) Completing projects on-budget
c) Clientreferences
iii. Proposed Project Team (10 Points)
VMP desires that the design-build contractor assign to this projectpersonnel who have
the necessary experience and professional credentialsfor the roleeach such individual
is assigned.Proposalsshould identify in accordancewith Section VIII of the RFQ&P and
at a minimum:
a) Project Executive
b) Design Manager
c) Project Manager(s)
d) Superintendent(s)
VMP expects that these personnel would be assigned to the Projectfor the duration of
the Project (i.e., during both the preconstruction and construction phases) on a full
time basis duringconstruction and a significantportion duringdesign.
Proposers will beevaluated based on the level of experience and time commitment of
each of these individuals.Proposerswill also beevaluated based on whether they have
devoted sufficientstaff,staff of the appropriatelevel of expertise to properly staff the
Project, and the cohesiveness and efficiency of the team as a whole.
Proposers shall providea listor chartof all personnel proposed for the Project. Such list
or chartshould includethe followinginformation for each individual:
a) The individual’s name
b) The individual’s role
c) Whether the individual’s involvementin the Projectis funded from the
General Conditions Budget or the Design Fee.
d) The percentage of time that will bedevoted by the individual to the Project.
This should be identified for each phase of the Project.
e) The individual’s resume.
f) The individual’scurrentworkload over the next two years.
g) A chartshowingthe experience that the key team members have working
together.
Resumes should indicatethe individual’s experienceon the five(5) relevant projects
and identify the roleof the individual in each pastprojectnoted on the resume. The
resume should also clearly identify howlong the individual hasworked in the
construction industry and should indicatethe number of years of experience in his or
her current role as well as prior roles.
If a subcontractor or personnel employed by other than the Proposer are proposed,
VMP will only consider thosequalificationsif a firmcommitment is demonstrated with
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
14
the firm by which they are employed or with the individuals identified.Commitment
letters shall beprovided with the offer.
iv. Project Approach (40Points)
Proposers arerequired to submit with their proposal a Design & Construction Plan.
The Design & Construction Plan should clearly explain howthe Proposer intends to
manage and implement the Project in accordancewith Section IX of the RFQ&P. It
should demonstrate a knowledge of the process and impediments that must be
overcome. The Design & Construction Plan will beevaluated based on the following:
a) Identification of the site/project-specific challenges and explanation of how
they will be overcome or mitigated
b) Demonstration of an understandingof the key elements of the Project
c) Explanation of how the Proposer intends to implement the Project
d) Explanation of how the Proposer proposes to manage the regulatory
approvals process
e) Explanation of how the Proposer will ensurethat the design is developed
consistentwith the budget
f) Workability of the plan for managingquality issues during construction
Proposer will submita CPM schedulethat shows the anticipated manner in which the
Project will beimplemented, both Design and Construction Phases.The schedule
should showa sufficientlevel of detail so as to demonstrate the Proposer’s
understandingof the Project and the key issues related to the Project. The schedule
will beevaluated based on the following:
a) Whether the schedule and the activities reflected therein
demonstrate an understandingof the key elements of the project
b) Whether the sequencing and duration of the activities in the
scheduleare appropriate
c) Whether the schedule reflects appropriatelogic for related activities
Proposer will submita budget estimate in accordancewith ExhibitA for both Design
and Construction Phases.The budget estimate should showa sufficientlevel of detail
so as to demonstrate the Proposer’s understandingof the Project and the key issues
related to the Project.
VMP desires the Proposer providefor the participation of Local,Small and
Disadvantaged Business Enterprises.Proposer will beevaluated based on the
following:
a) Whether the LSDBE Utilization plan demonstrates an understanding
of the LSDBE utilization requirements for the Project.
b) The Proposer’s plan for identifyingand engaging LSDBE subcontractors for
participation in thetrade biddingprocess and the workability of the plan in
increasingthelevel of participation of Local,Small and Disadvantaged
Business Enterprises in the Project.
c) The Proposer’s pastperformance in meeting LSDBE or similar goals.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
15
v. Design, General Conditions, Fee, Insurance, Taxes and Bond (“Price”) (10Points)
The Priceevaluation shall beobjective. The Proposer with the lowest values shall receive
the maximum pricepoints. All other proposals shall receivea proportionately lower total
scorebased on the range of values quoted.
vi. Preference Points
As this Projectis being administered by DMPED, DMPED anticipates thatProposers may
qualify for preference as certified business enterprises under as either majority interest or
minority interest jointventures as contemplated by DC Code §2-218.39a. Proposers will be
awarded preference points as certified by the Department of Small and Local Business
Development. Up to five (5) preference points shall beawarded.
vii. Total possible points = 105
XII. INTERVIEWS
VMP will reviewthe responses to this RFQ&P and may, at its solediscretion,conductinterviews as a part
of the selection process.
XIII. RESERVATION OF RIGHTS
VMP reserves the right, in its solediscretion and as itmay deem necessary,appropriate,or beneficial to VMP with
respect to the RFQ&P, to:
A. Cancel,withdraw or modify the RFQ&P prior to or after the responsedeadline
B. Modify or issueclarificationsto the RFQ&P prior to the response deadline
C. After review of one or more responses,may request submission of additional informati on from
some or all Proposers
D. Request one or more Proposers to modify its response(s),provide additional information,or
providea BAFO for DMPED’s review
E. Enter into negotiations with one or more Proposers based on responses submitted in responseto
the RFQ&P
F. Begin negotiations with the next preferred Proposer in the event that the business terms arenot
negotiated to final formwithin the allotted period of time for negotiations with a prior selected
Proposer
G. Make and memorializemodifications to any responseduringthe course of negotiations between
VMP and the Proposers
H. Reject any responses VMP deems incomplete or unresponsiveto the RFQ&P requirements
I. Reject all responses thataresubmitted under the RFQ&P
J. Terminate, in its soleand absolutediscretion,negotiations with any Proposers if such Proposers
introduce comments or changes that are inconsistentwith its previously submitted response
materials;or
K. Modify the deadlinefor responses or other actions;and (i) Reissuethe original RFQ&P,(ii) issuea
modified RFQ&P, or (iii) issuea new RFQ&P, whether or not any responses have been received in
responseto the initial RFQ&P
XIV. MISCELLANEOUS PROVISIONS
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
16
A. Conflicts of Interest Disclosure
By respondingto this RFQ&P, Proposers arerepresenting and warrantingthe followingto the
District:
i. The compensation to be requested, offered, paid or received in connection with this
RFQ&P has been developed and provided independently and without consultation,
communication,or other interaction with any other competitor for the purposeof
restrictingcompetition related to this RFQ&P or otherwise;
ii. No person or entity currently or formerly employed by the Owner or otherwise involved
in preparingthis RFQ&P on behalf of the Owner: (i) has provided any information to
Proposers that was not also availableto all entities respondingto the RFQ&P; (ii) is
affiliated with or employed by Proposers or has any financial interestin Proposers;(iii)
has provided any assistanceto Proposers in respondingto the RFQ&P; or (iv) will benefit
financially if Proposersareselected in response to the RFQ&P; and
iii. Proposers havenot offered or given to any Owner officer or employee any gratuity or
anythingof value intended to obtain favorabletreatment under the RFQ&P or any other
RFQ&P, or contract, and Proposers have not taken any action to induceany Owner
officer or employee to violatethe rules of ethics governing the Owner and its
employees. Proposers have not and shall notoffer, give, or agree to give anythingof
valueeither to the Owner or any of its employees, agents, job shoppers,consultants,
managers, or other person or firm representing the Owner, or to a member of the
immediate family (i.e., a spouse, child,parent,brother, or sister) of any of the foregoing.
Any such conductshall bedeemed a violation of this RFQ&P. As used herein, “anything
of value” shall includebut not be limited to any (a) favors,such as meals,entertainment,
and transportation (other than that contemplated by this RFQ&P, if any, or any other
contractwith the Owner) which might tend to obligatea Owner employee to Proposer,
and (b) gift, gratuity,money, goods, equipment, services,lodging,discounts not
availableto the general public,offers or promises of employment, loans or the
cancellation thereof, preferential treatment, or business opportunity.Such term shall
not includework or services rendered pursuantto any other valid Owner contract.
B. On-going Reporting
Proposers shall reportto Owner directly and without undue delay any information concerning
conduct which may involve: (a) corruption,criminal activity,conflictof interest, gross
mismanagement or abuseof authority; or (b) any solicitation of money, goods,requests for
future employment or benefit of thing of value,by or on behalf of any government employee,
officer or public official,any Proposer’s employee, officer,agent, subcontractor,labor official,or
other person for any purposewhich may be related to the procurement of the RFQ&P by
Proposers,or which may affect performance in responseto the RFQ&P in any way.
C. Non-Privity with the Districtof Columbia or DMPED
VMP is under contractwith DMPED to providethis RFQ&P. Proposers will notbe in privity with
the Districtof Columbia or DMPED through this RFQ&P or the design-build contract.
D. Notice of Modifications
VMP will poston its website (www.envisionmcmillan.com) and DMPED on its website
(http://dmped.dc.gov/) any notices or information regardingcancellations,withdrawals,
modifications to deadlines,and other modifications to this RFQ&P. Proposers shall havean
obligation to check the website for any such notices and information and the Districtshall have
no duty to provide directnotice to Proposers.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
17
E. Change in Proposers’Information
If any information provided in a response by Proposer to VMP changes (e.g., deletion or
modification to any of Proposer’s team members or new financial information), Proposer must
notify VMP in writingand provide updated information in the same format for the appropriate
section of the RFQ&P. VMP reserves the rightto evaluatethe modified response, eliminate
Proposers from further consideration,or take other action as the VMP may deem appropriate.
VMP will requiresimilarnotification and approval rights of any change to Proposers’responseor
development team membership followingaward,if any.
F. Ownership and Use of Responses
All responses shall bethe property of Owner. Owner may useany and all ideas and materials
included in any response, whether the responseis selected or rejected.
G. Restricted Communications
Upon releaseof this RFQ&P and until final selection, Proposersshall notcommunicate with
Owner or Owner staff about the RFQ&P or issues related to the RFQ&P except as permitted
under this RFQ&P.
H. Selection Non-Binding
The selection by VMP of a Proposer indicates only VMP’s intent to negotiate with a Proposer, and
the selection does not constitute a commitment by VMP to execute a final agreement or contract
with the Proposer. Proposers therefore agree and acknowledge that they arebarred from
claimingto have detrimentally relied on VMP for any costs or liabilities incurred as a resultof
respondingto this RFQ&P.
I. Litigation
Proposers shall providea statement regardingany prior (whether filed or resolved within the
previous seven (7) years),or pending litigation or administrativeclaims or knowledge of litigation
(or threatened litigation in which VMP or the Districtis a party) thatrelates to any team member,
affiliateor to any other entity or individual havinga controllinginterest in the entity (or entities)
that compriseProposers.For any such litigation or claim,the Proposer shall providethe name
and civil,criminal or administrativeaction number of such litigation or claimand a description of
the subjectmatter of such litigation or claim.
J. Non-Liability
By participatingin theRFQ&P process,Proposers agree to hold Owner, its officers,employees,
agents, representatives, and consultants harmlessfromall claims,liabilities,and costs related to
all aspects of this RFQ&P.
K. “Stand-Alone” Project
The development of the Site is expected to be a “stand alone” project, in that Proposers are
prohibited from cross collateralizingand crossdefaultingthe project, or any portion thereof, with
any other assets.Moreover, Proposers areprohibited from assigning,pledging,hypothecating, or
otherwise transferringtheir interest in the net cash flows or ownership of the project in part, or
in whole, without prior VMP approval.Any additional debtshall requireprior written VMP
approval.This limitation shall apply until final completion of the project.
L. Disclosureof Fees
Proposers shall discloseall development management fees, general contractingfees,
construction management fees, property management fees, and other fees that are paid to
Proposers or affiliated parties duringthe lifeof the project. Failureto do so may result in the
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
18
VMP terminating, in its soleand absolutediscretion,negotiations with a Proposer or terminating
the project.
M. Restrictions
The Districtis subjectto various laws,rules,policies and agreements that impose legal and
ethical constraintsupon current and former Districtemployees and consultants with regard to
post-employment restrictions vis-a-vissuch employee’s or consultant’s involvement in District-
led projects.In particular,restrictionsincludebutare not limited to the followingguidelines :
i. All Proposers,its members, agents, or employees, are prohibited from: (i) making
responses of employment, (ii) conductingany negotiations for employment, (iii)
employing or, (iv) entering into contracts of any sort, with current employees,
consultants,or contractors to the Districtwho are personally and substantially involved
in any aspectof this RFQ&P;
ii. Proposers mustdisclosein their initial responses thenames of any member, employee,
or agent who within three (3) years prior to the publication of this RFQ&P were District
employees, consultants,or contractors to the District.On a continuingbasis, Proposers
will berequired to providethe Districtwith regular and periodic notices of any and all
new hires of employees, contracted agents, or consultants within five(5) days of any
such hire;
iii. This provision shall apply to all Proposersduringtheconduct of this competition, and
will subsequently apply to the selected Proposer until such time as final completion of
the development of the project; and
iv. Required disclosures and notices notwithstanding,failureto comply with any obligation
described in this provision may result,in the District’s soleand absolutediscretion,in
Proposers’disqualification fromconsideration under this RFQ&P, the rescission of a
Proposer’s award,and/or termination of any agreement between a Proposer and VMP.
XV. EXHIBITS
A. Bid Form
B. 30% Design (50% DD) Documents
C. Proposed Design-Build Agreement
D. Economic Inclusion and Green BuildingRequirements
E. Insuranceand Bond Requirements
F. Geotechnical Report
G. ExistingConditions Assessment& Feasibility Evaluation
H. Historic Preservation Report
I. Planned Unit Development (PUD) Master Plan
J. Entitlement Approvals
K. Pad definitions fromLDAs
L. Public SpaceImprovement Narrative
M-1. PhaseI Environmental Site Assessment
M. M-2. PhaseII Environmental Site Assessment Geotechnical Report (for information only)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
19
EXHIBIT A
RFQ&P Bid Form
Dated January 15, 2016
Attached Hereto (Next 8 Pages)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
20
EXHIBIT B
30% Design Development Documents
Dated December 15, 2015
Prepared by Bowman Consulting, Silman, Nelson Bird Woltz and Perkins Eastman
Attached Pages (x-x)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
21
EXHIBIT C
Proposed Design-Build Agreement
Dated March __, 2016
Attached Hereto (Next 110 Pages)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
22
EXHIBIT D
Economic Inclusion and Green Building Requirements
D.1 CBE Utilization.
D.1.1 Contractor shall ensure that Certified Business Enterprises (“CBE”) will participate in at least fifty percent
(50%) of the contracts for the Project. Thirty-five percent (35%) of the dollar volume shall be awarded to entities
that are certified as a Small Business Enterpriseby the Districtof Columbia Department of Small and Local Business
Development (“DSLBD”). The costs of materials, goods, and supplies shall not be counted towards the 35%
subcontracting requirement unless such materials, goods, and supplies are purchased from Small Business
Enterprises. In the event there are insufficient qualified Small Business Enterprises to completely fulfill the
aforementioned subcontracting requirement, then the subcontracting requirement may be satisfied by
subcontractingthirty-fivepercent (35%) of the dollar volumeto any Certified Business Enterprises;provided,thatall
reasonable efforts shall be made to ensure that qualified Small Business Enterprises are significant participants in
the overall subcontracting work. The CBE certification shall be, in each case, as of the effective date of the
subcontract.
D.1.2 Contractor has developed a CBE Utilization Plan thatis attached hereto as ExhibitJ.Contractor shall comply
with the terms of the CBE Utilization Plan in making purchases and administering its Subcontractors and supply
agreements.
D.1.3 Neither Contractor or a Consultantmay remove a Subcontractor if such Subcontractor is certified as a CBE
company unless Districtapproves of such removal. Districtmay condition its approval upon Contractor developing
a plan that is, in District’s sole discretion, adequate to maintain the level of CBE participation on the Projec t.
D.2 Living Wage Act of 2006.
D.2.1 Except as described in Section 15.2.8 below, Contractor shall comply with Title I of the Way to Work
Amendment Act of 2006, effective June 8, 2006 (D.C. Law 16-118,D.C. Official Code§ 2-220.01 et seq.) (the “Living
Wage Act of 2006”).
D.2.2 Contractor shall pay its employees and Subcontractors who perform services under the Contract no less
than the current living wage published on the OCP website at www.ocp.dc.gov.
D.2.3 Contractor shall includein any subcontractfor $15,000 or more a provision requiringthe Subcontractor to
pay its employees who perform services under the Contract no less than the current living wage rate.
D.2.4 The DOES may adjustthe livingwage annually and the OCP will publish the current livingwage rate on its
website at www.ocp.dc.gov.
D.2.5 Contractor shall providea copy of the current Living Wage Fact Sheet to each employee and Subcontractor
who performs services under the Contract.Contractor shall also postthecurrentLivi ngWageNoticein a conspicuous
placein its placeof business. Contractor shall includein any subcontractfor $15,000 or more a provision requiring
the Subcontractor to post the LivingWage Notice in a conspicuous placein its placeof business.District will provide
Contractor with a copy of the Living Wage Fact Sheet and Living Wage Notice.
D.2.6 Contractor shall maintain its payroll records under theContractin theregular courseof businessfor a period
of at leastthree (3) years from the payroll date,and shall includethis requirementin its subcontracts for $15,000 or
more under the Contract.
D.2.7 The payment of wages required under the Living Wage Act of 2006 shall beconsistentwith and subject to
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
23
the provisions of D.C. Official Code § 32-1301 et seq.
D.2.8 The requirements of the Living Wage Act of 2006 do not apply to:
A. Contracts or other agreements that are subject to higher wage level determinations required
by federal law;
B. Existing and future collective bargaining agreements, provided, that the future collective
bargaining agreement results in the employee being paid no less than the established living wage;
C. Contracts for electricity, telephone, water, sewer or other services provided by a regulated
utility;
D. Contracts for services needed immediately to prevent or respond to a disaster or eminent
threat to public health or safety declared by the Mayor;
E. Contracts or other agreements that providetrainees with additional services including,butnot
limited to, case management and job readiness services; provided that the trainees do not replace employees
subject to the Living Wage Act of 2006;
F. An employee under 22 years of age employed duringa school vacation period,or enrolled as a
full-time student, as defined by the respective institution, who is in high school or at an accredited institution of
higher education and who works less than 25 hours per week; provided that he or she does not replaceemployees
subject to the Living Wage Act of 2006;
G. Tenants or retail establishments that occupy property constructed or improved by receipt of
government assistance from the District of Columbia; provided, that the tenant or retail establishment did not
receive direct government assistance from the District;
H. Employees of nonprofitorganizations thatemploy not more than 50 individualsand qualify for
taxation exemption pursuantto section 501(c)(3) of the Internal Revenue Code of 1954,approved August 16, 1954
(68A Stat. 163; 26 U.S.C. § 501(c)(3);
I. Medicaid provider agreements for directcareservices to Medicaid recipients,provided,thatthe
directcareserviceis not provided through a home careagency, a community residencefacility,or a group home for
mentally retarded persons as those terms are defined in section 2 of the Health-Care and Community Residence
Facility,Hospice,and HomeCare LicensureAct of 1983,effective February 24, 1984 (D.C. Law 5-48;D.C. Official Code
§ 44-501); and
J. Contracts or other agreements between managed careorganizations and theHealth CareSafety
Net Administration or the Medicaid Assistance Administration to provide health services.
D.2.9 The Mayor may exempt a contractor from the requirements of the Living Wage Act of 2006,subject to the
approval of the Council, in accordance with the provisions of Section 109 of the Living Wage Act of 2006.
D.3 Green Building Act
D.3.1 Contractor shall design, develop, and manage the Project and Vertical Development plan to be in
compliance with the Green Building Act of 2006, D.C. Official Code § 6-1451.01, et seq., as amended, and the
regulations promulgated therewith.
D.4 First Source Employment Agreement Act
D.4.1 Pursuantto Mayor’s Order 83-265,DC Law 5-93, as amended, and DC Law 14-24,Contractor recognizes
that one of the primary goals of the Districtof Columbia government is the creation of job opportunities for
Districtof Columbia residents.
D.4.2 Accordingly,Contractor shall comply with the FirstSource Employment Agreement Act of 1984,as
amended, D.C. Official Code§2-219.01 et seq. (“First Source Act”)and agrees to enter into a FirstSource
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
24
Employment Agreement with the D.C. Department of Employment Services within thirty (30) days after the
Effective Date, which shall,amongother things,require Contractor to: (i) usediligentefforts to hireand use
diligentefforts to require its architects,engineers, consultants,contractors,and Subcontractors to hireat leastfifty
one percent (51%) Districtof Columbia residents for all new jobs created by the Project, all in accordancewith such
FirstSource Agreement and (ii) usediligentefforts to ensure that at leastfifty one percent (51%) of apprentices
and trainees employed areresidents of the Districtof Columbia and are registered in apprenticeship programs
approved by the D.C. Apprenticeship Council.
D.4.3 The Contractor shall enter into and maintain,duringthe term of the contract, a FirstSource Employment
Agreement in which the Contractor shall agreethat:
A. The firstsourcefor findingemployees to fill all jobs created in order to perform this contract
shall bethe DOES; and
B. The firstsourcefor findingemployees to fill any vacancy occurringin all jobs covered by the
FirstSource Employment Agreement shall bethe FirstSource Register.
D.4.4 The Contractor shall submitto DOES, no later than the 10th of each month followingexecution of the
contract, a FirstSource Agreement Contract ComplianceReport (“Contract Compliance Report”) to verify its
compliancewith the FirstSource Agreement for the preceding month. The Contract ComplianceReport for the
contractshall includethe:
A. Number of employees needed;
B. Number of current employees transferred;
C. Number of new job openings created;
D. Number of job openings listed with DOES;
E. Total number of all Districtresidents hired for the reporting period and the cumulative
total number of Districtresidents hired;and
F. Total number of all employees hired for the reporting period and the cumulativetotal
number of employees hired, including:
i. Name;
ii. Social security number;
iii. Job title;
iv. Hire date;
v. Residence; and
vi. Referral source for all new hires.
D.4.5 If the contractamount is equal to or greater than $300,000,the Contractor agrees that 51% of the new
employees hired for the contract shall beDistrictresidents.
D.4.6 With the submission of the Contractor’s final request for payment from the Distri ct,the Contractor shall:
A. Document in a report to the CO its compliancewith Section H.5.4; or
B. Submit a request to the CO for a waiver of compliancewith Section H.5.4 and include
the followingdocumentation:
i. Material supportinga good faith effort to comply;
ii. Referrals provided by DOES and other referral sources;
iii. Advertisement of job openings listed with DOES and other referral sources;and
iv. Any documentation supportingthe waiver request pursuantto Section 15.4.7.
D.4.7 The CO may waive the provisionsof Section H.5.4 if the CO finds that:
(1) A good faith effort to comply is demonstrated by the Contractor;
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
25
(2) The Contractor is located outsidethe Washington Standard Metropolitan Statistical Area and none of
the contractwork is performed insidethe Washington Standard Metropolitan Statistical Area which includes the
Districtof Columbia;the Virginia Cities of Alexandria,Falls Church,Manassas,ManassasPark,Fairfax,and
Fredericksburg,the Virginia Counties of Fairfax,Arlington,PrinceWilliam,Loudoun, Stafford, Clarke,Warren,
Fauquier,Culpeper, Spotsylvania,and KingGeorge; the Maryland Counties of Montgomery, PrinceGeorges,
Charles,Frederick,and Calvert; and the West Virginia Counties of Berkeley and Jefferson.
(1) The Contractor enters into a special workforcedevelopment trainingor placement arrangement with
DOES; or
(2) DOES certifies that there are insufficientnumbers of Districtresidents in the labor market possessing
the skillsrequired by the positions created as a resultof the contract.
D.4.8 Upon receipt of the contractor’s final paymentrequest and related documentation pursuantto Sections
H.5.5 and H.5.6, the CO shall determine whether the Contractor is in compliancewith Section H.5.4 or whether a
waiver of compliancepursuantto Section H.5.6 is justified. If the CO determines that the Contractor is in
compliance,or that a waiver of complianceis justified,the CO shall,within two business days of makingthe
determination forward a copy of the determination to the agency Chief Financial Officer and the CA.
D.4.9 Willful breach of the FirstSourceEmployment Agreement, or failureto submitthe report pursuantto
Section H.5.5, or deliberatesubmission of falsified data,may be enforced by the CO through imposition of
penalties,includingmonetary fines of 5% of the total amount of the directand indirectlabor costs of the contract.
The Contractor shall makepayment to DOES. The Contractor may appeal to the D.C. Contract Appeals Board as
provided in this contractany decision of the CO pursuantto this Section H.5.8.
D.4.10 The provisionsof Sections H.5.4 through H.5.8 do not apply to nonprofitorganizations.
D.5 Department of Labor Wage Determinations
D.5.1 The Contractor shall bebound by the Wage Determination No. 2005-2103,Revision No.16, dated July 8,
2015,issued by the U.S. Department of Labor in accordancewith the Service ContractAct, 41 U.S.C. §351 et seq.,
and incorporated herein as Attachment J.2. The Contractor shall bebound by the wage rates for the term of the
contractsubjectto revision as stated herein and in accordancewith Section 24 of the SCP. If an option is exercised,
the Contractor shall bebound by the applicablewagerates at the time of the option. If the option is exercised and
the CO obtains a revised wage determination, the revised wage determination is applicablefor the option periods
and the Contractor may be entitled to an equitableadjustment.
D.6 SECTION 504 OF THE REHABILITATION ACT OF 1973,as amended.
D.6.1 During the performance of the contract, the Contractor and any of its subcontractors shall comply with
Section 504 of the Rehabilitation Actof l973,as amended. This Act prohibits discrimination againstdisabled
people in federally funded programs and activities.See 29 U.S.C. § 794 et seq.
D.7 AMERICANS WITH DISABILITIES ACT OF 1990 (ADA)
D.7.1 During the performance of this contract, the Contractor and any of its subcontractors shall comply with the
ADA. The ADA makes itunlawful to discriminatein employment againsta qualified individual with a disability. See
42 U.S.C. §12101 et seq.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
26
EXHIBIT E
Insurance and Bond Requirements
E.1 Contractor covenants and agrees to maintain,or causeto be maintained as indicated below, the following
insuranceduringthe Term of this Contract in addition to the other insurance,bonds, or securities required by law.
All insurance shall be written with financially responsible companies authorized to do business in the District of
Columbia or in the jurisdiction where the work is to be performed and have an A.M. Best Company ratingof A-VIII
or higher. The Contractor shall requireall of its subcontractorsperformingengineeringand architectural services to
carry the same insurance required herein.
E.2 The Contractor shall ensurethat all policies providethatthe ContractingOfficer shall begiven thirty (30)
days prior written notice in the event the stated limitin the declarationspageof the policy is reduced via
endorsement or the policy is canceled prior to the expiration date shown on the certificate.The Contractor shall
providethe ContractingOfficer with ten (10) days prior written notice in the event of non-payment of premium.
A. Commercial General Liability Insurance. The Contractor shall provideevidencewith respect to
the services performed that it carries general liability insurance coveringbodily injury,personal injury,
contractual liability and property damage with a minimum coverage limitof $5,000,000 per occurrence
and $5,000,000 aggregate; Bodily Injury and Property Damage including,butnot limited to: premises-
operations;broad form property damage; Products and Completed Operations;Personal and Advertising
Injury;contractual liability and independent contractors.
The policy coverageshall includethe Districtof Columbia as an additional insured,shall beprimary and
non-contributory with any other insurancemaintained by the Districtof Columbia,and shall contain a
waiver of subrogation.The Contractor shall maintain Completed Operations coverage for five (5) years
followingfinal acceptanceof the work performed under this contract.
B. Automobile Liability Insurance. The Contractor shall provide automobile liability insurance to
cover all owned, hired or non-owned motor vehicles used in conjunction with the performance of this
contract. The policy shall providea $1,000,000 per occurrence combined singlelimitfor bodily injury and
property damage.
C. Workers’ Compensation Insurance. The Contractor shall provide Workers’ Compensation
insurancein accordancewith the statutory mandates of the Districtof Columbia or thejurisdiction in which
the contract is performed.
D. Employer’s Liability Insurance. The Contractor shall provide employer’s liability insurance as
follows: $500,000 per accident for injury; $500,000 per employee for disease; and $500,000 for policy
disease limit.
E. Umbrella/Excess Liability insurance. The Contractor shall provide limits in excess of the limits for
Commercial General Liability, Commercial Automobile Liability and Employers’ Liability described above
subject to minimum limits of $50,000,000.00 per occurrence and annual aggregate.
F. Professional Liability Insurance (Errors & Omissions). The Contractor shall provide Professional
Liability Insurance (Errors and Omissions) to cover liability resulting from any error or omission in the
performance of professional services under this Contract. The policy shall providelimits of $5,000,000 per
occurrence for each wrongful act and $5,000,000 annual aggregate.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
27
E.3 DURATION. The Contractor shall carry all required insurance until all contract work is accepted by the
District, and shall carry the required General Liability; any required Professional Liability; and any required
Employment Practices Liability insurancefor five (5) years following final acceptance of the work performed under
this contract.
E.4 The policies shall be endorsed as primary and to waive subrogation rights against District. All policies
required hereunder must be placed in effect prior to execution of this Contract and Contractor will furnish evidence
of all policies satisfactory to District upon execution of this Contract. Upon renewal of any policy, Contractor shall
provideDistrictwith a certificateevidencingrenewal.Thepolicies mustbeplaced with companies havinga Minimum
Best Ratingof A and licensed in the Districtof Columbia.The policies shall name District as an additional insured.
E.5 In the event of a claim that takes place as a consequence relating to this Contract, Contractor will notify
Districtin writingwithin 7 business days followingdiscovery of the claimby Contractor. In addition,Contractor will
investigate and furnish District with reports of all accidents, claims and potential claims for damage or injury (but
not so as to compromise its defense thereof, the attorney-client privilege, the work product doctrine, or similar
protections) and will cooperate with its insurers and District.
E.6 Contractor shall include the foregoing insurance requirements in contracts with all Consultants and
Subcontractors and shall require malpractice coverage from all Consultants and Subcontractors performing
architectural or engineeringservices.Contractor shall promptly furnish to Districtcertificates of insuranceand copies
of notices from insurers given to Contractor.
E.7 Contractor shall furnish bonds covering the faithful performance of the Contract and payment of
obligations arising thereunder using AIA form A312 and naming Owner, Project Investor(s) and Owner’s lender as
obligees. Contractor shall require all Subcontractors whose subcontract amount is $100,000.00 or more to furnish
bonds covering faithful performance of their Subcontract and payment of obligations arising thereunder using AIA
Form A312 which bonds shall name the Owner, Project Investor(s), Owner’s lender and Contractor as obligees.
Contractor shall provide originals of all bonds it is required to provide by this §17.4.1 to the Owner as a condition
precedent to the Contractor’s payment for its initial Application for Payment. Contractor shall provideto the Owner
the originals of all bonds required from each of its Subcontractors as a condition precedent to the Subcontractor’s
payment for its initial Application for Payment.
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
28
EXHIBIT F
Preliminary Subsurface Exploration and Geotechnical Engineering Analysis
Prepared by ECS Capitol Services, PLLC
Dated November 22, 2013
Attached Hereto (Next 146 Pages)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
29
EXHIBIT G
Existing Conditions Assessment & Feasibility Evaluation
Prepared by Robert Silman Associates Structural Engineers
Dated December 15, 2015
Attached Hereto (Pages 1-127)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
30
EXHIBIT H
Historic Preservation Report for the Proposed Redevelopment
of the McMillan Slow Sand Filtration Plant
Prepared by EHT Traceries
Dated September 15, 2014
Attached Hereto (Pages 1-241)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
31
EXHIBIT I
Stage One Planned Unit Development (PUD) Master Plan
Prepared by EE&K a Perkins Eastman Company
Dated April 11, 2014
Attached Hereto (Pages 1-143)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
32
EXHIBIT J
Zoning Commission Corrected Order No. 13-14 (1)
Prepared by Zoning Commission for the District of Columbia
Dated November 10, 2014
Attached Hereto (Pages 1-60)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
33
EXHIBIT K
Pad Site Definitions
Prepared by Owner
Dated March __, 2016
Attached Hereto (Pages x-xx)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
34
EXHIBIT L
Public Space Improvement Narrative
Prepared by Owner
Dated March __, 2016
Attached Hereto (Next XX Pages)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
35
EXHIBIT M-1
Phase 1 Environmental Site Assessment
Prepared by ECS Capitol Services, PLLC
Dated February 25, 2015
Attached Hereto (Next 298 Pages)
MCMILLAN INFRASTRUCTURE PROJECT
RFQ&P FOR DESIGN-BUILD CONTRACTOR
36
EXHIBIT M-2
Phase II Environmental Site Assessment
Prepared by ECS Capitol Services, PLLC
Dated November 4, 2013
Attached Hereto (Next 278 Pages)

More Related Content

What's hot

GSA Study uses Macro BIM
GSA Study uses Macro BIMGSA Study uses Macro BIM
GSA Study uses Macro BIM
andyonan
 
Primavera Project Manager And Construction Projects
Primavera Project Manager And Construction ProjectsPrimavera Project Manager And Construction Projects
Primavera Project Manager And Construction Projects
beverly0bennett8
 
MRA Portfolio
MRA PortfolioMRA Portfolio
MRA Portfolio
Chris Halliday
 
Firas Abbawy CV - Atkins
Firas Abbawy CV - AtkinsFiras Abbawy CV - Atkins
Firas Abbawy CV - Atkins
Firas Mageed Abbawy
 
Resume - Schoregge
Resume - SchoreggeResume - Schoregge
Resume - Schoregge
Gina-Marie Schoregge, P.E.
 
Southland colonial pedestrianoverpass_tre0003-g_technicalproposal
Southland colonial pedestrianoverpass_tre0003-g_technicalproposalSouthland colonial pedestrianoverpass_tre0003-g_technicalproposal
Southland colonial pedestrianoverpass_tre0003-g_technicalproposal
Brendan O'Connor
 
City of orlando db colonial ped overpass technical
City of orlando db colonial ped overpass   technicalCity of orlando db colonial ped overpass   technical
City of orlando db colonial ped overpass technical
Brendan O'Connor
 
C V-OSAMA-Revised 2014(PDF)
C V-OSAMA-Revised 2014(PDF)C V-OSAMA-Revised 2014(PDF)
C V-OSAMA-Revised 2014(PDF)
Osama Abdulrahman
 
SLFraley Resumeex 2015
SLFraley Resumeex 2015SLFraley Resumeex 2015
SLFraley Resumeex 2015
Stan Fraley
 
Christopher Buehler portfolio
Christopher Buehler portfolioChristopher Buehler portfolio
Christopher Buehler portfolio
Christopher Buehler
 
Commission on Chicago Landmarks Meet Agenda - May 13th, 2015
Commission on Chicago Landmarks Meet Agenda - May 13th, 2015Commission on Chicago Landmarks Meet Agenda - May 13th, 2015
Commission on Chicago Landmarks Meet Agenda - May 13th, 2015
West Central Association
 
Wissam chehab's CV
Wissam chehab's CVWissam chehab's CV
Wissam chehab's CV
Wissam Shehab
 
Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...
Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...
Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...
The Piedmont Environmental Council
 
Attachement 3 61T01411 - Construction Execution Plan
Attachement 3 61T01411 - Construction Execution PlanAttachement 3 61T01411 - Construction Execution Plan
Attachement 3 61T01411 - Construction Execution Plan
James Zhang (Chi, Zhang)
 
NA
NANA
Resume Jamilatul Adawiah Rev.6
Resume Jamilatul Adawiah Rev.6Resume Jamilatul Adawiah Rev.6
Resume Jamilatul Adawiah Rev.6
Jamilatul Adawiah Mohd Aminudin
 
Career History - Ross Ullman - March 2015
Career History - Ross Ullman - March 2015Career History - Ross Ullman - March 2015
Career History - Ross Ullman - March 2015
Ross Ullman
 
BMA COMPANY PROFILE 2014
BMA COMPANY PROFILE 2014BMA COMPANY PROFILE 2014
BMA COMPANY PROFILE 2014
Sally Atalah
 
Curriculum Vitae.DOC
Curriculum Vitae.DOCCurriculum Vitae.DOC
Curriculum Vitae.DOC
angelofbuffone@googl com
 
Mohamed sanoussi cv
Mohamed sanoussi cvMohamed sanoussi cv
Mohamed sanoussi cv
Bladina.com
 

What's hot (20)

GSA Study uses Macro BIM
GSA Study uses Macro BIMGSA Study uses Macro BIM
GSA Study uses Macro BIM
 
Primavera Project Manager And Construction Projects
Primavera Project Manager And Construction ProjectsPrimavera Project Manager And Construction Projects
Primavera Project Manager And Construction Projects
 
MRA Portfolio
MRA PortfolioMRA Portfolio
MRA Portfolio
 
Firas Abbawy CV - Atkins
Firas Abbawy CV - AtkinsFiras Abbawy CV - Atkins
Firas Abbawy CV - Atkins
 
Resume - Schoregge
Resume - SchoreggeResume - Schoregge
Resume - Schoregge
 
Southland colonial pedestrianoverpass_tre0003-g_technicalproposal
Southland colonial pedestrianoverpass_tre0003-g_technicalproposalSouthland colonial pedestrianoverpass_tre0003-g_technicalproposal
Southland colonial pedestrianoverpass_tre0003-g_technicalproposal
 
City of orlando db colonial ped overpass technical
City of orlando db colonial ped overpass   technicalCity of orlando db colonial ped overpass   technical
City of orlando db colonial ped overpass technical
 
C V-OSAMA-Revised 2014(PDF)
C V-OSAMA-Revised 2014(PDF)C V-OSAMA-Revised 2014(PDF)
C V-OSAMA-Revised 2014(PDF)
 
SLFraley Resumeex 2015
SLFraley Resumeex 2015SLFraley Resumeex 2015
SLFraley Resumeex 2015
 
Christopher Buehler portfolio
Christopher Buehler portfolioChristopher Buehler portfolio
Christopher Buehler portfolio
 
Commission on Chicago Landmarks Meet Agenda - May 13th, 2015
Commission on Chicago Landmarks Meet Agenda - May 13th, 2015Commission on Chicago Landmarks Meet Agenda - May 13th, 2015
Commission on Chicago Landmarks Meet Agenda - May 13th, 2015
 
Wissam chehab's CV
Wissam chehab's CVWissam chehab's CV
Wissam chehab's CV
 
Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...
Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...
Engineering Services RFP - PEC VDOT Rappahannock Fish-Passage Pilot Project -...
 
Attachement 3 61T01411 - Construction Execution Plan
Attachement 3 61T01411 - Construction Execution PlanAttachement 3 61T01411 - Construction Execution Plan
Attachement 3 61T01411 - Construction Execution Plan
 
NA
NANA
NA
 
Resume Jamilatul Adawiah Rev.6
Resume Jamilatul Adawiah Rev.6Resume Jamilatul Adawiah Rev.6
Resume Jamilatul Adawiah Rev.6
 
Career History - Ross Ullman - March 2015
Career History - Ross Ullman - March 2015Career History - Ross Ullman - March 2015
Career History - Ross Ullman - March 2015
 
BMA COMPANY PROFILE 2014
BMA COMPANY PROFILE 2014BMA COMPANY PROFILE 2014
BMA COMPANY PROFILE 2014
 
Curriculum Vitae.DOC
Curriculum Vitae.DOCCurriculum Vitae.DOC
Curriculum Vitae.DOC
 
Mohamed sanoussi cv
Mohamed sanoussi cvMohamed sanoussi cv
Mohamed sanoussi cv
 

Similar to Dmped vmp rfqp_160218_final draft (dmped comments 2 25 16) (002)_sam_ed_kathleen_nicole_regis_all

DESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docx
DESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docxDESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docx
DESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docx
carolinef5
 
Ghazawi-CV updat - April 2016
Ghazawi-CV updat - April 2016Ghazawi-CV updat - April 2016
Ghazawi-CV updat - April 2016
Mohammed Al Ghazawi
 
CURRICULUM VITAE World Bank Format V3
CURRICULUM VITAE World Bank Format V3CURRICULUM VITAE World Bank Format V3
CURRICULUM VITAE World Bank Format V3
Johannes Wartensteiner
 
Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...
Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...
Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...
bristolrising
 
Mai gabica cv 2020
Mai gabica cv 2020Mai gabica cv 2020
Mai gabica cv 2020
maigabica
 
Item # 7 - Katherine Ct (Final Review)
Item # 7 - Katherine Ct (Final Review)Item # 7 - Katherine Ct (Final Review)
Item # 7 - Katherine Ct (Final Review)
ahcitycouncil
 
PaulR.Blaetz021816RR
PaulR.Blaetz021816RRPaulR.Blaetz021816RR
PaulR.Blaetz021816RR
Paul Blaetz
 
PMC 1.1- 22jul16
PMC 1.1- 22jul16PMC 1.1- 22jul16
PMC 1.1- 22jul16
Sridhar Mangu
 
BUTLAS Consulting Engineers - Profile
BUTLAS Consulting Engineers - ProfileBUTLAS Consulting Engineers - Profile
BUTLAS Consulting Engineers - Profile
Sreenivas Butla
 
Kd6
Kd6Kd6
Madian CV_Sr Civil Structural Tech Eng
Madian CV_Sr Civil Structural  Tech EngMadian CV_Sr Civil Structural  Tech Eng
Madian CV_Sr Civil Structural Tech Eng
Mohamad Madian
 
411 New York Ave. NE Zoning Commission Order 15-19
411 New York Ave. NE Zoning Commission Order 15-19411 New York Ave. NE Zoning Commission Order 15-19
411 New York Ave. NE Zoning Commission Order 15-19
Elise Bernard
 
Nps.Cv 2009
Nps.Cv 2009Nps.Cv 2009
Nps.Cv 2009
guest5c7a0c
 
Delhi metro presention
Delhi   metro presentionDelhi   metro presention
Delhi metro presention
Dharmendra Kumar
 
Capital Programs - O'Hare 21
Capital Programs - O'Hare 21 Capital Programs - O'Hare 21
Capital Programs - O'Hare 21
Ausrine Rakauskaite
 
Industrial training report.pdf
Industrial training report.pdfIndustrial training report.pdf
Industrial training report.pdf
parthiright
 
RESUME_ARCHITH_SANKER_ATKINS
RESUME_ARCHITH_SANKER_ATKINSRESUME_ARCHITH_SANKER_ATKINS
RESUME_ARCHITH_SANKER_ATKINS
archith sanker
 
CE1 - Final Reviewed - 10 Feb 2016
CE1 - Final Reviewed - 10 Feb 2016CE1 - Final Reviewed - 10 Feb 2016
CE1 - Final Reviewed - 10 Feb 2016
Ali Issa
 
PPT Item # 5 - Water Main Installation HDD
PPT Item # 5 - Water Main Installation HDDPPT Item # 5 - Water Main Installation HDD
PPT Item # 5 - Water Main Installation HDD
ahcitycouncil
 
Updated C.V of water & sewerage
Updated  C.V of water & sewerageUpdated  C.V of water & sewerage
Updated C.V of water & sewerage
Khalid Pervez
 

Similar to Dmped vmp rfqp_160218_final draft (dmped comments 2 25 16) (002)_sam_ed_kathleen_nicole_regis_all (20)

DESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docx
DESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docxDESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docx
DESIGN STUDIO III ARCP 301R. Belton, AIA, NOMA, CSI Associates.docx
 
Ghazawi-CV updat - April 2016
Ghazawi-CV updat - April 2016Ghazawi-CV updat - April 2016
Ghazawi-CV updat - April 2016
 
CURRICULUM VITAE World Bank Format V3
CURRICULUM VITAE World Bank Format V3CURRICULUM VITAE World Bank Format V3
CURRICULUM VITAE World Bank Format V3
 
Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...
Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...
Renaissance Downtowns Depot Square Phase I Financial Proposal; Supplemental S...
 
Mai gabica cv 2020
Mai gabica cv 2020Mai gabica cv 2020
Mai gabica cv 2020
 
Item # 7 - Katherine Ct (Final Review)
Item # 7 - Katherine Ct (Final Review)Item # 7 - Katherine Ct (Final Review)
Item # 7 - Katherine Ct (Final Review)
 
PaulR.Blaetz021816RR
PaulR.Blaetz021816RRPaulR.Blaetz021816RR
PaulR.Blaetz021816RR
 
PMC 1.1- 22jul16
PMC 1.1- 22jul16PMC 1.1- 22jul16
PMC 1.1- 22jul16
 
BUTLAS Consulting Engineers - Profile
BUTLAS Consulting Engineers - ProfileBUTLAS Consulting Engineers - Profile
BUTLAS Consulting Engineers - Profile
 
Kd6
Kd6Kd6
Kd6
 
Madian CV_Sr Civil Structural Tech Eng
Madian CV_Sr Civil Structural  Tech EngMadian CV_Sr Civil Structural  Tech Eng
Madian CV_Sr Civil Structural Tech Eng
 
411 New York Ave. NE Zoning Commission Order 15-19
411 New York Ave. NE Zoning Commission Order 15-19411 New York Ave. NE Zoning Commission Order 15-19
411 New York Ave. NE Zoning Commission Order 15-19
 
Nps.Cv 2009
Nps.Cv 2009Nps.Cv 2009
Nps.Cv 2009
 
Delhi metro presention
Delhi   metro presentionDelhi   metro presention
Delhi metro presention
 
Capital Programs - O'Hare 21
Capital Programs - O'Hare 21 Capital Programs - O'Hare 21
Capital Programs - O'Hare 21
 
Industrial training report.pdf
Industrial training report.pdfIndustrial training report.pdf
Industrial training report.pdf
 
RESUME_ARCHITH_SANKER_ATKINS
RESUME_ARCHITH_SANKER_ATKINSRESUME_ARCHITH_SANKER_ATKINS
RESUME_ARCHITH_SANKER_ATKINS
 
CE1 - Final Reviewed - 10 Feb 2016
CE1 - Final Reviewed - 10 Feb 2016CE1 - Final Reviewed - 10 Feb 2016
CE1 - Final Reviewed - 10 Feb 2016
 
PPT Item # 5 - Water Main Installation HDD
PPT Item # 5 - Water Main Installation HDDPPT Item # 5 - Water Main Installation HDD
PPT Item # 5 - Water Main Installation HDD
 
Updated C.V of water & sewerage
Updated  C.V of water & sewerageUpdated  C.V of water & sewerage
Updated C.V of water & sewerage
 

Recently uploaded

Listing Turkey - Yeni Eyupevleri Istanbul
Listing Turkey - Yeni Eyupevleri IstanbulListing Turkey - Yeni Eyupevleri Istanbul
Listing Turkey - Yeni Eyupevleri Istanbul
Listing Turkey
 
SVN Live 6.10.24 Weekly Property Broadcast
SVN Live 6.10.24 Weekly Property BroadcastSVN Live 6.10.24 Weekly Property Broadcast
SVN Live 6.10.24 Weekly Property Broadcast
SVN International Corp.
 
Best Construction Company in Haldwani UK
Best Construction Company in Haldwani UKBest Construction Company in Haldwani UK
Best Construction Company in Haldwani UK
Geomatrix
 
Deutsche EuroShop | Company Presentation | 06/24
Deutsche EuroShop | Company Presentation | 06/24Deutsche EuroShop | Company Presentation | 06/24
Deutsche EuroShop | Company Presentation | 06/24
Deutsche EuroShop AG
 
Serviced Apartment Ho Chi Minh For Rental
Serviced Apartment Ho Chi Minh For RentalServiced Apartment Ho Chi Minh For Rental
Serviced Apartment Ho Chi Minh For Rental
GVRenting
 
Recent Trends Fueling The Surge in Farmhouse Demand in India
Recent Trends Fueling The Surge in Farmhouse Demand in IndiaRecent Trends Fueling The Surge in Farmhouse Demand in India
Recent Trends Fueling The Surge in Farmhouse Demand in India
Farmland Bazaar
 
Sense Levent Kagithane Catalog - Listing Turkey
Sense Levent Kagithane Catalog - Listing TurkeySense Levent Kagithane Catalog - Listing Turkey
Sense Levent Kagithane Catalog - Listing Turkey
Listing Turkey
 
The KA Housing - Catalogue - Listing Turkey
The KA Housing - Catalogue - Listing TurkeyThe KA Housing - Catalogue - Listing Turkey
The KA Housing - Catalogue - Listing Turkey
Listing Turkey
 
GT234 CADASTRAL SURVEYING gggggggggg.ppt
GT234 CADASTRAL SURVEYING gggggggggg.pptGT234 CADASTRAL SURVEYING gggggggggg.ppt
GT234 CADASTRAL SURVEYING gggggggggg.ppt
leonardmichael1
 
Victory by Maskeen Group Surrey Floor plans June 2024 PDF
Victory by Maskeen Group Surrey Floor plans June 2024 PDFVictory by Maskeen Group Surrey Floor plans June 2024 PDF
Victory by Maskeen Group Surrey Floor plans June 2024 PDF
VickyAulakh1
 
Addis Bleaching Mixed use Apartment- Documentation 6.pdf
Addis Bleaching Mixed use Apartment- Documentation 6.pdfAddis Bleaching Mixed use Apartment- Documentation 6.pdf
Addis Bleaching Mixed use Apartment- Documentation 6.pdf
hawifitumaed
 
原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样
原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样
原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样
a7xjm8n4
 
HollandRow_17x11_Insert_Floorplan_Feature sheet.pdf
HollandRow_17x11_Insert_Floorplan_Feature sheet.pdfHollandRow_17x11_Insert_Floorplan_Feature sheet.pdf
HollandRow_17x11_Insert_Floorplan_Feature sheet.pdf
VickyAulakh1
 
House Construction Cost in Haldwani
House Construction Cost in Haldwani House Construction Cost in Haldwani
House Construction Cost in Haldwani
Geomatrix
 
Things to Consider When Selling Your House - Summer 2024 Edition
Things to Consider When Selling Your House - Summer 2024 EditionThings to Consider When Selling Your House - Summer 2024 Edition
Things to Consider When Selling Your House - Summer 2024 Edition
Tom Blefko
 
制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样
制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样
制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样
z5h13yqc
 
AVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing Turkey
AVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing TurkeyAVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing Turkey
AVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing Turkey
Listing Turkey
 
BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...
BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...
BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...
knox groups real estate
 
Gurgaon Industrial Business Association.pdf
Gurgaon Industrial Business Association.pdfGurgaon Industrial Business Association.pdf
Gurgaon Industrial Business Association.pdf
jwhrsngh23
 
G+10 apartment 1- Sustainable apartment building.pdf
G+10 apartment 1- Sustainable apartment building.pdfG+10 apartment 1- Sustainable apartment building.pdf
G+10 apartment 1- Sustainable apartment building.pdf
hawifitumaed
 

Recently uploaded (20)

Listing Turkey - Yeni Eyupevleri Istanbul
Listing Turkey - Yeni Eyupevleri IstanbulListing Turkey - Yeni Eyupevleri Istanbul
Listing Turkey - Yeni Eyupevleri Istanbul
 
SVN Live 6.10.24 Weekly Property Broadcast
SVN Live 6.10.24 Weekly Property BroadcastSVN Live 6.10.24 Weekly Property Broadcast
SVN Live 6.10.24 Weekly Property Broadcast
 
Best Construction Company in Haldwani UK
Best Construction Company in Haldwani UKBest Construction Company in Haldwani UK
Best Construction Company in Haldwani UK
 
Deutsche EuroShop | Company Presentation | 06/24
Deutsche EuroShop | Company Presentation | 06/24Deutsche EuroShop | Company Presentation | 06/24
Deutsche EuroShop | Company Presentation | 06/24
 
Serviced Apartment Ho Chi Minh For Rental
Serviced Apartment Ho Chi Minh For RentalServiced Apartment Ho Chi Minh For Rental
Serviced Apartment Ho Chi Minh For Rental
 
Recent Trends Fueling The Surge in Farmhouse Demand in India
Recent Trends Fueling The Surge in Farmhouse Demand in IndiaRecent Trends Fueling The Surge in Farmhouse Demand in India
Recent Trends Fueling The Surge in Farmhouse Demand in India
 
Sense Levent Kagithane Catalog - Listing Turkey
Sense Levent Kagithane Catalog - Listing TurkeySense Levent Kagithane Catalog - Listing Turkey
Sense Levent Kagithane Catalog - Listing Turkey
 
The KA Housing - Catalogue - Listing Turkey
The KA Housing - Catalogue - Listing TurkeyThe KA Housing - Catalogue - Listing Turkey
The KA Housing - Catalogue - Listing Turkey
 
GT234 CADASTRAL SURVEYING gggggggggg.ppt
GT234 CADASTRAL SURVEYING gggggggggg.pptGT234 CADASTRAL SURVEYING gggggggggg.ppt
GT234 CADASTRAL SURVEYING gggggggggg.ppt
 
Victory by Maskeen Group Surrey Floor plans June 2024 PDF
Victory by Maskeen Group Surrey Floor plans June 2024 PDFVictory by Maskeen Group Surrey Floor plans June 2024 PDF
Victory by Maskeen Group Surrey Floor plans June 2024 PDF
 
Addis Bleaching Mixed use Apartment- Documentation 6.pdf
Addis Bleaching Mixed use Apartment- Documentation 6.pdfAddis Bleaching Mixed use Apartment- Documentation 6.pdf
Addis Bleaching Mixed use Apartment- Documentation 6.pdf
 
原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样
原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样
原版制作(Greenwich毕业证书)格林威治大学毕业证PDF成绩单一模一样
 
HollandRow_17x11_Insert_Floorplan_Feature sheet.pdf
HollandRow_17x11_Insert_Floorplan_Feature sheet.pdfHollandRow_17x11_Insert_Floorplan_Feature sheet.pdf
HollandRow_17x11_Insert_Floorplan_Feature sheet.pdf
 
House Construction Cost in Haldwani
House Construction Cost in Haldwani House Construction Cost in Haldwani
House Construction Cost in Haldwani
 
Things to Consider When Selling Your House - Summer 2024 Edition
Things to Consider When Selling Your House - Summer 2024 EditionThings to Consider When Selling Your House - Summer 2024 Edition
Things to Consider When Selling Your House - Summer 2024 Edition
 
制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样
制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样
制作(ucr毕业证书)加州大学河滨分校毕业证学历学位证书原版一模一样
 
AVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing Turkey
AVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing TurkeyAVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing Turkey
AVRUPA KONUTLARI ESENTEPE - ENGLISH - Listing Turkey
 
BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...
BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...
BEST FARMLAND FOR SALE | FARM PLOTS NEAR BANGALORE | KANAKAPURA | CHICKKABALP...
 
Gurgaon Industrial Business Association.pdf
Gurgaon Industrial Business Association.pdfGurgaon Industrial Business Association.pdf
Gurgaon Industrial Business Association.pdf
 
G+10 apartment 1- Sustainable apartment building.pdf
G+10 apartment 1- Sustainable apartment building.pdfG+10 apartment 1- Sustainable apartment building.pdf
G+10 apartment 1- Sustainable apartment building.pdf
 

Dmped vmp rfqp_160218_final draft (dmped comments 2 25 16) (002)_sam_ed_kathleen_nicole_regis_all

  • 1. Vision McMillan Partners Request for Qualifications and Proposal For Design-Build Contractor March 4, 2016 McMillan Infrastructure Project
  • 2. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 2 TABLE OF CONTENTS I. RequestforQualificationsand Proposal II. Glossary(Owner,VMP,GMP,Design-BuildContractoretc)) III. ProjectDescription IV. ExistingTeamMembers V. ProjectStatus VI. Scope of Services VII. ProjectTime Line VIII. Confidentiality IX. FirmResume X. RecentProjectExperience XI. Proposed ProjectTeam XII. ProjectApproach XIII. Proposal Instructions XIV. Proposal SelectionCriteria XV. Interviews XVI. Reservationof Rights XVII. MiscellaneousProvisions XVIII. Exhibits A. BidForm B. 30% Design(50%DD) Documents C. Proposed Design-BuildAgreement D. EconomicInclusionandGreen BuildingRequirements E. Insurance andBond Requirements F. Geotechnical Report G. ExistingConditionsAssessment&Feasibility Evaluation H. HistoricPreservationReport I. PlannedUnitDevelopment(PUD) MasterPlan J. EntitlementApprovals K. Pad Site Definitions L. PublicSpace ImprovementNarrative M-1. Phase I Environmental SiteAssessment M-2. Phase II EnvironmentalSite Assessment
  • 3. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 3 I. REQUEST FOR QUALIFICATIONS AND PROPOSAL (“RFQ&P”) Vision McMillan Partners (“VMP”), in contract with the Districtof Columbia,actingby and through the Officeof the Deputy Mayor for Planningand Economic Development (“DMPED”), and collectively (“Owner”), invite submission of a Statement of Qualificationsand a Proposal to providedesign-build services for the McMillan InfrastructureProject.A qualified design-build contractor shall beselected via a two stage process as outlined in Section X of this RFQ&P. REQUEST FORQUALIFICATIONS Proposers arehereby asked to submita Statement of Qualificationsin accordancewith Section X via the website below by 5:00 pm EST on March 18, 2016. Any submission received after the deadlinewill be disqualified. Website: http://envisionmcmillan.com/DBCRFQ&P/ REQUEST FORPROPOSAL The proposers who submit the highest ranked Statement of Qualifications shall beselected and asked to provideProposals (“Qualified Proposers”).The Qualified Proposers shall be provided access to the remainingdocuments of the RFQ&P and exhibits by March 25, 2016 to develop their Proposals to this solicitation. Digital copies of Proposals shall besent to the following email address by April 21, 2016 with eight (8) hard copies overnighted for delivery by 5pm the followingbusiness day to: ATTN: ProjectManager Vision McMillan Partners 1508 U Street NW Washington,DC 20009 Email:info@envisionmcmillan.com PRE-PROPOSALCONFERENCEand SITETOUR A pre-proposal conference with sitetour shall bescheduled for the Qualified Proposers. REQUESTSFOR INFORMATION Qualified Proposers areexpected to review the provided materials and send any questions or requests for information via electronic mail no later than 5:00pm EST on April 8, 2016 to: ATTN: ProjectManager Email:info@envisionmcmillan.com Subject: McMillan RFQ&P Questions Answers or clarificationsin responseto these requests will be prepared in writingby the Owner and will be distributed to all Qualified Proposers.Qualified Proposers shall notdirectquestions to any other person at VMP or anyone within DMPED or the Districtof Columbia Government.
  • 4. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 4 II. PROJECT DESCRIPTION The McMillan redevelopment is located on a 25-acreparcel in Northwest Washington,D.C., bounded by Michigan Avenue NW, North Capitol Street NW, ChanningStreet NW, and FirstStreet NW known as asLot 800 in Square 3128 (the “Site”). The Site is the subjectof approvalsby the D.C. Historic Preservation Revi ew Board, the D.C. Zoning Commission,and the Mayor’s Agent for Historic Preservation (collectively “Entitlement Approvals”). Historically,thehundred year old Site was used as a slowsand water filtration plant.Itconsists of 20 underground unreinforced concrete cells of sand filter beds creating a platform or "plinth," which is inserted into the risingslopeof North Capitol Street NW. The south end of the Site is situated approximately 16 feet above the north end of the Site; however, as North Capitol Street NW rises,the plinth remains level so that it sits approximately 10 feet below Michigan Avenue NW at its northern end. The surfaceof the Site is generally flat,rectangular in shape,and is made up of a shallowdirt-bed covered with grass and weeds. This planeis punctuated by 2,100 manholes to the filter bed chambers below. Two recessed servicecorridors containing,amongother things, 20 chimney-likestructures,known as the sand storage bins,traversethe Site laterally with pathways that lead to the underground cells.These lateral corridors,referred to as the "North ServiceCourt" and the "South ServiceCourt," are lined with other elements of the water filtration process,includingregulator houses,stationary sand washers,and portals and ramps to the underground chambers of sand filter beds. Overall,the Site is approximately four city blocks longalongNorth Capitol Street NW and FirstStreet NW, and one extra-wide block in width along ChanningStreet NW and Michigan Avenue NW.             A more detailed description of the Project can be found in ExhibitB. III. DESIGN-BUILD SCOPE OF SERVICES The McMillan InfrastructureProject(“Project”) will preparethe Site for new vertical development as conceptually identified in the Entitlement Approvals. Owner intends to design and construct the Project using the services of a Design-Build Contractor.
  • 5. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 5 The Project’s scope of work shall include,butnot be limited to, the following elements:  Phased Demolition (includingstructural supportof portions of the site) of existinghundred year old historic structures  Mass Excavation on an unclassified site(includingsupportand stabilization of adjacenthistoric structures to be preserved)  Preservation and rehabilitation of certain iconic historic structures to be retained  Utility infrastructureincluding:stormwater management, sewers, water, electric and gas service, communication and data infrastructure  Road and street infrastructureimprovements within the Site  Re-establishment of the Olmsted Walk around the perimeter of the Site  Reconstruction of specific concreteretainingwalls and stairs adjacent to the North Service Court and South ServiceCourt  Improvements to adjacentpublic streets and intersections  Traffic control systems  Public spaceimprovements including:walks,landscaped areas, streetscapes,courts and fountains  Establishmentof finished pads for Parcels 1,2,3, 4, 5 and 6 in accordancewith finished pad descriptions as described in ExhibitD  Adaptive reuse of identified historic resources in both servicecourts Design i. Lead, Engineered , coordinate,and document the architectural,civil engineering,and landscapearchitecturedesign services required to obtain all required approvalsand permits from the various DistrictUtilities and Agencies,in order to constructthe Projectto include,but not limited to the following: a) New rights of way within the Site including,butnot limited to: roads,alleys, sidewalks and historic servicecorridors. b) Improvements in the public realmadjacentto the Site as contemplated in ExhibitL c) All necessary utilitiesand related infrastructure to support the Projectand its future uses d) Open spaces and landscapinglocated throughout the Site, excluding the Community Center, Park and an eastern portion of the South Service Court. e) Preservation and rehabilitation of the historic assets located throughout the Property which areto be retained f) Selective demolition of designated portions of below grade filter cells g) Adaptive reuse of historic resourcesin both servicecourts ii. Lead, coordinate,engineer and document the development of documents related to the approvals and requirements of the District’s Utilities and Agencies as necessary to complete the Final SitePlan and make itready for final submission and approval priorto permitting and commencement of construction. These services include,but arenot limited to the following: a) Development of engineered documents and provision of advisory services related to the sheeting and shoringand foundation systems required for the performance of demolition on the Property b) Development of engineered documents and provision of advisory services related to the storm water management and sustainability strategy for the Project iii. Potential assignmentof the existingteam members’ contracts to the Design-Build Contractor, or ongoinguse of these existingteam member relationships, for completing the construction documents
  • 6. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 6 iv. Assume full design and engineering responsibility for the existingdemolition permit packageand contractwith other designers as necessary to produce a complete signed and sealed demolition permit design packagefor submission and approval to DCRA and other required authorities v. Prepare, engineer, and submita complete signed and sealed sheeting & shoring permit design to DCRA and other approving authorities vi. Assume full design responsibility for the previously prepared 30% (50% DD) siteplan documents and contractwith additional engineers and consultants as necessary to develop the design to 100% construction documents and siteplan approval.Any inconsistencies included within the existingplans and or specifications mustbe identified and brought to the attention of the Owner prior to biddingby the Design Builder. vii. Providea “Pad” design for Parcels 1,2, 3, 4, 5 and 6 in accordancewith finished pad descriptions as described in ExhibitK that includes the elevations for each pad site, the public spaceimprovements and road improvements viii. Contract for and perform further geotechnical analysis of the siteat completion of demolition or as necessary ix. Providerequired zoning surveys,surveys to mark and plats for final pad lots x. Providedesign, engineering, approvals,and permitting of all wet utilities, stormwater management and dry utilities in preparation for futurevertical construction build-out xi. Includeall design and permitfees as required xii. Submit design for approval to Owner at 100% DD, 60% CD and 90% CD xiii. Act as the liaison on all matters pertainingto the design of the Public Infrastructure, Property Work and Public Amenities with all external partners (includingall District Utilities and Agencies). The Proposer shall scheduleand lead any and all appropriate meetings and coordination to ensure that the work is completed per the approved Development Schedule and Budget. . B. Construction i. Demolition and removal of select facilities and structures ii. Excavation and removal of required existingfoundations iii. Support of demolition and excavation as required iv. Preservation and rehabilitation of historic structures to be retained based on the Entitlement Approvals. v. Earthwork necessary on an unclassified siteto excavate and bringfinal grades to “Pad” elevations as defined in the pad condition definitions (included as ExhibitK) vi. Coordinateand install newutility infrastructureand ties into existing infrastructureto includeall sewer tap fees, PEPCO fees, Washington Gas fees, Verizon fees and any other applicableutility related fees vii. Coordinateand constructall publicspaceimprovements as required, but not limited to, the Entitlement Approvals (included as Exhibits L…) viii. Coordinateand construct privateroad and walkway improvements and repairs as required ix. ProvideHazardous Materials Liability Insurance in accordancewith Exhibit E C. Budget Estimate & General Conditions i. A costestimate shall besubmitted as partof the Proposal,which shall beused as a basis for establishing theGross Maximum Price(GMP) contract.It should includea breakdown of the estimated design and construction costs in the manner prescribed by the Bid Form for the Project(the “Budget”) ii. The Budget shall includeall elements required to complete the work, whether those elements are shown or described in the documents or not, but are either needed or reasonably inferableto produce a complete operating facility
  • 7. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 7 iii. The Budget should be based on the previously prepared 30% (50% DD) plans included in ExhibitB and should providerecommendations to improve the design, budget, and schedule iv. The Budget should includea detailed costestimate, schedule,staffingplan and site utilization plan for modificationsmadeto the 30% (50% DD) plans to 100% completion v. At each stage of design (100% DD, 60% CD and 90%CD), the Budget should be updated and an evaluation should beperformed of the costs of alternativematerials,services and methods to ensure budget conformance vi. Proposer is responsiblefor all general conditions work items;either self-performed or performed by a third party D. Preconstruction & Construction Schedules i. A preliminary preconstruction,design and construction scheduleshall besubmitted as part of the Proposal ii. Weather days shall beincluded in all schedules as scheduled activities and shall be calculated into the schedulefloat iii. The schedulewill be updated monthly, at the end of each design phase,or as requested by the Owner and is subjectto a 21 calendar day review period for approval by Owner iv. The scheduleshall includedurationsand milestones for the future vertical construction as provided by Owner; construction of which is outsideof the scope of the Project v. The scheduleshall includeactivities for design submittals,permittingactivities and interface with public and community stakeholders as well as milestones as listed in the Bid Form (included as ExhibitA) vi. Time is of the essence. Proposer shall manageand coordinatethe work of all consultants and trades required to properly execute the work in a timely manner vii. If the sequence of design or construction falls behind oneweek or more of that shown on the baselinescheduleduringany scheduleupdate, Proposer shall submitwithin seven (7) days a recovery schedule for the Owner’s approval viii. Proposer shall usePrimavera ProjectPlanner (P6) schedulingsoftwarefor all of its scheduling activities E. Subcontractors and Consultants i. ii. Prepare - Develop a GMP plan for the GMP development, review, de-scopingand ultimate sub-contractaward within the plan the Design Builder shall includea listof qualified bidders and distributeto a minimum of three (3) bidders per scope. iii. Bid, analyzeand negotiate a final pricewith subcontractors and consultants and submit bid package with recommendation to Owner. If lowbidder for any trade is not selected, providewritten explanation with recommendation. Approval of all subcontractors and consultants is atthe solediscretion of the Owner iv. Provideand pay for trade specific or specialty permits as required by local authorities v. Provideperformance and payment bonds for all subcontractorswith contracts in excess of $100,000 In addition to the normal administration of the Project, participatein as many meetings and presentations as necessary with the applicablecommunity groups and other groups Comply with, monitor and striveto exceed all required Certified Business Enterprise(CBE), Davis - Bacon, FirstSourceand Opportunity McMillan’s workforcedevelopment goals (see ExhibitD) Comply with requirements of the LivingWage Act of 2006 and the Green BuildingAct of 2006 (see ExhibitD) vi.
  • 8. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 8 F. Preconstruction & Construction Administration i. ii. iii. iv. Prepare and submit for approval to Owner a Construction management plan as required by DCRA, the ZoningCommission, and the Advisory Neighborhood Commissions (ANC) v. Submit certified payroll monthly with progress payment application vi. vii. Obtain and maintain all necessary permits as well as pay the required fees for such permits viii. Maintain contractdrawing,RFI,shop drawing,submittal and change order logs and providestatus of logs at all progress meetings ix. Monthly reporting on the 10th day of each month including,atminimum: scheduleupdate, costupdate, cash flowupdate, economic inclusion reports,quality assurancereports, safety update and progress photos x. Use and maintain all aspects of the Project with ProcoreManagement Software or equivalentand shall includeall costs for useby all entities involved in the Project to include,but not limited to, the Owner, consultants and subcontractors xi. Design and construction shall bein accordancewith LEED ND Gold certification.Proposer is responsiblefor the implementation and submission to achieveLEED ND Gold certification. xii. Comply with the Historic Preservation Plan (HPP) thathas been approved by the Historic Preservation Review Board and the Secretary of the Interior’s standards G. Site Utilization i. Providea sitelogisticsplan based on the previously prepared plans ii. Coordinateand schedulethe construction activities with government agencies,public utilities,streettraffic, etc. and obtain necessary approvalsand permits as required H. Safety and Quality Management i. Prepare, submit for approval and execute safety and quality control plansto ensure a safe and quality work zone. IV. PROJECT TIME LINE VMP anticipates providingnoticeto proceed to the Design-Build Contractor on or before September 1, 2016. This will befollowed by approximately eighteen (18) months of design and construction. V. CONFIDENTIALITY As a reminder and in accordancewith a Confidentiality Agreement that will be executed by your firm, all Project information is and shall remain confidential. All information mustbe kept confidential and must not be disclosed to any other party other than to your employees directly involved with the Project without prior agreement by Owner. In the courseof Contractor’s performance of the work provided for hereunder, Owner may make avai lable to Contractor information that Owner designates as trade secrets or other confidential engineering, technical and business information.As longas,and to the extent that, such information remains confidential and availableto others only with the consent of Owner, or is not generally availableto the public fromother sources,Contractor shall maintain such information in strictconfidenceand shall notdiscloseany such information to others (includingits employees,Consultants or Subcontractors), except to the extent
  • 9. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 9 necessary to enable Contractor to carry out the Contract. Contractor shall similarly obligateany and all persons to whom such information is necessarily disclosed to maintain the information in strictconfidence. Contractor agrees that, in the event of any breach of this confidentiality obligation,Owner shall beentitled to equitablerelief,includinginjunctiverelief or specific performance,in addition to all other rights or remedies otherwise available. VMP is contractually required to discloseinformation to DMPED related to this RFQ&P. Responses and all other information and documents submitted in responseto this RFQ&P are subjectto the District’s Freedom of Information Act (D.C. Official Code§ 2-531 et seq.) (“FOIA”), which generally mandates the disclosureof documents in the possession of the Districtupon the request of any person, unless the content of the document falls within a specificexemption category (e.g., trade secrets and commercial or financial information obtained from outsidethe government, to the extent that disclosurewould resultin substantial harm to the competitive position of the person from whom the information was obtained). If Proposers provideinformation that they believe is exempt from mandatory disclosureunder FOIA (“exempt information”),the Proposer shall includethe followinglegend on the title page of the response: “THIS RESPONSE CONTAINS INFORMATION THAT IS EXEMPT FROM MANDATORY DISCLOSURE UNDER THE DISTRICT’S FREEDOM OF INFORMATION ACT.” In addition,on each page that contains information that Proposer believes is exempt from mandatory disclosureunder FOIA, Proposers shall includethe followingseparatelegend: “THIS PAGE CONTAINS INFORMATION THAT IS EXEMPT FROM MANDATORY DISCLOSURE UNDER THE DISTRICT’S FREEDOM OF INFORMATION ACT.” On each such page, Proposer shall also specify the exempt information and shall statethe exemption category within which itis believed the information falls. Although DMPED will generally endeavor not to discloseinformation designated by Proposers as exempt information,DMPED will independently determine whether the information designated by Proposers is exempt from mandatory disclosure.Moreover, exempt information may be disclosed by DMPED, atits discretion,unless otherwiseprohibited by law,and the Districtshall haveno liability related to such disclosure. VI. FIRM RESUME – Technical Expertise, Capabilities & Experience Pleaseprovidea written responseto the followingitems: A. Name of firm B. Brief history of firm, includingthenumber of full time employees C. Annual volume of all work for the lastfifteen (15) years D. Annual volume of infrastructurework for the lastfifteen (15) years E. Number of metropolitan DC based infrastructureprojects over $50,000,000 F. Capabilitiesof firm i. Types of services (design-build,general contracting,construction management, preconstruction services,etc.) citingspecific projects wherethose services havebeen applied ii. Self-performance capabilities,with examples if applicable G. Financial capability i. Bonding company (includeletter from bonding company identifyingcapacity to provide a bond for a projectof this magnitude)
  • 10. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 10 H. Audited financial statements for the lastfive(5) years I. Safety record i. Pleaseprovideyour Experience Modification Rate(EMR) for the lastfive(5) years J. Full disclosureof actions againstcontractor or venture partners i. Debarments ii. Suspensions iii. Bankruptcy iv. Loan defaults v. Tax liabilities vi. Litigation K. Listall previous experiencein the past five(5) years with: i. Districtof Columbia government (specifically identify work with DMPED or Department of General Services (DGS)) ii. Historic Preservation ReviewBoard (HPRB) iii. Other historic preservation projects (includetype and scope) iv. Urban infrastructureprojects over $50,000,000 v. Projects achieving LEED – ND VII. RECENT PROJECT PERFORMANCE Pleaseprovidea detailed description of the firm’s experience similar in scopeto the Project, with no more than five (5) specific examples of design-build,historicpreservation,pre-construction and construction project experience. Those projects most similar to the Project in scopeof services,sizeand managed by the team members responsiblefor this project,will receivehighest consideration.Projects musthave been completed within the past fifteen (15) years. At minimum, the written description should provide the followingfor each project: A. Name of the project B. Duration of project and year of construction completion C. Client D. Scope of project E. Type of contract F. Total hard costs (including only improvements for which Proposer was responsible) G. Role played in the preconstruction and/or construction H. Examples (plans,photographs,etc.) which highlightwork completed by Proposer I. Clientreference (includename, address,email and phone number) J. Listand describeany litigation;arbitration;claimsfiled by your firm againstany projectowner as a resultof a contractdispute; any claimfiled againstyour firm; termination from a project. K. Applicant’s capacity and intent to proceed without delay if selected for this work VIII. PROPOSED PROJECT TEAM Providean organization chartfor the proposed project team alongwith resumes for key members of the proposed projectteam detailingtheir responsibilities on past projects and proposed responsibilities for this Project. Provide‘team’ experience working together on similar projects. Includea signed statement that these individuals areavailableand will beassigned to the Projectif selected. IX. PROJECT APPROACH
  • 11. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 11 Providea narrativedescription of your team’s approach to providingthe followingas described in the previously provided “Scope of Services”. A. Design B. Construction C. Budget Estimate & General Conditions D. Insuranceand Bond Costs E. Preconstruction and Construction Schedule F. Subcontractors and Consultants G. Preconstruction and Construction Administration H. Site Utilization I. Safety Management Owner is interested in your specific approach and techniques that have proven effective in ensuring accuracy of pricingand construction schedules,whilepromotingteam collaboration. Owner is also particularly interested in your approach to construction management that will control costs,mitigate impacts to neighboringresidential area and mitigatenegative impacts on the environment. Providean estimate of time commitment from team members for preconstruction phase. X. PROPOSAL INSTRUCTIONS A. This RFQ&P shall beevaluated in two stages. i. Prequalification process (Stage1) –No later than March 18, 2016,proposer shall register at the website listed in Section I and submita qualification statement of its firmor team to execute the scope of work outlined herein. Included with its qualification statement shall beall elements associated with Section VI. ii. Proposal Process (Stage2) – The three to five most Qualified Proposers as selected by Owner will beprovided the exhibits associated with this RFQ&P and will bedirected to the time and placeof the pre-proposal conference and sitetour. Proposalsaredueto VMP by 5pm EST on April 21, 2016. B. Proposals fromQualified Proposers shall include: i. Itemized design cost, fee, general conditions,insurance,tax and bond costs for your firm to providethe scope of services listed in Section III (Scope of Services) above. ii. All Proposalsmustbe prepared on the Bid Form provided in ExhibitA. iii. All Proposalsshall remain valid until a final selection is made. iv. Proposer represents that ithas read and understands the information contained within the RFQ&P, has visited the site, has verified local conditions,is in full compliancewith the provisionsof the RFQ&P, and is willingand ablethe complete the Scope of Services in Section III. v. vi. Proposer will includecosts for bondingand insurancerequirements detailed in ExhibitE. vii. Proposer and its subcontractors shall adhereto all relevantEqual Employment Opportunity (EEO) requirements, and as directed by the Owner and appropriate enforcement agencies. C. Any modifications to this RFQ&P shall beby written addendum only; no verbal modificationsto the documents will berecognized.
  • 12. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 12 XI. PROPOSAL SELECTION CRITERIA A. Evaluation of Qualifications for ShortList Qualified Proposer selection will bebased upon a Proposer’s demonstrated expertise, track record and history with comparableprojects,ability to perform the requested services within the schedule, and documented financial ability to complete the Projectsuccessfully. B. Evaluation for Award The contractshall beawarded to the Qualified Proposer whoseoffer is mostadvantageous to the Owner, based upon the evaluation criteria specified below.Thus,whilethe points in the evaluation criteria indicatetheir relativeimportance, the total scores shall notnecessarily bedeterminative of the award.Rather, the total scores shall guide Owner in makingan intelligentaward decision based upon the evaluation criteria. C. Evaluation Criteria Proposals will beevaluated based on the followingevaluation factors in themanner described below. Each Proposal will bescored on a scaleof 1 to 100 points. In addition,Proposers will beeligibleto receive up to five (5) preference points for participation by Local,Small or Disadvantaged Business Enterprises as described in the RFQ&P. Thus, the maximum number of points possibleis 105. Evaluation Criterial shall include: i. Firm Resume - Technical expertise,capabilities& experience ii. Recent projectperformance iii. Proposed Project Team iv. Project Approach v. Design, General conditions,fee, insurance,taxes and bond vi. Preference points i. Firm Resume – Technical Expertise, Capabilities & Experience (25 Points) VMP desires to engage a design-build contractor with the expertise and experience necessary to realizethe objectives set forth in the RFQ&P. Proposers will beevaluated based on its response to Section VI of the RFQ&P and its demonstrated experience in: a) The construction of projects in the District b) Constructingurban infrastructureand similar facilities c) Restoration of historic structures d) Constructingprojects in an urban setting e) Design-build projects f) Projects achievingLEED-ND g) Workingwith DMPED, DGS, or HPRB If the Proposer is a team or jointventure of multiplecompanies,VMP will consider the experience of each member of the team or jointventure in lightof their rolein the proposed team or joint venture. ii. Recent Project Performance (15 Points)
  • 13. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 13 VMP desires to engage a design-build contractor with the expertise and experience necessary to realizethe objectives set forth in the RFQ&P. Proposers will beevaluated based on its response to Section VII of the RFQ&P and its demonstrated experience in: a) Completing projects on-time b) Completing projects on-budget c) Clientreferences iii. Proposed Project Team (10 Points) VMP desires that the design-build contractor assign to this projectpersonnel who have the necessary experience and professional credentialsfor the roleeach such individual is assigned.Proposalsshould identify in accordancewith Section VIII of the RFQ&P and at a minimum: a) Project Executive b) Design Manager c) Project Manager(s) d) Superintendent(s) VMP expects that these personnel would be assigned to the Projectfor the duration of the Project (i.e., during both the preconstruction and construction phases) on a full time basis duringconstruction and a significantportion duringdesign. Proposers will beevaluated based on the level of experience and time commitment of each of these individuals.Proposerswill also beevaluated based on whether they have devoted sufficientstaff,staff of the appropriatelevel of expertise to properly staff the Project, and the cohesiveness and efficiency of the team as a whole. Proposers shall providea listor chartof all personnel proposed for the Project. Such list or chartshould includethe followinginformation for each individual: a) The individual’s name b) The individual’s role c) Whether the individual’s involvementin the Projectis funded from the General Conditions Budget or the Design Fee. d) The percentage of time that will bedevoted by the individual to the Project. This should be identified for each phase of the Project. e) The individual’s resume. f) The individual’scurrentworkload over the next two years. g) A chartshowingthe experience that the key team members have working together. Resumes should indicatethe individual’s experienceon the five(5) relevant projects and identify the roleof the individual in each pastprojectnoted on the resume. The resume should also clearly identify howlong the individual hasworked in the construction industry and should indicatethe number of years of experience in his or her current role as well as prior roles. If a subcontractor or personnel employed by other than the Proposer are proposed, VMP will only consider thosequalificationsif a firmcommitment is demonstrated with
  • 14. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 14 the firm by which they are employed or with the individuals identified.Commitment letters shall beprovided with the offer. iv. Project Approach (40Points) Proposers arerequired to submit with their proposal a Design & Construction Plan. The Design & Construction Plan should clearly explain howthe Proposer intends to manage and implement the Project in accordancewith Section IX of the RFQ&P. It should demonstrate a knowledge of the process and impediments that must be overcome. The Design & Construction Plan will beevaluated based on the following: a) Identification of the site/project-specific challenges and explanation of how they will be overcome or mitigated b) Demonstration of an understandingof the key elements of the Project c) Explanation of how the Proposer intends to implement the Project d) Explanation of how the Proposer proposes to manage the regulatory approvals process e) Explanation of how the Proposer will ensurethat the design is developed consistentwith the budget f) Workability of the plan for managingquality issues during construction Proposer will submita CPM schedulethat shows the anticipated manner in which the Project will beimplemented, both Design and Construction Phases.The schedule should showa sufficientlevel of detail so as to demonstrate the Proposer’s understandingof the Project and the key issues related to the Project. The schedule will beevaluated based on the following: a) Whether the schedule and the activities reflected therein demonstrate an understandingof the key elements of the project b) Whether the sequencing and duration of the activities in the scheduleare appropriate c) Whether the schedule reflects appropriatelogic for related activities Proposer will submita budget estimate in accordancewith ExhibitA for both Design and Construction Phases.The budget estimate should showa sufficientlevel of detail so as to demonstrate the Proposer’s understandingof the Project and the key issues related to the Project. VMP desires the Proposer providefor the participation of Local,Small and Disadvantaged Business Enterprises.Proposer will beevaluated based on the following: a) Whether the LSDBE Utilization plan demonstrates an understanding of the LSDBE utilization requirements for the Project. b) The Proposer’s plan for identifyingand engaging LSDBE subcontractors for participation in thetrade biddingprocess and the workability of the plan in increasingthelevel of participation of Local,Small and Disadvantaged Business Enterprises in the Project. c) The Proposer’s pastperformance in meeting LSDBE or similar goals.
  • 15. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 15 v. Design, General Conditions, Fee, Insurance, Taxes and Bond (“Price”) (10Points) The Priceevaluation shall beobjective. The Proposer with the lowest values shall receive the maximum pricepoints. All other proposals shall receivea proportionately lower total scorebased on the range of values quoted. vi. Preference Points As this Projectis being administered by DMPED, DMPED anticipates thatProposers may qualify for preference as certified business enterprises under as either majority interest or minority interest jointventures as contemplated by DC Code §2-218.39a. Proposers will be awarded preference points as certified by the Department of Small and Local Business Development. Up to five (5) preference points shall beawarded. vii. Total possible points = 105 XII. INTERVIEWS VMP will reviewthe responses to this RFQ&P and may, at its solediscretion,conductinterviews as a part of the selection process. XIII. RESERVATION OF RIGHTS VMP reserves the right, in its solediscretion and as itmay deem necessary,appropriate,or beneficial to VMP with respect to the RFQ&P, to: A. Cancel,withdraw or modify the RFQ&P prior to or after the responsedeadline B. Modify or issueclarificationsto the RFQ&P prior to the response deadline C. After review of one or more responses,may request submission of additional informati on from some or all Proposers D. Request one or more Proposers to modify its response(s),provide additional information,or providea BAFO for DMPED’s review E. Enter into negotiations with one or more Proposers based on responses submitted in responseto the RFQ&P F. Begin negotiations with the next preferred Proposer in the event that the business terms arenot negotiated to final formwithin the allotted period of time for negotiations with a prior selected Proposer G. Make and memorializemodifications to any responseduringthe course of negotiations between VMP and the Proposers H. Reject any responses VMP deems incomplete or unresponsiveto the RFQ&P requirements I. Reject all responses thataresubmitted under the RFQ&P J. Terminate, in its soleand absolutediscretion,negotiations with any Proposers if such Proposers introduce comments or changes that are inconsistentwith its previously submitted response materials;or K. Modify the deadlinefor responses or other actions;and (i) Reissuethe original RFQ&P,(ii) issuea modified RFQ&P, or (iii) issuea new RFQ&P, whether or not any responses have been received in responseto the initial RFQ&P XIV. MISCELLANEOUS PROVISIONS
  • 16. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 16 A. Conflicts of Interest Disclosure By respondingto this RFQ&P, Proposers arerepresenting and warrantingthe followingto the District: i. The compensation to be requested, offered, paid or received in connection with this RFQ&P has been developed and provided independently and without consultation, communication,or other interaction with any other competitor for the purposeof restrictingcompetition related to this RFQ&P or otherwise; ii. No person or entity currently or formerly employed by the Owner or otherwise involved in preparingthis RFQ&P on behalf of the Owner: (i) has provided any information to Proposers that was not also availableto all entities respondingto the RFQ&P; (ii) is affiliated with or employed by Proposers or has any financial interestin Proposers;(iii) has provided any assistanceto Proposers in respondingto the RFQ&P; or (iv) will benefit financially if Proposersareselected in response to the RFQ&P; and iii. Proposers havenot offered or given to any Owner officer or employee any gratuity or anythingof value intended to obtain favorabletreatment under the RFQ&P or any other RFQ&P, or contract, and Proposers have not taken any action to induceany Owner officer or employee to violatethe rules of ethics governing the Owner and its employees. Proposers have not and shall notoffer, give, or agree to give anythingof valueeither to the Owner or any of its employees, agents, job shoppers,consultants, managers, or other person or firm representing the Owner, or to a member of the immediate family (i.e., a spouse, child,parent,brother, or sister) of any of the foregoing. Any such conductshall bedeemed a violation of this RFQ&P. As used herein, “anything of value” shall includebut not be limited to any (a) favors,such as meals,entertainment, and transportation (other than that contemplated by this RFQ&P, if any, or any other contractwith the Owner) which might tend to obligatea Owner employee to Proposer, and (b) gift, gratuity,money, goods, equipment, services,lodging,discounts not availableto the general public,offers or promises of employment, loans or the cancellation thereof, preferential treatment, or business opportunity.Such term shall not includework or services rendered pursuantto any other valid Owner contract. B. On-going Reporting Proposers shall reportto Owner directly and without undue delay any information concerning conduct which may involve: (a) corruption,criminal activity,conflictof interest, gross mismanagement or abuseof authority; or (b) any solicitation of money, goods,requests for future employment or benefit of thing of value,by or on behalf of any government employee, officer or public official,any Proposer’s employee, officer,agent, subcontractor,labor official,or other person for any purposewhich may be related to the procurement of the RFQ&P by Proposers,or which may affect performance in responseto the RFQ&P in any way. C. Non-Privity with the Districtof Columbia or DMPED VMP is under contractwith DMPED to providethis RFQ&P. Proposers will notbe in privity with the Districtof Columbia or DMPED through this RFQ&P or the design-build contract. D. Notice of Modifications VMP will poston its website (www.envisionmcmillan.com) and DMPED on its website (http://dmped.dc.gov/) any notices or information regardingcancellations,withdrawals, modifications to deadlines,and other modifications to this RFQ&P. Proposers shall havean obligation to check the website for any such notices and information and the Districtshall have no duty to provide directnotice to Proposers.
  • 17. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 17 E. Change in Proposers’Information If any information provided in a response by Proposer to VMP changes (e.g., deletion or modification to any of Proposer’s team members or new financial information), Proposer must notify VMP in writingand provide updated information in the same format for the appropriate section of the RFQ&P. VMP reserves the rightto evaluatethe modified response, eliminate Proposers from further consideration,or take other action as the VMP may deem appropriate. VMP will requiresimilarnotification and approval rights of any change to Proposers’responseor development team membership followingaward,if any. F. Ownership and Use of Responses All responses shall bethe property of Owner. Owner may useany and all ideas and materials included in any response, whether the responseis selected or rejected. G. Restricted Communications Upon releaseof this RFQ&P and until final selection, Proposersshall notcommunicate with Owner or Owner staff about the RFQ&P or issues related to the RFQ&P except as permitted under this RFQ&P. H. Selection Non-Binding The selection by VMP of a Proposer indicates only VMP’s intent to negotiate with a Proposer, and the selection does not constitute a commitment by VMP to execute a final agreement or contract with the Proposer. Proposers therefore agree and acknowledge that they arebarred from claimingto have detrimentally relied on VMP for any costs or liabilities incurred as a resultof respondingto this RFQ&P. I. Litigation Proposers shall providea statement regardingany prior (whether filed or resolved within the previous seven (7) years),or pending litigation or administrativeclaims or knowledge of litigation (or threatened litigation in which VMP or the Districtis a party) thatrelates to any team member, affiliateor to any other entity or individual havinga controllinginterest in the entity (or entities) that compriseProposers.For any such litigation or claim,the Proposer shall providethe name and civil,criminal or administrativeaction number of such litigation or claimand a description of the subjectmatter of such litigation or claim. J. Non-Liability By participatingin theRFQ&P process,Proposers agree to hold Owner, its officers,employees, agents, representatives, and consultants harmlessfromall claims,liabilities,and costs related to all aspects of this RFQ&P. K. “Stand-Alone” Project The development of the Site is expected to be a “stand alone” project, in that Proposers are prohibited from cross collateralizingand crossdefaultingthe project, or any portion thereof, with any other assets.Moreover, Proposers areprohibited from assigning,pledging,hypothecating, or otherwise transferringtheir interest in the net cash flows or ownership of the project in part, or in whole, without prior VMP approval.Any additional debtshall requireprior written VMP approval.This limitation shall apply until final completion of the project. L. Disclosureof Fees Proposers shall discloseall development management fees, general contractingfees, construction management fees, property management fees, and other fees that are paid to Proposers or affiliated parties duringthe lifeof the project. Failureto do so may result in the
  • 18. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 18 VMP terminating, in its soleand absolutediscretion,negotiations with a Proposer or terminating the project. M. Restrictions The Districtis subjectto various laws,rules,policies and agreements that impose legal and ethical constraintsupon current and former Districtemployees and consultants with regard to post-employment restrictions vis-a-vissuch employee’s or consultant’s involvement in District- led projects.In particular,restrictionsincludebutare not limited to the followingguidelines : i. All Proposers,its members, agents, or employees, are prohibited from: (i) making responses of employment, (ii) conductingany negotiations for employment, (iii) employing or, (iv) entering into contracts of any sort, with current employees, consultants,or contractors to the Districtwho are personally and substantially involved in any aspectof this RFQ&P; ii. Proposers mustdisclosein their initial responses thenames of any member, employee, or agent who within three (3) years prior to the publication of this RFQ&P were District employees, consultants,or contractors to the District.On a continuingbasis, Proposers will berequired to providethe Districtwith regular and periodic notices of any and all new hires of employees, contracted agents, or consultants within five(5) days of any such hire; iii. This provision shall apply to all Proposersduringtheconduct of this competition, and will subsequently apply to the selected Proposer until such time as final completion of the development of the project; and iv. Required disclosures and notices notwithstanding,failureto comply with any obligation described in this provision may result,in the District’s soleand absolutediscretion,in Proposers’disqualification fromconsideration under this RFQ&P, the rescission of a Proposer’s award,and/or termination of any agreement between a Proposer and VMP. XV. EXHIBITS A. Bid Form B. 30% Design (50% DD) Documents C. Proposed Design-Build Agreement D. Economic Inclusion and Green BuildingRequirements E. Insuranceand Bond Requirements F. Geotechnical Report G. ExistingConditions Assessment& Feasibility Evaluation H. Historic Preservation Report I. Planned Unit Development (PUD) Master Plan J. Entitlement Approvals K. Pad definitions fromLDAs L. Public SpaceImprovement Narrative M-1. PhaseI Environmental Site Assessment M. M-2. PhaseII Environmental Site Assessment Geotechnical Report (for information only)
  • 19. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 19 EXHIBIT A RFQ&P Bid Form Dated January 15, 2016 Attached Hereto (Next 8 Pages)
  • 20. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 20 EXHIBIT B 30% Design Development Documents Dated December 15, 2015 Prepared by Bowman Consulting, Silman, Nelson Bird Woltz and Perkins Eastman Attached Pages (x-x)
  • 21. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 21 EXHIBIT C Proposed Design-Build Agreement Dated March __, 2016 Attached Hereto (Next 110 Pages)
  • 22. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 22 EXHIBIT D Economic Inclusion and Green Building Requirements D.1 CBE Utilization. D.1.1 Contractor shall ensure that Certified Business Enterprises (“CBE”) will participate in at least fifty percent (50%) of the contracts for the Project. Thirty-five percent (35%) of the dollar volume shall be awarded to entities that are certified as a Small Business Enterpriseby the Districtof Columbia Department of Small and Local Business Development (“DSLBD”). The costs of materials, goods, and supplies shall not be counted towards the 35% subcontracting requirement unless such materials, goods, and supplies are purchased from Small Business Enterprises. In the event there are insufficient qualified Small Business Enterprises to completely fulfill the aforementioned subcontracting requirement, then the subcontracting requirement may be satisfied by subcontractingthirty-fivepercent (35%) of the dollar volumeto any Certified Business Enterprises;provided,thatall reasonable efforts shall be made to ensure that qualified Small Business Enterprises are significant participants in the overall subcontracting work. The CBE certification shall be, in each case, as of the effective date of the subcontract. D.1.2 Contractor has developed a CBE Utilization Plan thatis attached hereto as ExhibitJ.Contractor shall comply with the terms of the CBE Utilization Plan in making purchases and administering its Subcontractors and supply agreements. D.1.3 Neither Contractor or a Consultantmay remove a Subcontractor if such Subcontractor is certified as a CBE company unless Districtapproves of such removal. Districtmay condition its approval upon Contractor developing a plan that is, in District’s sole discretion, adequate to maintain the level of CBE participation on the Projec t. D.2 Living Wage Act of 2006. D.2.1 Except as described in Section 15.2.8 below, Contractor shall comply with Title I of the Way to Work Amendment Act of 2006, effective June 8, 2006 (D.C. Law 16-118,D.C. Official Code§ 2-220.01 et seq.) (the “Living Wage Act of 2006”). D.2.2 Contractor shall pay its employees and Subcontractors who perform services under the Contract no less than the current living wage published on the OCP website at www.ocp.dc.gov. D.2.3 Contractor shall includein any subcontractfor $15,000 or more a provision requiringthe Subcontractor to pay its employees who perform services under the Contract no less than the current living wage rate. D.2.4 The DOES may adjustthe livingwage annually and the OCP will publish the current livingwage rate on its website at www.ocp.dc.gov. D.2.5 Contractor shall providea copy of the current Living Wage Fact Sheet to each employee and Subcontractor who performs services under the Contract.Contractor shall also postthecurrentLivi ngWageNoticein a conspicuous placein its placeof business. Contractor shall includein any subcontractfor $15,000 or more a provision requiring the Subcontractor to post the LivingWage Notice in a conspicuous placein its placeof business.District will provide Contractor with a copy of the Living Wage Fact Sheet and Living Wage Notice. D.2.6 Contractor shall maintain its payroll records under theContractin theregular courseof businessfor a period of at leastthree (3) years from the payroll date,and shall includethis requirementin its subcontracts for $15,000 or more under the Contract. D.2.7 The payment of wages required under the Living Wage Act of 2006 shall beconsistentwith and subject to
  • 23. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 23 the provisions of D.C. Official Code § 32-1301 et seq. D.2.8 The requirements of the Living Wage Act of 2006 do not apply to: A. Contracts or other agreements that are subject to higher wage level determinations required by federal law; B. Existing and future collective bargaining agreements, provided, that the future collective bargaining agreement results in the employee being paid no less than the established living wage; C. Contracts for electricity, telephone, water, sewer or other services provided by a regulated utility; D. Contracts for services needed immediately to prevent or respond to a disaster or eminent threat to public health or safety declared by the Mayor; E. Contracts or other agreements that providetrainees with additional services including,butnot limited to, case management and job readiness services; provided that the trainees do not replace employees subject to the Living Wage Act of 2006; F. An employee under 22 years of age employed duringa school vacation period,or enrolled as a full-time student, as defined by the respective institution, who is in high school or at an accredited institution of higher education and who works less than 25 hours per week; provided that he or she does not replaceemployees subject to the Living Wage Act of 2006; G. Tenants or retail establishments that occupy property constructed or improved by receipt of government assistance from the District of Columbia; provided, that the tenant or retail establishment did not receive direct government assistance from the District; H. Employees of nonprofitorganizations thatemploy not more than 50 individualsand qualify for taxation exemption pursuantto section 501(c)(3) of the Internal Revenue Code of 1954,approved August 16, 1954 (68A Stat. 163; 26 U.S.C. § 501(c)(3); I. Medicaid provider agreements for directcareservices to Medicaid recipients,provided,thatthe directcareserviceis not provided through a home careagency, a community residencefacility,or a group home for mentally retarded persons as those terms are defined in section 2 of the Health-Care and Community Residence Facility,Hospice,and HomeCare LicensureAct of 1983,effective February 24, 1984 (D.C. Law 5-48;D.C. Official Code § 44-501); and J. Contracts or other agreements between managed careorganizations and theHealth CareSafety Net Administration or the Medicaid Assistance Administration to provide health services. D.2.9 The Mayor may exempt a contractor from the requirements of the Living Wage Act of 2006,subject to the approval of the Council, in accordance with the provisions of Section 109 of the Living Wage Act of 2006. D.3 Green Building Act D.3.1 Contractor shall design, develop, and manage the Project and Vertical Development plan to be in compliance with the Green Building Act of 2006, D.C. Official Code § 6-1451.01, et seq., as amended, and the regulations promulgated therewith. D.4 First Source Employment Agreement Act D.4.1 Pursuantto Mayor’s Order 83-265,DC Law 5-93, as amended, and DC Law 14-24,Contractor recognizes that one of the primary goals of the Districtof Columbia government is the creation of job opportunities for Districtof Columbia residents. D.4.2 Accordingly,Contractor shall comply with the FirstSource Employment Agreement Act of 1984,as amended, D.C. Official Code§2-219.01 et seq. (“First Source Act”)and agrees to enter into a FirstSource
  • 24. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 24 Employment Agreement with the D.C. Department of Employment Services within thirty (30) days after the Effective Date, which shall,amongother things,require Contractor to: (i) usediligentefforts to hireand use diligentefforts to require its architects,engineers, consultants,contractors,and Subcontractors to hireat leastfifty one percent (51%) Districtof Columbia residents for all new jobs created by the Project, all in accordancewith such FirstSource Agreement and (ii) usediligentefforts to ensure that at leastfifty one percent (51%) of apprentices and trainees employed areresidents of the Districtof Columbia and are registered in apprenticeship programs approved by the D.C. Apprenticeship Council. D.4.3 The Contractor shall enter into and maintain,duringthe term of the contract, a FirstSource Employment Agreement in which the Contractor shall agreethat: A. The firstsourcefor findingemployees to fill all jobs created in order to perform this contract shall bethe DOES; and B. The firstsourcefor findingemployees to fill any vacancy occurringin all jobs covered by the FirstSource Employment Agreement shall bethe FirstSource Register. D.4.4 The Contractor shall submitto DOES, no later than the 10th of each month followingexecution of the contract, a FirstSource Agreement Contract ComplianceReport (“Contract Compliance Report”) to verify its compliancewith the FirstSource Agreement for the preceding month. The Contract ComplianceReport for the contractshall includethe: A. Number of employees needed; B. Number of current employees transferred; C. Number of new job openings created; D. Number of job openings listed with DOES; E. Total number of all Districtresidents hired for the reporting period and the cumulative total number of Districtresidents hired;and F. Total number of all employees hired for the reporting period and the cumulativetotal number of employees hired, including: i. Name; ii. Social security number; iii. Job title; iv. Hire date; v. Residence; and vi. Referral source for all new hires. D.4.5 If the contractamount is equal to or greater than $300,000,the Contractor agrees that 51% of the new employees hired for the contract shall beDistrictresidents. D.4.6 With the submission of the Contractor’s final request for payment from the Distri ct,the Contractor shall: A. Document in a report to the CO its compliancewith Section H.5.4; or B. Submit a request to the CO for a waiver of compliancewith Section H.5.4 and include the followingdocumentation: i. Material supportinga good faith effort to comply; ii. Referrals provided by DOES and other referral sources; iii. Advertisement of job openings listed with DOES and other referral sources;and iv. Any documentation supportingthe waiver request pursuantto Section 15.4.7. D.4.7 The CO may waive the provisionsof Section H.5.4 if the CO finds that: (1) A good faith effort to comply is demonstrated by the Contractor;
  • 25. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 25 (2) The Contractor is located outsidethe Washington Standard Metropolitan Statistical Area and none of the contractwork is performed insidethe Washington Standard Metropolitan Statistical Area which includes the Districtof Columbia;the Virginia Cities of Alexandria,Falls Church,Manassas,ManassasPark,Fairfax,and Fredericksburg,the Virginia Counties of Fairfax,Arlington,PrinceWilliam,Loudoun, Stafford, Clarke,Warren, Fauquier,Culpeper, Spotsylvania,and KingGeorge; the Maryland Counties of Montgomery, PrinceGeorges, Charles,Frederick,and Calvert; and the West Virginia Counties of Berkeley and Jefferson. (1) The Contractor enters into a special workforcedevelopment trainingor placement arrangement with DOES; or (2) DOES certifies that there are insufficientnumbers of Districtresidents in the labor market possessing the skillsrequired by the positions created as a resultof the contract. D.4.8 Upon receipt of the contractor’s final paymentrequest and related documentation pursuantto Sections H.5.5 and H.5.6, the CO shall determine whether the Contractor is in compliancewith Section H.5.4 or whether a waiver of compliancepursuantto Section H.5.6 is justified. If the CO determines that the Contractor is in compliance,or that a waiver of complianceis justified,the CO shall,within two business days of makingthe determination forward a copy of the determination to the agency Chief Financial Officer and the CA. D.4.9 Willful breach of the FirstSourceEmployment Agreement, or failureto submitthe report pursuantto Section H.5.5, or deliberatesubmission of falsified data,may be enforced by the CO through imposition of penalties,includingmonetary fines of 5% of the total amount of the directand indirectlabor costs of the contract. The Contractor shall makepayment to DOES. The Contractor may appeal to the D.C. Contract Appeals Board as provided in this contractany decision of the CO pursuantto this Section H.5.8. D.4.10 The provisionsof Sections H.5.4 through H.5.8 do not apply to nonprofitorganizations. D.5 Department of Labor Wage Determinations D.5.1 The Contractor shall bebound by the Wage Determination No. 2005-2103,Revision No.16, dated July 8, 2015,issued by the U.S. Department of Labor in accordancewith the Service ContractAct, 41 U.S.C. §351 et seq., and incorporated herein as Attachment J.2. The Contractor shall bebound by the wage rates for the term of the contractsubjectto revision as stated herein and in accordancewith Section 24 of the SCP. If an option is exercised, the Contractor shall bebound by the applicablewagerates at the time of the option. If the option is exercised and the CO obtains a revised wage determination, the revised wage determination is applicablefor the option periods and the Contractor may be entitled to an equitableadjustment. D.6 SECTION 504 OF THE REHABILITATION ACT OF 1973,as amended. D.6.1 During the performance of the contract, the Contractor and any of its subcontractors shall comply with Section 504 of the Rehabilitation Actof l973,as amended. This Act prohibits discrimination againstdisabled people in federally funded programs and activities.See 29 U.S.C. § 794 et seq. D.7 AMERICANS WITH DISABILITIES ACT OF 1990 (ADA) D.7.1 During the performance of this contract, the Contractor and any of its subcontractors shall comply with the ADA. The ADA makes itunlawful to discriminatein employment againsta qualified individual with a disability. See 42 U.S.C. §12101 et seq.
  • 26. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 26 EXHIBIT E Insurance and Bond Requirements E.1 Contractor covenants and agrees to maintain,or causeto be maintained as indicated below, the following insuranceduringthe Term of this Contract in addition to the other insurance,bonds, or securities required by law. All insurance shall be written with financially responsible companies authorized to do business in the District of Columbia or in the jurisdiction where the work is to be performed and have an A.M. Best Company ratingof A-VIII or higher. The Contractor shall requireall of its subcontractorsperformingengineeringand architectural services to carry the same insurance required herein. E.2 The Contractor shall ensurethat all policies providethatthe ContractingOfficer shall begiven thirty (30) days prior written notice in the event the stated limitin the declarationspageof the policy is reduced via endorsement or the policy is canceled prior to the expiration date shown on the certificate.The Contractor shall providethe ContractingOfficer with ten (10) days prior written notice in the event of non-payment of premium. A. Commercial General Liability Insurance. The Contractor shall provideevidencewith respect to the services performed that it carries general liability insurance coveringbodily injury,personal injury, contractual liability and property damage with a minimum coverage limitof $5,000,000 per occurrence and $5,000,000 aggregate; Bodily Injury and Property Damage including,butnot limited to: premises- operations;broad form property damage; Products and Completed Operations;Personal and Advertising Injury;contractual liability and independent contractors. The policy coverageshall includethe Districtof Columbia as an additional insured,shall beprimary and non-contributory with any other insurancemaintained by the Districtof Columbia,and shall contain a waiver of subrogation.The Contractor shall maintain Completed Operations coverage for five (5) years followingfinal acceptanceof the work performed under this contract. B. Automobile Liability Insurance. The Contractor shall provide automobile liability insurance to cover all owned, hired or non-owned motor vehicles used in conjunction with the performance of this contract. The policy shall providea $1,000,000 per occurrence combined singlelimitfor bodily injury and property damage. C. Workers’ Compensation Insurance. The Contractor shall provide Workers’ Compensation insurancein accordancewith the statutory mandates of the Districtof Columbia or thejurisdiction in which the contract is performed. D. Employer’s Liability Insurance. The Contractor shall provide employer’s liability insurance as follows: $500,000 per accident for injury; $500,000 per employee for disease; and $500,000 for policy disease limit. E. Umbrella/Excess Liability insurance. The Contractor shall provide limits in excess of the limits for Commercial General Liability, Commercial Automobile Liability and Employers’ Liability described above subject to minimum limits of $50,000,000.00 per occurrence and annual aggregate. F. Professional Liability Insurance (Errors & Omissions). The Contractor shall provide Professional Liability Insurance (Errors and Omissions) to cover liability resulting from any error or omission in the performance of professional services under this Contract. The policy shall providelimits of $5,000,000 per occurrence for each wrongful act and $5,000,000 annual aggregate.
  • 27. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 27 E.3 DURATION. The Contractor shall carry all required insurance until all contract work is accepted by the District, and shall carry the required General Liability; any required Professional Liability; and any required Employment Practices Liability insurancefor five (5) years following final acceptance of the work performed under this contract. E.4 The policies shall be endorsed as primary and to waive subrogation rights against District. All policies required hereunder must be placed in effect prior to execution of this Contract and Contractor will furnish evidence of all policies satisfactory to District upon execution of this Contract. Upon renewal of any policy, Contractor shall provideDistrictwith a certificateevidencingrenewal.Thepolicies mustbeplaced with companies havinga Minimum Best Ratingof A and licensed in the Districtof Columbia.The policies shall name District as an additional insured. E.5 In the event of a claim that takes place as a consequence relating to this Contract, Contractor will notify Districtin writingwithin 7 business days followingdiscovery of the claimby Contractor. In addition,Contractor will investigate and furnish District with reports of all accidents, claims and potential claims for damage or injury (but not so as to compromise its defense thereof, the attorney-client privilege, the work product doctrine, or similar protections) and will cooperate with its insurers and District. E.6 Contractor shall include the foregoing insurance requirements in contracts with all Consultants and Subcontractors and shall require malpractice coverage from all Consultants and Subcontractors performing architectural or engineeringservices.Contractor shall promptly furnish to Districtcertificates of insuranceand copies of notices from insurers given to Contractor. E.7 Contractor shall furnish bonds covering the faithful performance of the Contract and payment of obligations arising thereunder using AIA form A312 and naming Owner, Project Investor(s) and Owner’s lender as obligees. Contractor shall require all Subcontractors whose subcontract amount is $100,000.00 or more to furnish bonds covering faithful performance of their Subcontract and payment of obligations arising thereunder using AIA Form A312 which bonds shall name the Owner, Project Investor(s), Owner’s lender and Contractor as obligees. Contractor shall provide originals of all bonds it is required to provide by this §17.4.1 to the Owner as a condition precedent to the Contractor’s payment for its initial Application for Payment. Contractor shall provideto the Owner the originals of all bonds required from each of its Subcontractors as a condition precedent to the Subcontractor’s payment for its initial Application for Payment.
  • 28. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 28 EXHIBIT F Preliminary Subsurface Exploration and Geotechnical Engineering Analysis Prepared by ECS Capitol Services, PLLC Dated November 22, 2013 Attached Hereto (Next 146 Pages)
  • 29. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 29 EXHIBIT G Existing Conditions Assessment & Feasibility Evaluation Prepared by Robert Silman Associates Structural Engineers Dated December 15, 2015 Attached Hereto (Pages 1-127)
  • 30. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 30 EXHIBIT H Historic Preservation Report for the Proposed Redevelopment of the McMillan Slow Sand Filtration Plant Prepared by EHT Traceries Dated September 15, 2014 Attached Hereto (Pages 1-241)
  • 31. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 31 EXHIBIT I Stage One Planned Unit Development (PUD) Master Plan Prepared by EE&K a Perkins Eastman Company Dated April 11, 2014 Attached Hereto (Pages 1-143)
  • 32. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 32 EXHIBIT J Zoning Commission Corrected Order No. 13-14 (1) Prepared by Zoning Commission for the District of Columbia Dated November 10, 2014 Attached Hereto (Pages 1-60)
  • 33. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 33 EXHIBIT K Pad Site Definitions Prepared by Owner Dated March __, 2016 Attached Hereto (Pages x-xx)
  • 34. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 34 EXHIBIT L Public Space Improvement Narrative Prepared by Owner Dated March __, 2016 Attached Hereto (Next XX Pages)
  • 35. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 35 EXHIBIT M-1 Phase 1 Environmental Site Assessment Prepared by ECS Capitol Services, PLLC Dated February 25, 2015 Attached Hereto (Next 298 Pages)
  • 36. MCMILLAN INFRASTRUCTURE PROJECT RFQ&P FOR DESIGN-BUILD CONTRACTOR 36 EXHIBIT M-2 Phase II Environmental Site Assessment Prepared by ECS Capitol Services, PLLC Dated November 4, 2013 Attached Hereto (Next 278 Pages)