I 275 Request For Qualifications 117602 11NB7602 491167 7

User Manual: 11NB7602

Open the PDF directly: View PDF PDF.
Page Count: 33

DownloadI-275 Request For Qualifications 117602 11NB7602 491167 7
Open PDF In BrowserView PDF
REQUEST FOR QUALIFICATIONS
I-275/I-96
Road and Bridge Rehabilitation
Construction Manager / General Contractor (CMGC)
C.S. 63022, 63101, 63191, 63192, 82125
J.N. 117602, 124254, 124527, 112221, 120436, 120437
ISSUE DATE: June 5, 2015
STATEMENT OF QUALIFICATIONS
DUE DATE: June 30, 2015 at 4:00PM
Original Issue

REQUEST FOR QUALIFICATIONS

TABLE OF CONTENTS
TABLE OF CONTENTS ..................................................................................................................................................I
SECTION 1: INTRODUCTION.......................................................................................................................................1
SECTION 2: PROJECT BACKGROUND ......................................................................................................................1
2.1
PROJECT INFORMATION ............................................................................................................................1
2.2
PROJECT MANAGER ...................................................................................................................................2
2.3
PROJECT TEAM ...........................................................................................................................................2
2.4
PROJECT GOALS .........................................................................................................................................3
2.5
ANTICIPATED PROJECT SCHEDULE (Subject to Change) ........................................................................3
SECTION 3: PROJECT SCOPE OF WORK ..................................................................................................................3
3.1
DESIGN RESPONSIBILITY ...........................................................................................................................3
3.2
PHASE 1 – PRE-CONSTRUCTION SERVICES ...........................................................................................4
3.3
CONSTRUCTION SERVICES COST PROPOSAL........................................................................................6
3.4
PHASE 2 – CONSTRUCTION SERVICES ....................................................................................................7
SECTION 4: TEAMING PARAMETERS ........................................................................................................................8
1.1
ORGANIZATIONAL CONFLICTS OF INTEREST..........................................................................................8
1.2
TEAM CONTINUITY AND CHANGES TO ORGANIZATION STRUCTURE ..................................................9
1.3
EQUAL EMPLOYMENT OPPORTUNITY ......................................................................................................9
1.4
DISADVANTAGED BUSINESS ENTERPRISES ...........................................................................................9
SECTION 5: STATEMENT OF QUALIFICATION REQUIREMENTS ............................................................................9
5.1
ACCEPTANCE OF EVALUATION PROCESS ..............................................................................................9
5.2
CLARIFICATIONS AND INTERPRETATIONS ............................................................................................10
5.2.1 Answers To Questions .................................................................................................... 10
5.2.2 Clarifications Or Interpretations ......................................................................................... 10
5.2.3 Addenda ...................................................................................................................... 10
5.3
OBLIGATION OF PARTIES .........................................................................................................................10
5.3.1 Assumed Requirements................................................................................................... 11
5.3.2 Cost Of Submission ........................................................................................................ 11
5.3.3 Reimbursement ............................................................................................................. 11
5.3.4 Award Of Contract .......................................................................................................... 11
5.4
COMPLETENESS OF SOQ .........................................................................................................................11
5.4.1 Completeness ............................................................................................................... 11
5.4.2 Compliance .................................................................................................................. 11
5.4.3 Rejection ...................................................................................................................... 11
5.5
WITHDRAWAL OR MODIFICATION ...........................................................................................................12
5.6
OWNERSHIP OF SOQ’s .............................................................................................................................12
5.7
VALIDITY PERIOD ......................................................................................................................................12
5.8
SOQ SUBMITTAL INSTRUCTIONS AND FORMAT....................................................................................12
5.8.1 Due Date, Time, And Location........................................................................................... 12
5.8.2 SOQ Format ................................................................................................................. 12
5.8.3 SOQ Submittal Quantities ................................................................................................ 13
SECTION 6: STATEMENT OF QUALIFICATIONS CONTENT ..................................................................................13
6.1
QUALITATIVE CRITERIA ............................................................................................................................13
6.2
BONDING COMPANY LETTER (Pass/Fail) ................................................................................................13
6.3
Form CMGC-001 (Pass/Fail)........................................................................................................................14
6.4
Form CMGC-002 (Pass/Fail)........................................................................................................................14
6.5
Form CMGC-003 (Pass/Fail)........................................................................................................................14
6.6
Conflict of Interest Statement (Pass/Fail) .....................................................................................................14
Original Issue

Page | i

REQUEST FOR QUALIFICATIONS
SECTION 7: PRE-CONSTRUCTION SERVICES FEE & TERMINATION..................................................................14
7.1
PRE-CONSTRUCTION FEE ........................................................................................................................14
7.2
TERMINATION OF PRE-CONSTRCUTION SERVICES .............................................................................15
SECTION 8: EVALUATION PROCESS ......................................................................................................................15
8.1
EVALUATION PROCESS ............................................................................................................................15
8.2
PASS / FAIL EVALUATION CRITERIA........................................................................................................17
8.3
QUALITATIVE EVALUATION CRITERIA ....................................................................................................17
8.3.1 UNDERSTANDING OF SERVICE (15 POINTS) .................................................................... 17
8.3.2 EXPERIENCE / PAST PERFORMANCE (20 POINTS) ........................................................... 18
8.3.3 WORK ZONE SAFETY (15 POINTS) .................................................................................. 18
8.3.4 SCHEDULE MANAGEMENT (15 POINTS) .......................................................................... 18
8.3.5 QUALIFCATIONS OF KEY STAFF (20 POINTS) ................................................................... 18
8.2.6 INNOVATIONS (15 POINTS) ............................................................................................ 19
8.4
QUALITATIVE SCORE & SELECTION .......................................................................................................19
8.5
INTERVIEWS (50 points) ............................................................................................................................19
8.6
FINAL SCORE AND SELECTION ...............................................................................................................19
EXHIBIT A: CONFLICT OF INTEREST STATEMENT. ..............................................................................................20
EXHIBIT B: PROJECT MAP SHOWING APPROXIMATE LIMITS OF MAINLINE PAVEMENT FIX TYPES .............21
EXHIBIT C: FORMS: CMGC 001, CMGC 002, CMGC 003 ........................................................................................22
CMGC-001
SUBMITTER INFORMATION ......................................................................................................... A
CMGC-002
STATEMENT OF QUALIFICATIONS CHECKLIST ........................................................................ B
CMGC-003
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA .................................................................... C

Original Issue

Page | ii

REQUEST FOR QUALIFICATIONS

SECTION 1: INTRODUCTION
The Michigan Department of Transportation (MDOT), Metro Region, is accepting Statements of
Qualifications (SOQ’s) from entities (Submitters) interested in providing Construction Manager /
General Contractor (CMGC) services for a road and bridge rehabilitation project on I-275/I-96 from
north of Five Mile Road to the I-96/I-696/M-5 Interchange, in Wayne and Oakland Counties.
MDOT staff, with the assistance of design consultants, is in the process of preparing design plans.
MDOT will procure a separate Independent Cost Estimator (ICE), with whom MDOT and the
CMGC will collaborate with throughout the design phase of the Project. The CMGC is expected to
perform the pre-construction services outlined in Section 3.2, and be responsible for the final
construction of the Project.
As the design nears completion, (approximately 90% final plans) the selected CMGC will prepare
and submit a Construction Services Cost Proposal (CSCP) in accordance with Section 3.3 in order
to begin final price negotiations. Subject to a successful price negotiation with MDOT, the CMGC
will be awarded the construction portion of the Project, responsible to complete the construction
while directly performing at least 40 percent of the work. The remaining portion of work may be
completed by subcontractors. If an acceptable Construction Service Cost Proposal cannot be
reached, the Project will be advertised following MDOT’s normal design-bid-build process.
By submitting a Statement of Qualifications (SOQ), Submitters agree to be bound by the
requirements outlined in this Request for Qualifications (RFQ), be held to any commitments made
in a submitted SOQ and shall satisfy all requirements developed during the design phase of the
Project. Failure of the Submitter to meet these requirements may result in rejection of the CMGC
process, and the Project may be advertised following MDOT’s normal design-bid-build process.
The Project will be funded with state and federal-aid dollars, thereby requiring the Submitter to
adhere to all pertinent federal, state, and local requirements.

SECTION 2: PROJECT BACKGROUND
2.1

PROJECT INFORMATION
Control Sections: 63022, 63101, 63191, 63192, 82125
Job Numbers: 117602, 124254, 124257, 112221, 120436, 120437
The Project includes the rehabilitation of I-275/I-96 from north of Five Mile Road to the I-96/I696/M-5 interchange. The project consists of removing the existing mainline pavement,
conditioning the Open-Graded Drainage Course (OGDC), and constructing a new concrete inlay on
mainline I-275. The existing shoulders are to remain in place, and Detail 7 and 8 joint repairs will
be performed as necessary. The I-275/I-696/I-96/M-5 interchange will be a combination of
concrete inlay, HMA overlay, HMA milling and resurfacing, and concrete patches. Interchange
ramps at 6 Mile, 7 Mile, and 8 Mile will be patched or concrete inlay as appropriate. There is
rehabilitation work on 15 structures on I-275, I-96, I-696, and M-5 which includes epoxy overlay,
deck patching, rail repair, substructure repair, joint replacement, and steel repair. Work also

Original Issue

Page | 1

REQUEST FOR QUALIFICATIONS
includes replacing existing permanent signing, minor ditching and drainage repairs, installation of
conduit, fiber optic cable, ITS devices, and replacing Right of Way fence. See Exhibit B for maps
showing the approximate limits of the proposed mainline pavement and bridge fix types.
I-275/I-96 is a high volume corridor and impacts to traffic and local businesses need to be
minimized as much as possible and the Project needs to be constructed as effectively and
efficiently as possible.
The purpose of utilizing this innovative delivery method is to benefit the public and Project by
providing an expedited construction schedule, improvements to constructability, minimize impacts
to mobility, and improve the owner/contractor interaction and outreach to the public during the
project’s development. MDOT’s desire is the technical feasibility and constructability of the
project’s design reviewed by an experienced concrete paving contractor team.
Based on the scope of the Project and the preliminary estimate, the Contractor (CMGC) must meet
the following prequalification categories:


54,500 B

It is desirable to have a member of the CMGC’s team prequalified in Fa.
Anyone wishing to perform construction work on MDOT projects must be prequalified.
Information and forms to become construction prequalified are located at:
http://www.michigan.gov/mdot/0,4616,7-151-9625_21539_21545---,00.html
2.2

PROJECT MANAGER
Ishrat Jahan
Metro Region Design Engineer
18101 W. Nine Mile Road
Southfield, MI 48075
Phone: (248) 483-5151
E-Mail: JahanI@Michigan.gov
All questions must be e-mailed to the Project Manager.
If requested, the MDOT Project Manager will provide copies of the existing as-built plans.

2.3

PROJECT TEAM
The Project Team, as referenced herein, is composed of MDOT staff, Bergmann Associates for
partial road design, Access Engineering for maintaining traffic plans, the ICE, the CMGC,
potentially key subcontractors to the CMGC, and any additional Project stakeholders.

Original Issue

Page | 2

REQUEST FOR QUALIFICATIONS
2.4

PROJECT GOALS
The following project goals are expected to be incorporated into the construction phase of the
project. Failure to address or determine the means to accomplish these goals during the preconstruction phase may lead to the Project being advertised by MDOT’s traditional design-bid-build
process instead of having the project constructed by the selected CMGC.
 Complete construction in the most efficient and expeditious manner possible.
 Work with the Project Team to develop a construction staging plan that will minimize impacts
to mobility and reduce impacts to local businesses.
 Engage the local community, businesses and public in order to limit the impacts from the
project.
 Analyze and evaluate the constructability of the project, and provide suggestions and
innovations to help facilitate decisions regarding construction impacts and staging.
 All lanes and ramps accepted for traffic in 2016 by a date determined by the CMGC and
agreed to by the Department.

2.5

ANTICIPATED PROJECT SCHEDULE (Subject to Change)
Post RFQ
SOQ Due
Anticipated Notification of Selection of CMGC
Pre-Construction Services Price Proposal Meeting
Pre-Construction Services Fee Negotiation
Notice to Proceed/Award of Preconstruction Phase
Development of Plans and Specifications
Submit CSCP
Negotiate Final Price / CSCP
Construction Letting (if no final price agreement)
Begin Construction
Open to Project to Traffic
Complete Construction

June 5, 2015
June 30, 2015 4:00 PM EST
July 17, 2015
July 22, 2015
July 22-24, 2015
August 7, 2015
Current – Nov. 2015
Dec. 1, 2015
Dec. 2015 - Jan., 2016
March 4, 2017
April 2016*
Sept. 15, 2016
Oct. 15, 2016

* Start date will be determined during the design phase of the project in order to meet the required
completion dates.

SECTION 3: PROJECT SCOPE OF WORK
3.1

DESIGN RESPONSIBILITY
The CMGC is being selected early in the project to join the Project Team. The CMGC will not be
expected to be the designer of record for the project, but is be expected to provide the Project Team
with construction expertise and technical experience to assist in project decision-making, ensure the
technical challenges are addressed, and provide input on items affecting construction costs,
schedule, constructability and market conditions. MDOT will be completing a portion of the road
design and all the bridge design with in house staff. MDOT has hired Bergmann Associates to
complete a portion of the road design, and Access Engineering to develop the maintaining traffic

Original Issue

Page | 3

REQUEST FOR QUALIFICATIONS
plans.
3.2

PHASE 1 – PRE-CONSTRUCTION SERVICES
The CMGC shall consult with the Project Team during the design phase in order to develop,
implement, and maintain a spirit of cooperation and open communication among the parties so that
the goals and objectives of each are clearly understood, potential problems are resolved promptly,
and upon completion, the Project is deemed a success by all. The Pre-Construction Services Fee is
described in Section 7.1. The CMGC shall deliver pre-construction services by performing the
following:


Review and analyze in-progress design plans and specifications and identify potential
construction and constructability issues and risks for each to assist the Project Team in
selecting the appropriate design for the Project.



Review in-progress design plans and provide input, offer suggestions, and identify potential
innovations and improvements with respect to the means and methods, materials,
maintaining traffic concepts, and construction sequencing to improve efficiency, cost
effectiveness, completeness or clarity.



The CMGC will be provided several potential schemes for maintaining traffic. The CMGC is
expected to review each scheme and provide MDOT with the time and cost impacts of each
option as well as provide other suggestions for MDOT to consider that would improve
mobility or reduce costs.



Provide input to the Project Team regarding current construction industry practices, labor
market, methods and construction staging, and material and equipment availability.



Provide input on scheduling, construction duration, and anticipated completion date for
multiple maintenance of traffic scenarios.



It is allowable to use subcontractors or design consultants to supplement pre-construction
services in order to provide necessary expertise. The hours for the contractor’s design
consultant are expected to be limited. Critical or key subcontractor involvement is desired
during the preconstruction phase.



Notify the MDOT Project Manager, in writing, of all problems, conflicts, and/or deficiencies
identified during the review and evaluation of design drawings.



Assist the MDOT Project Manager and design team in resolving problems, conflicts, and/or
deficiencies identified during the review and evaluation of design drawings.



Provide construction estimates, and supporting documentation if requested, when the plans
are 60 percent complete and at the final cost negotiation stage. Unless otherwise approved
by MDOT, the estimates will provide a unit price on standard MDOT pay items. If items of
work cannot be estimated at these stages, provide a report of what the items are, the

Original Issue

Page | 4

REQUEST FOR QUALIFICATIONS
reasons a price cannot be estimated, and factors which will impact the item’s pricing.


Provide a written report of items MDOT should consider to improve any aspect of the project.
At a minimum, the report is to be submitted to the Project Manager after reviewing the 60%
plans and specifications.



Develop a preliminary Schedule of Values. At a minimum, the Schedule of Values must
incorporate the below items unless otherwise approved by MDOT. If proposed, other
payment mechanisms will be considered for approval.
o Be described, in writing, with sufficient detail of the specific work included in the
Schedule of Value Item and the limits of the Schedule of Value items so it can be
accurately performed, tracked, invoiced and paid
o Identification of when payment can be requested and payment can be paid
o Identify the estimated dollar value associated with the Schedule of Value Item
o Be able to be identified in a CPM Schedule



Provide a baseline CPM schedule during design using the latest version of Oracle’s
Primavera P6 software. This schedule will be used to analyze the impacts of maintaining
traffic alternatives and demonstrate the constructability of the project within the allotted
project milestones. The contract will include the Special Provision for Critical Path Method
Network Schedule so it is expected that the CMGC if awarded the contract will be able to use
the baseline CPM developed during design as the baseline CPM for construction. In the
event the CMGC is not awarded the contract, the design CPM will become the property of
the Department.



Provide a final review and evaluation of the final plans and construction documents. Provide
a written final review of the plans to demonstrate that the final plans, specifications, items of
work, and quantities have been reviewed and are reasonable and accurate to complete the
project in the most expeditious and efficient manner possible.



Provide staff to assist in the preconstruction phase that will be active and have a lead role in
the field during construction.



MDOT and the CMGC will evaluate options, including pavement materials that could improve
mobility or reduce project costs.



MDOT and the CMGC will discuss and evaluate available options for the use of an extended
warranty on the pavement.



Work with MDOT to develop a communication plan within 7 days after the authorization to
proceed with pre-construction services. The communication plan should clearly demonstrate
how the CMGC and MDOT will work to convey information and establish a clear line of
communication. The plan should also demonstrate how the CMGC and MDOT plan to
include all parties with interest in the project, including, but not limited to the public, private
utilities, and Businesses. The plan will serve as the baseline for communication and be

Original Issue

Page | 5

REQUEST FOR QUALIFICATIONS
followed for both the pre-construction services and services during construction.


3.3

The CMGC should expect to attend at least 12 pre-construction coordination meetings with
the Project Team. The expected meetings are as follows:
o Project Kickoff meeting
o Preliminary Plan Review Meeting
o Preliminary Estimate Meetings
o Final Plan Review Meeting
o Community Outreach Meeting
o Interim design/maintaining traffic review meetings. The review meetings may be
conducted by phone.
o Value Engineering Kickoff and Results Meetings
o Final Price Negotiation Meetings

CONSTRUCTION SERVICES COST PROPOSAL
The CMGC shall submit a Construction Services Cost Proposal (CSCP) when the plans and
construction documents are completed to a level sufficient enough to do so. All costs associated
with developing and negotiating the CSCP is included in the Pre-Construction Service Fee. The
CSCP can include three possible payment methods areas; a Guaranteed Maximum Price (GMP),
Adjustable Work, and possibly Contingency items.
The GMP contains all items that will be paid based on an agreed upon unit price. The quantity of
the work items included in the GMP may increase or decrease as the project is built, however,
there will not be an increase in price to the GMP unless there is a scope change that significantly
changes the scope of work. The GMP will not be exceeded without approval from the MDOT
Project Manager, and only by a written work order. All costs or expenses in excess of the GMP
shall be borne by the CMGC, unless adjusted by a previously approved written work order.
Adjustable Work includes items of work that are paid based on an agreed upon unit price and
actual quantities placed during construction. This work shall be used to mitigate significant risks
that cannot be accurately quantified during the design.
Contingency items, if used, are used to compensate the contractor for items that cannot accurately
be identified and quantified during the design phase.
The CMGC should expect several rounds of negotiations to arrive at an agreed upon Construction
Services Cost Proposal. Negotiation meetings will primarily occur with staff from the CMGC,
MDOT’s Project Manager, MDOT Construction Engineer, MDOT Innovative Contracting Unit Staff
Engineer, and FHWA Area Engineer. Additional people, including the ICE, may be brought into the
negotiations if it is agreeable by the CMGC and MDOT.
The CSCP shall include:


Adjustable Work that may be paid based on an agreed upon unit price and actual
quantities.

Original Issue

Page | 6

REQUEST FOR QUALIFICATIONS



Guaranteed Maximum Price (GMP) proposal, including all overhead and profit considered
within specified pay items; as well as any subcontracted work. Description of all other
inclusions to, or exclusions from, the GMP, including all assumptions and clarifications



Possible contingency items.



Lump Sum item costs (i.e.: mobilization, minor traffic devices, etc.) shall be detailed and
include breakouts of what the costs include. These breakouts shall detail the costs for the
prime and sub-contractors (i.e.: personnel established, expenses, bonding amounts, etc.)



Construction schedule developed using Primavera P6 software showing the proposed start
and finished dates and any significant milestones.



Contractor Quality Control Plan.



Clarification of understanding of the EPA/DEQ requirements including adherence to the
soil erosion and sedimentation control plan requirements.



Disadvantaged Business Enterprise (DBE) participation description, if participation is
required.

The CMCG shall make available all cost and budget estimates, including bid documents and
bidding software files to MDOT.
The CMGC is expected to solicit at least three bids on work that will be subcontracted.
If the MDOT Project Manager and the CMGC cannot agree on a Construction Services Cost
Proposal, MDOT reserves the right to terminate the CMGC services without penalty or payment,
except payment for Pre-Construction Services, and to proceed with traditional design-bid-build or
other non-traditional delivery methods. Any information provided by the CMGC during the PreConstruction phase will be used to develop the plans and specifications for the letting. Additional
information such as meeting minutes, correspondence and other submittals provided during the
development phase may be provided to bidders if a price cannot be reached.
3.4

PHASE 2 – CONSTRUCTION SERVICES
The CMGC shall, once the Construction Service Cost Proposal is approved:


Construct, bid any remaining sub-contractor work, and manage all construction related
contracts while meeting the DBE, if required, and other requirements.



Execute the Quality Control Plan.



Bond and insure the construction

Original Issue

Page | 7

REQUEST FOR QUALIFICATIONS


Address and adhere to all federal, state, and local permitting and environmental
requirements.



Maintain a safe clean and well organized work zone work site.



Directly perform, with their own forces, the required percent of all construction work
specified in Section 1, excluding any identified specialty items.



Substantially complete the construction no later than September 15, 2016.



In the event that the contract is terminated after the award of the construction phase to the
CMGC, the termination procedures in the 2012 MDOT Standard Specifications for
Construction shall be followed.

SECTION 4: TEAMING PARAMETERS
1.1

ORGANIZATIONAL CONFLICTS OF INTEREST
Organizational conflict of interest means that because of other activities or relationships with other
persons or entities, an Organization:


Is unable, or potentially unable, to render impartial assistance or advice to MDOT



Is, or might be otherwise be, impaired in its objectivity in performing the contract work



Has an unfair competitive advantage

Disclosure, evaluation, neutralization, and management of these conflicts and the appearance of
conflicts, is in the interest of the public, MDOT, and the consultant and construction communities.
Submitters are required to disclose all relevant facts concerning any past, present, or currently
planned interests, activities, or relationships which may present an organizational conflict of
interest. Submitters shall state how their interest, activities, or relationships, or those of the chief
executives, directors, key project personnel, or proposed Consultants may result, or could be
viewed as, an organizational conflict of interest. Submit Conflict of Interest Statement (See Exhibit
A) with the SOQ. It is recommended to contact the MDOT Project Manager immediately if a
conflict of interest is found, or appears to be present, so a course of action can be determined with
minimal impact to a Submitter.
If an Organizational Conflict of Interest is determined to exist, MDOT may, at its sole discretion:
offer the Submitter the opportunity to avoid or neutralize the Organizational Conflict of Interest;
disqualify the Submitter from participation; or, if award has already occurred, declare the Submitter
nonresponsive and award the contract to the next highest scoring Submitter, or cancel the contract.
If the Submitter was aware of an Organizational Conflict of Interest prior to award of a contract and
did not disclose the conflict, MDOT may terminate the contract for default.
Original Issue

Page | 8

REQUEST FOR QUALIFICATIONS
1.2

TEAM CONTINUITY AND CHANGES TO ORGANIZATION STRUCTURE
After submittal of a SOQ, Key Personnel may be not be removed, replaced, or added without the
written approval of the MDOT Project Manager. It is expected that Key Personnel presented in the
SOQ will be available for the duration of the project. Any changes to Key Personnel will require
approval from the MDOT Project Manager and may result in termination of the contract.
To qualify for approval, the written request shall document that the proposed removal and
replacement, or addition will be equal to or better qualified than the Key Personnel provided in the
SOQ.

1.3

EQUAL EMPLOYMENT OPPORTUNITY
The Submitter will be required to follow both the State of Michigan and Federal Equal Employment
Opportunity (EEO) policies.

1.4

DISADVANTAGED BUSINESS ENTERPRISES
It is the policy of MDOT that Disadvantaged Business Enterprises (DBE), as defined in 49 CFR
Part 26, and other small businesses shall have the maximum feasible opportunity to participate in
contracts financed in whole or in part with public funds. Consistent with this policy, MDOT will not
allow any person or business to be excluded from participation in, denied the benefits of, or
otherwise be discriminated against in connection with the award and performance of any U.S.
Department of Transportation (DOT) assisted contract because of sex, race, religion, or national
origin.
MDOT has established a DBE program in accordance with regulations of the DOT, 49 CFP Part
26. It is the Submitter’s responsibility to take all necessary and reasonable steps in accordance
with 49 CFR Part 26 to ensure that DBEs have the maximum possible opportunity to compete for
and perform the contract. DBE requirements do not apply to Pre-Construction Services. Use of a
DBE during Pre-Construction services does not apply towards required DBE Percentage.
Pre-Construction Phase DBE Percentage: 0%
Based on the preliminary analysis, a 6 – 8% DBE participation should be expected based on
the current estimate and items of work. The final Construction Phase DBE Percentage will
be determined during the pre-construction phase as plans are developed.

SECTION 5: STATEMENT OF QUALIFICATION REQUIREMENTS
5.1

ACCEPTANCE OF EVALUATION PROCESS
A submission of a SOQ in response to this RFQ indicates the Submitter’s acceptance of the
evaluation process as detailed in Section 8 and the recognition that subjective judgments must be
made by the Selection Committee during the evaluation process and in its final selection.

Original Issue

Page | 9

REQUEST FOR QUALIFICATIONS
5.2

CLARIFICATIONS AND INTERPRETATIONS
5.2.1

Answers To Questions
Submitters are required to direct all contact and questions regarding this RFQ to the
Project Manager listed in this RFQ. All requests must be submitted by e-mail only, no later
than five (5) business days prior to the Statement of Qualification Due Date. Responses
will be publicly posted on the Project Web Site located at www.michigan.gov/ic .

5.2.2

Clarifications Or Interpretations
Any clarifications or interpretations of this RFQ that affect or change its requirements will
be issued by MDOT to the Project Web Site in the form of addenda, response to
questions, or meeting notes. Interpretations or clarifications in any other form, including
oral statements, will not be binding on MDOT and should not be relied upon in preparing
the SOQ.

5.2.3

Addenda
All addenda issued by MDOT before the Statement of Qualification Due Date, are part of
the RFQ, and all requirements shall be incorporated into the SOQ. The Submitter shall
acknowledge receipt of each addendum by completing and submitting form CMGC-003.

5.3

OBLIGATION OF PARTIES
The Submitter is solely responsible for ensuring that its SOQ is clear, correct, and consistent.
MDOT reserves the right, at its sole discretion (but is not obligated), to:


Investigate the qualifications of any Submitter.



Seek or obtain data from any source related to the SOQ.



Require confirmation of information furnished by a Submitter.



Require additional information from a Submitter concerning its SOQ.



Seek and receive clarifications to a SOQ.



Require additional evidence of qualifications to perform the work.



Modify the RFQ process.



Waive minor deficiencies and irregularities in a SOQ.



Reject any or all SOQ’s.



Cancel, modify, or withdraw the RFQ.

Original Issue

Page | 10

REQUEST FOR QUALIFICATIONS



Issue a new RFQ.

By submitting a SOQ, the Submitter understands and acknowledges the following:
5.3.1

Assumed Requirements
The SOQ presented is based on assumed requirements of the proposed Project; and, that
MDOT has made no written or oral representations that any such assumed requirements
are accurate should a contract arise from the presented SOQ. Submitter is required to
qualify all assumptions it makes.

5.3.2

Cost Of Submission
All costs incurred by the Submitter as a result of the Submitter’s efforts to participate in this
selection process shall be at the sole risk and obligation of the Submitter.

5.3.3

Reimbursement
MDOT will not provide compensation to the Submitter for any expenses incurred for the
SOQ preparation.

5.3.4

Award Of Contract
MDOT makes no guarantee that an award will be made as a result of this RFQ, and
reserves the right to accept or reject any or all SOQ’s, waive any formalities or minor
technical inconsistencies, or delete any item/requirements from this RFQ or resulting
contract when deemed to be in the Project’s best interest. Representations made within
the SOQ will be binding on responding firms, unless otherwise agreed to by MDOT in
writing.

5.4

COMPLETENESS OF SOQ
5.4.1

Completeness
Each SOQ should be prepared simply and economically, providing a straightforward,
concise description of the firm’s ability to the meet the requirements of the RFQ.
Emphasis should be on completeness, clarity of content, responsiveness to requirements,
and an understanding of the Project needs.

5.4.2

Compliance
Failure to comply with the requirements contained in the RFQ may be subject for rejection
of the SOQ.

5.4.3

Rejection

Original Issue

Page | 11

REQUEST FOR QUALIFICATIONS
Any SOQ that fails to meet the deadline or delivery requirements will be rejected and
returned to the Submitter without having been opened, considered, or evaluated.
5.5

WITHDRAWAL OR MODIFICATION
A SOQ may be withdrawn and resubmitted any time prior to the deadline for submitting the SOQ.
No SOQ may be changed, amended, or modified after the deadline for submitting the SOQ. No
SOQ may be withdrawn after the deadline for submitting the SOQ without a written request by the
Submitter stating the reasons for withdrawing the SOQ and acceptance of the request by MDOT.
All decisions are at the sole discretion of MDOT.

5.6

OWNERSHIP OF SOQ’s
SOQ’s and any other information submitted by the Submitter’s shall become the property of MDOT.
All or any part of the proposed Submitter innovation or method may use or disclose on this or
future projects without obligation or compensation to the Submitter.

5.7

VALIDITY PERIOD
SOQ’s are to be valid for MDOT’s acceptance for a minimum of 49 days after the Statement of
Qualification Due Date to allow time for evaluation and selection. A SOQ, if accepted, shall remain
valid for the duration of the Contract.

5.8

SOQ SUBMITTAL INSTRUCTIONS AND FORMAT
This section describes requirements that all Submitters must satisfy in the SOQ. Failure to comply
with any of the following by a Submitter may result in the rejection of the SOQ.
5.8.1

Due Date, Time, And Location
SOQ’s may be delivered via email or in person to the Project Manager listed in this RFQ.
SOQ’s are due by 4:00 P.M. EST, on the date identified as the Statement of Qualifications
Due Date located on the Cover Sheet:
MDOT will not accept SOQ’s submitted by facsimile.

5.8.2

SOQ Format



Language: All information shall be in English.



Font: All narrative text shall be a minimum of twelve (12) points in size and single spaced.
The style and size of headings and figures are not prescribed.



Page Size: With the exception of charts, exhibits, and other illustrative material, all
information shall be printed on 8.5-inch x 11-inch paper. Charts, exhibits, and other
illustrative material may be printed on 11-inch x 17-inch paper, but shall be folded to 8.5inch x 11-inch and will be counted as one (1) sheet.

Original Issue

Page | 12

REQUEST FOR QUALIFICATIONS



Page Margins: Page margins shall be set at 0.75 inches minimum, not including headers
or footers.



Table of Contents: Include a Table of Contents that provides page number references.



Page Limit: SOQ’s shall not exceed 14 pages in length. Table of contents, staff resumes,
and required forms are not included in the page limit.



Dividers: Section dividers are welcomed.



Binding: If the SOQ is delivered in person, the paper copy shall remain unbound.



Front Cover: If the SOQ is delivered in person, the front cover of the SOQ shall be clearly
labeled with the Project name, along with the Submitter’s name.

5.8.3 SOQ Submittal Quantities
If the SOQ is delivered in person, each Submitter must provide MDOT with the following:


One (1) Original unbound SOQ – bearing original signatures



One (1) Electronic copy of SOQ in PDF format on CD or Flash Drive

The unbound original and CD/flash drive, shall be placed in one (1) sealed packaged. The
outside of the sealed package shall be clearly labeled with the Project name, as well as the
name and return address of the Submitter.
If the SOQ is delivered via email, each Submitter must provide MDOT with the following:


One (1) Electronic copy of SOQ in PDF format (maximum file size 10 MB)

The subject line of the email must state “(Contractor Name) SOQ: I-275/I-96”. Emails received
after the time and date specified above will not be accepted.

SECTION 6: STATEMENT OF QUALIFICATIONS CONTENT
6.1

QUALITATIVE CRITERIA
Section 8.3 contains the qualitative scoring criteria that will be used to score SOQ’s. Submitters
should clearly describe how they meet the needs of the department and criteria described in this
section.

6.2

BONDING COMPANY LETTER (Pass/Fail)
Provide a letter from your bonding company that indicates your firm’s ability to bond a project of
this size.

Original Issue

Page | 13

REQUEST FOR QUALIFICATIONS

6.3

Form CMGC-001 (Pass/Fail)

6.4

Form CMGC-002 (Pass/Fail)

6.5

Form CMGC-003 (Pass/Fail)

6.6

Conflict of Interest Statement (Pass/Fail)

SECTION 7: PRE-CONSTRUCTION SERVICES FEE & TERMINATION
7.1

PRE-CONSTRUCTION FEE
In accordance to 23 CFR Section 172 and 49 CFR Part 18, compensation for the Pre-Construction
work shall be on a monthly basis, paid during the pre-construction services.
All billings for services must be directed to the Department and follow the current guidelines. The
latest copy of the "Professional Engineering Service Reimbursement Guidelines for Bureau of
Highways" is available on MDOT's website. This document contains instructions and forms that
must be followed and used for billing. Payment may be delayed or decreased if the instructions
are not followed.
Payment to the CMGC for services rendered shall not exceed the maximum lump sum amount
unless an increase is approved in accordance with the contract with the CMGC. One lump sum
payment will be made once the pre-construction phase work is completed and approved by the
MDOT Project Manager. The MDOT Project Manager may authorize partial payment if the project
is delayed due to circumstances beyond the CMGC’s control. Typically, billings must be submitted
within 60 days after the completion of services. The final billing must be received within 60 days of
the completion of services.
The selected Submitter will be notified after the SOQ(s) have been reviewed and scored. The
selected Submitter will be required to attend a scope verification meeting at a location determined
by the MDOT PM and then submit a Pre-Construction Services Fee. This lump sum price should
include all direct costs, overhead and profit required to complete the scope of work outlined in
Section 3.2. The Submitter should include a work plan, a description of their intended level of effort
and equivalent cost per hour to review and assist in the development of plans and specifications
during the preconstruction phase. MDOT will require verification of the costs from the selected
Submitter prior to executing a contract. If a Submitter does not have audited overhead rates, an
additive of 35% will be used to cover overhead and profit in accordance with section 109.05.D.3 of
MDOT 2012 Standard Specifications for Construction.
MDOT reserves the right to negotiate the cost of the Pre-Construction Services Fee. If MDOT and
the selected CMGC cannot agree on a price, hours of effort or number of employees providing
these pre-construction services, MDOT will begin negotiations with the next highest ranking
Submitter from the SOQ scoring process.

Original Issue

Page | 14

REQUEST FOR QUALIFICATIONS
7.2

TERMINATION OF PRE-CONSTRCUTION SERVICES
MDOT may terminate the contract with the CMGC if pre-construction services and coordination are
not provided as negotiated and/or expected, or for convenience. A written 15 day notice will be
sent to the CMGC before the services are completed. If the contract is terminated for any reason
during the pre-construction phase, MDOT will determine if partial compensation for services
rendered shall be paid to the CMGC.

SECTION 8: EVALUATION PROCESS
8.1

EVALUATION PROCESS
SOQ’s will initially be evaluated to determine if the Submitter has met the minimum requirements
(“Pass”) on all Pass / Fail evaluation factors. Pass / Fail evaluation factors are outlined in Section
8.2. SOQ’s will then be scored using the evaluation criteria. If a Submitter receives a “Fail” on any
single Pass / Fail requirement, the SOQ will be rated as unacceptable and will not be scored on the
evaluation criteria.
Once a SOQ has been determined to meet the minimum Pass / Fail criteria, MDOT will evaluate
the SOQ relative to the MDOT Project Goals as described in Section 2.4 and scoring criteria as
listed herein to determine the SOQ total score.
The qualitative evaluation score will be determined as follows:


The MDOT Selection Committee will review each SOQ identifying significant and minor
strengths and weaknesses of the Submitter.



Strengths and weaknesses are defined as follows:


Strengths – That part of the SOQ which ultimately represents a benefit to the
Project and is expected to increase the Submitter’s ability to meet or exceed the
Project Goals. A minor strength has a slight positive influence on the Submitter’s
ability to meet or exceed the Project Goals, while a significant strength has a
considerable positive influence on the Submitter’s ability to meet or exceed the
Project Goals.



Weaknesses – That part of the SOQ which detracts from the Submitter’s ability to
meet the Project Goals or may result in an inefficient or ineffective performance. A
minor weakness has a slight negative influence on the Submitter’s ability to meet
the Project Goals, while a significant weakness has a considerable negative
influence on the Submitter’s ability to meet the Project Goals.

Based on the identified strengths and weaknesses, the Selection Committee will select an
objective rating and select a percent of maximum score in the identified range.
The following rating system will be used in determining the value for each Scoring Element of the
Original Issue

Page | 15

REQUEST FOR QUALIFICATIONS
SOQ:


Excellent (81-100 % of points possible): The SOQ is considered to significantly exceed
the RFQ requirements / objectives in a beneficial way (providing advantages, benefits, or
added value to the project) and provides a consistently outstanding level of competency.
In order for the SOQ to meet the minimum criteria to be scored as Excellent, it must be
determined to have more than one significant strength, additional minor strengths and no
appreciable weaknesses. There is a high expectation that the team as proposed, would
be successful in delivering the Project to the owner’s satisfaction, and would most likely
exceed all Project Goals.



Very Good (61-80 % of points possible): The SOQ is considered to exceed the RFQ
requirements / objectives in a beneficial way (providing advantages, benefits, or added
value to the project) and offers a generally better than acceptable competency. In order
for the SOQ to meet the minimum criteria for consideration to be scored as Very Good, it
must be determined to have at least one significant strength, additional minor strengths
and no significant weaknesses. The greater the significance of the strengths and/or the
number of strengths, and the fewer the minor weakness will result in a higher score. It is
expected that the team as proposed, would be successful in delivering the Project to the
owner’s satisfaction, and will most likely meet and/or exceed all Project Goals.



Good (41-60 % of points possible): The SOQ is considered to meet the RFQ
requirements / objectives and offers an acceptable level of competency. In order for the
SOQ to meet the minimum criteria for consideration to be scored as Good, it must be
determined to have several strength(s), even though minor and/or significant weaknesses
exist. The greater the significance of the strengths and/or the number of strengths, and
the fewer the minor or significant weakness will result in a higher score. It is expected that
the team as proposed, will be able to deliver the Project and meet the Project Goals.



Fair (21-40 % of points possible): The SOQ is considered to contain several minor
and/or significant weaknesses, some minor strengths and no significant strengths. The
greater the strengths and fewer the minor or significant weakness will result in a higher
score. It is expected that the team as proposed, should be able to deliver the Project but
may not be able to meet some of the Project Goals.



Poor (0-20 % of points possible): The SOQ is considered to contain significant
weaknesses and no appreciable strengths. The SOQ demonstrates a low probability of
meeting the RFQ requirements and may be determined to be non responsive. The fewer
the minor or significant weakness will result in a higher score. It is unlikely that the team
as proposed would be able to deliver the Project to the owner’s satisfaction.

A score will be calculated for each Qualitative Evaluation Criteria by multiplying the percentage of
maximum score by the points available.
MDOT reserves the right to conduct an independent investigation of any information, including prior
experience, identified in the SOQ by contacting project references, assessing public information,
Original Issue

Page | 16

REQUEST FOR QUALIFICATIONS
contacting independent parties or other means. MDOT further reserves the right to request
additional information from a Submitter during the evaluation of the SOQ.
The Submitter selected to be the CMGC will be the firm whose verified experience and
qualifications, as presented in response to this RFQ and reference checks, in the opinion of MDOT,
as offering the most experience, expertise, and value to MDOT and the Project. The Selection
Committee will review and evaluate the SOQ’s throughout the selection process on the following
general criteria. It should be noted that this is not a complete list, and should not be considered a
“checklist”, but rather a reference.
8.2 PASS / FAIL EVALUATION CRITERIA

8.3



CMGC-001 Submitter Information



CMGC-002 Statement of Qualifications Checklist



CMGC-003 Addenda Acknowledgment



Bonding Company Letter



Conflict of Interest Form (See Exhibit A)

QUALITATIVE EVALUATION CRITERIA
8.3.1

UNDERSTANDING OF SERVICE (15 POINTS)

The Submitter shall provide an Executive Summary that includes their understanding of the project
and its goals, how those goals will be met through the CMGC process, and a brief narrative
describing why they are the “best qualified” to perform the services outlined in this RFQ.
Submitters should describe their ability to provide pre-construction services and the advantages
offered to MDOT and the Project from these services. Submitter should describe their ability to
coordinate with MDOT to improve constructability and provide input on construction methods
based on their team’s expertise and experience. The submitter should also detail their approach for
this coordination.
Submitters should describe their ability to perform the anticipated construction services for the
Project along with their preliminary Quality Assurance / Quality Control Plan. Identify what are
considered to be project risks, and how the Submitter can assist in mitigating these risks.
The Submitter should include sufficient information to familiarize reviewers with their project
approach and their ability to satisfy the technical and construction requirements, development of
cost estimates including the GMP, and address the public’s concerns related to schedule, mobility,
and access. As part of the Understanding of Service, the Submitter should provide a preliminary
communications plan outlining their understanding of how communications between the CMGC
and MDOT will occur.
Original Issue

Page | 17

REQUEST FOR QUALIFICATIONS
8.3.2

EXPERIENCE / PAST PERFORMANCE (20 POINTS)

The Submitter shall provide the firms past experience on projects with similar scope and
complexity, specifically in an urban setting. The Submitter should demonstrate how they completed
the projects with success in the areas of schedule, safety, quality, cost and maintenance of traffic,
including their role in the success of the projects. Describe what work is intended to be selfperformed and what items will be bid to prequalified sub-contractors
If your organization has defaulted or failed to complete a project in the last five (5) years, please list
each project this applies to and the reasons why for each.
8.3.3

WORK ZONE SAFETY (15 POINTS)

The Submitter shall discuss and describe how work zones accidents can be minimized or
mitigated.
8.3.4

SCHEDULE MANAGEMENT (15 POINTS)

The Submitter shall provide information that will demonstrate how they could reduce and/or
improve the overall construction schedule. MDOT’s desire is to expedite the construction schedule
while minimizing impacts to the traveling public while completing the work in an effective manner.
Scoring will be greatest to those Submitters who provide a clear understanding and provide
information on how they expect to meet these goals and demonstrate how their input during the
design will be beneficial to MDOT’s schedule goals.
8.3.5

QUALIFCATIONS OF KEY STAFF (20 POINTS)

The Submitter shall list the team’s key staff members and their qualifications, roles and
responsibilities with projects of similar scope, schedule and complexity. The Submitters should
clearly identify the roles of key staff during all phases of the project. The Submitter should
demonstrate how communication will occur with internal staff, subcontractors, MDOT, MDOT’s
consultants, as well as their anticipated communication and involvement with the public. It is
expected that CMGC staff that will be active during construction are also active during the project’s
preconstruction phase.
Name the key personnel and describe their role in the Project, experience on similar projects, and
experience on other projects that successfully integrated construction and design activities.
Provide an organizational chart for the Project with names of key individuals each for the following:


Pre-Construction Services (Prime and Subcontractors, if any)



Construction Services (Prime and any known subcontractors. If Subcontractors are not
known or identified, please describe the approach used to select Subcontractors)

Provide resumes for key personnel of the prime and any subcontractors shown on the organization
charts. Resumes will not count toward the page limit of a SOQ
Original Issue

Page | 18

REQUEST FOR QUALIFICATIONS

8.2.6

INNOVATIONS (15 POINTS)

The Submitter shall list any potential innovations and innovative approaches to completing the
project. At a minimum, innovations should specifically address how the Submitter expects to
provide input into the design to improve the project and what can be done to expedite the schedule
and limit impacts to traffic.
8.4

QUALITATIVE SCORE & SELECTION
Selection will be based on the Submitter with the highest total combined score (100 possible
points) if MDOT does not require an interview. If an interview is required, the submitters of the two
highest scoring SOQ’s will be interviewed at a minimum. MDOT may interview additional
submitters beyond the top two scoring SOQ’s if desired.

8.5

INTERVIEWS (50 points)
An interview may be required if the scoring of the proposals is inadequate to clearly identify the
most qualified Submitter. The interview will allow the Submitter the opportunity to present on the
qualifications of their team, project approach or on other areas they feel will add value. MDOT will
have the opportunity to ask each Submitter general questions or questions that are specific to their
proposal.
Interviews will be at the sole discretion of MDOT. If interviews are required, MDOT will notify all
firms to set up an interview. MDOT may provide firms questions to be addressed at the interview.
Interviews are not expected to exceed 60 minutes.

8.6

FINAL SCORE AND SELECTION
If an interview is conducted the selection will be based on the Submitter with the highest combined
total score (150 possible points).

Original Issue

Page | 19

REQUEST FOR QUALIFICATIONS

Exhibit A: Conflict of Interest Statement.
CONFLICT OF INTEREST STATEMENT
______________________ (Prime Contractor Name) certifies that it has read and understands the
following:
The PRIME CONTRACTOR, its team members, and its Affiliates agree not to have any public or
private interest, and shall not acquire directly or indirectly any such interest in connection with the
project, that would conflict or appear to conflict in any manner with the performance of the services
under this Contract. "Affiliate" means a corporate entity connected to the PRIME CONTRACTOR
through common ownership. “Team member” means any known entity the PRIME CONTRACTOR
intends to be in a contractual relationship with to complete the work associated with the project. The
PRIME CONTRACTOR, its team members, and its Affiliates agree not to provide any services to
any entity that may have an adversarial interest in the project, for which it has provided services to
the DEPARTMENT. The PRIME CONTRACTOR, its team members, and its Affiliates agree to
disclose to the DEPARTMENT all other interests that the PRIME CONTRACTOR, its team
members, or sub consultants have or contemplate having during each phase of the project. The
phases of the project include, but are not limited to, planning, scoping, early preliminary engineering,
design, and construction. In all situations, the DEPARTMENT will decide if a conflict of interest
exists. If the PRIME CONTRACTOR, its team members, and its Affiliates choose to retain the
interest constituting the conflict, the DEPARTMENT may terminate the Contract for cause in
accordance with the provisions stated in the Contract.
□

Certification for Subject Project: Based on the foregoing, the PRIME CONTRACTOR
certifies that no conflict exists with the subject project for it, or any of its team members
and/or Affiliates

□

Disclose of Conflict with Subject Project: Based on the foregoing, the PRIME
CONTRACTOR certifies that a potential conflict does or may exist with the subject project
for it, and/or any of its team members and/or Affiliates. The attached sheets describe the
potential conflict

This form, and any attachments, must be certified by a person from the PRIME CONTRACTOR who
has contracting authority.
Certified by:

Printed Name: ____________________________
Signature:

____________________________

Title:

____________________________

Company Name: ___________________________
Date:

____________________________

Original Issue

Page | 20

REQUEST FOR QUALIFICATIONS

Exhibit B: Project Map Showing Approximate Limits of Mainline Pavement Fix Types

Original Issue

Page | 21

I-696

M-5

GRAND RIVER

CPR*
OVERLAY

E

G

MILL & FILL

M

MILL & FILL HMA, CPR CONCRETE

10 MILE
F

D

INLAY**

F

C
I-275
C

C

L

*CPR = CONCRETE
PAVEMENT RESTORATION

A

B

** REMOVE AND REPLACE
DRIVING PAVEMENT, DETAIL 7
ON SHOULDERS

K
Q

10 MILE

N
J

M-5

J

P
H

12 MILE

I-96

GRAND RIVER

10 MILE

9 MILE

8 MILE

B

A

D

10 MILE

9 MILE

NOTE: ALL RAMPS WILL BE INLAYED UP TO THE 22' POINT

F

H

8 MILE

C

7 MILE

A

E

H
D

6 MILE

B

A

C

F

H
D

7 MILE

NOTE: ALL RAMPS WILL BE INLAYED UP TO THE 22' POINT

6 MILE

B

C

JN 124254 & JN 124257

Bridge Scope of Work
Bridge ID

Work
Deck patch, Reseal end jts, Rail patch, Steel rprs, Beam heat straightening,
S09-63022
Substr patch, Slope protection rpr
Shallow & Full depth deck patch, Epoxy seal deck, Reseal end jts, Steel
S01-63191
rprs, Replc appr pavt portions
Deck patch, Epoxy seal deck, Reseal end jts, Rail patch, Substr patch,
S02-63191
Replc GR portions
Deck patch, Epoxy ovly deck & pavt, Reseal end jts, Scale fascias & soffit,
S03-63191
Substr patch
Deck patch, Epoxy seal deck, Reseal end jts, Rail patch, Steel rprs, Substr
S04-63191
patch
Deck patch, Reseal end jts, Substr patch, Patch/crack seal appr pavt, Add
S05-63191-1
rail rpr?
Deck patch, Epoxy seal deck & appr pavt, Reseal end jts & deck jts, Substr
S05-63191-4
patch, Replc GR portions
Full depth deck patch, DEEP OVLY, Jt replc, Scale fascias & soffits, Substr
S06-63191
patch, Replc GR portions, Replc appr pav’t
Deck patch, Epoxy seal deck, Reseal end jts & deck jts, Scale fascias &
S07-63191
soffit, Substr patch, Patch/crack seal appr pavt
Deck patch, Epoxy seal deck, Reseal end jts, Substr patch, Crack seal appr
S08-63191
pavt, Replc GR portions
Deck patch, Epoxy seal deck, Reseal deck jts, Fascia patch, Substr patch,
S09-63191
Replc appr pavt
Deck patch, Epoxy seal deck & appr pavt, Reseal end jts, Substr patch,
S10-63191
Replc appr shldrs
S12-63191
S18-63191
S19-63191
S03-82125

Deck patch, Epoxy seal deck, Replc Jt portions? Substr patch
Shallow & Full depth deck patch, Epoxy seal deck & pavt, Reseal end jts,
Substr patch, Replc GR portions
Deck patch, Epoxy seal deck & appr pavt, Reseal end jts & deck jts, Substr
patch, Replc appr shldrs
Deck patch, Epoxy seal deck, Reseal end jts & const jt, Substr patch, CSC,
Replc appr SW

Attachment A-1

REQUEST FOR QUALIFICATIONS

Exhibit C: Forms: CMGC 001, CMGC 002, CMGC 003

Original Issue

Page | 22

REQUEST FOR QUALIFICATIONS

CMGC-001

SUBMITTER INFORMATION

Project:
Name of Submitter: ___________________________________________________________________
Street Address: _______________________________________________________________________
City: ____________________________ State: _________________

Zip: ______________________

Contract Person: ______________________________________________________________________
Telephone No.: _________________________

E-Mail: _____________________________________

Page | A

REQUEST FOR QUALIFICATIONS

CMGC-002

STATEMENT OF QUALIFICATIONS CHECKLIST

Project:
Name of Submitter: ___________________________________________________________________

□

Qualitative Scoring Criteria

□

CMGC-001 – Submitter Information**

□

CMGC-002– Statement of Qualifications Checklist**

□

CMGC-003 – Addenda Acknowledgment**

□

Bonding Company Letter**

□

Conflict of Interest Statement (See Exhibit A)**

**NOT INCLUDED IN SOQ MAXIMUM PAGE COUNT

Page | B

REQUEST FOR QUALIFICATIONS

CMGC-003

ACKNOWLEDGMENT OF RECEIPT OF ADDENDA

Project:
Name of Submitter: ___________________________________________________________________
Receipt is hereby acknowledged of the following addenda by MDOT to this RFQ by entering “YES” or “NO”
below and indicating the date received:
Addendum No.

Received

Date Received:

____________

____________

___________________

____________

____________

___________________

____________

____________

___________________

____________

____________

___________________

____________

____________

___________________

______________________________________
(Name)

___________________
(Date)

______________________________________
(Title)

Page | C



Source Exif Data:
File Type                       : PDF
File Type Extension             : pdf
MIME Type                       : application/pdf
PDF Version                     : 1.7
Linearized                      : Yes
Author                          : dubaym
Create Date                     : 2015:06:05 08:11:19-04:00
Modify Date                     : 2015:06:05 09:01:09-04:00
Has XFA                         : No
XMP Toolkit                     : Adobe XMP Core 5.2-c001 63.139439, 2010/09/27-13:37:26
Format                          : application/pdf
Creator                         : dubaym
Title                           : Microsoft Word - I-275 Request for Qualifications 117602.doc
Creator Tool                    : PScript5.dll Version 5.2.2
Metadata Date                   : 2015:06:05 09:01:09-04:00
Producer                        : Acrobat Distiller 10.0.0 (Windows)
Document ID                     : uuid:099723fd-84b7-4d6b-a7a4-9de126cb8000
Instance ID                     : uuid:687cbbd5-9fa4-4575-ac8a-e97698760e70
Page Count                      : 33
EXIF Metadata provided by EXIF.tools

Navigation menu