HomeMy WebLinkAbout5/3/2022 - Regular1
Vinton Town Council
Regular Meeting
Council Chambers
311 South Pollard Street
Tuesday, May 3, 2022
AGENDA
Consideration of:
A. 6:00 p.m. - ROLL CALL AND ESTABLISHMENT OF A QUORUM
B. MOMENT OF SILENCE
C. PLEDGE OF ALLEGIANCE TO THE U. S. FLAG
D. UPCOMING COMMUNITY EVENTS/ANNOUNCEMENTS
E. REQUESTS TO POSTPONE, ADD TO OR CHANGE THE ORDER OF AGENDA
ITEMS
F. CONSENT AGENDA
1. Consider approval of minutes of the Regular Meeting of April 19, 2022
G. AWARDS, INTRODUCTIONS, PRESENTATIONS, PROCLAMATIONS
1. Police Department Swearing-In Ceremony for Officer Dibble – Chief
Drumond/Town Clerk
2. Proclamations:
a. National Police Week (May 15-21) – Chief Drumond
b. GBS/CIDP Awareness Month – Rick Forney, GBS/CIDP Mid-Atlantic
Regional Director & Southwest Virginia Liaison
H. CITIZENS’ COMMENTS AND PETITIONS - This section is reserved for comments and
questions for issues not listed on the agenda.\
I. TOWN ATTORNEY
Bradley E. Grose, Mayor
Sabrina M. McCarty, Vice Mayor
Keith N. Liles, Council Member
Laurie J. Mullins, Council Member
Michael W. Stovall, Council Member
Vinton Municipal Building
311 South Pollard Street
Vinton, VA 24179
(540) 983-0607
2
J. TOWN MANAGER
1. BRIEFINGS
2. ITEMS REQUIRING ACTION
a. Consider adoption of a Resolution awarding a construction engineering,
management and inspection services contract and authorizing the Town
Manager to execute the contract with Whitman, Requardt & Associates
(WRA), LLP, for the Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5th Street to Town's West Limits – Anita
McMillan
b. Consider adoption of a Resolution authorizing the Town Manager to
execute a Parking Lot Lease and Real Property Purchase Right of First
Refusal between David S. McClung, II and the Town for approximately
1.463 acres located at 7 Walnut Avenue, Vinton, Virginia – Town
Manager
3. PROJECT UPDATES/COMMENTS
K. REPORTS FROM COMMITTEES
L. COUNCIL
M. MAYOR
N. ADJOURNMENT
NEXT COMMITTEE/TOWN COUNCIL MEETINGS:
May 9, 2022 – 3:00 p.m. – Finance Committee Meeting – TOV Conference Room
May 17, 2022 – 6:00 p.m. – Regular Council Meeting – Council Chambers
NOTICE OF INTENT TO COMPLY WITH THE AMERICANS WITH DISABILITIES ACT.
efforts will be made to provide assistance or special arrangements to qualified individuals with
disabilities in order to participate in or attend Town Council meetings. Please call (540) 983-0607 at
least 48 hours prior to the meeting date so that proper arrangements may be made.
Meeting Date
May 3, 2022
Department
Town Clerk
Issue
Consider approval of minutes of the Regular Meeting of May 3, 2022
Summary
None
Attachments
May 3, 2022 minutes
Recommendations
Motion to approve minutes
Town Council
Agenda Summary
1
MINUTES OF A REGULAR MEETING OF VINTON TOWN COUNCIL HELD AT 6:00 P.M.
ON TUESDAY, APRIL 19, 2022, IN THE COUNCIL CHAMBERS OF THE VINTON
MUNICIPAL BUILDING LOCATED AT 311 SOUTH POLLARD STREET, VINTON, VIRGINIA
MEMBERS PRESENT: Bradley E. Grose, Mayor
Sabrina McCarty, Vice Mayor
Laurie J. Mullins
Michael W. Stovall
MEMBERS ABSENT: Keith N. Liles
STAFF PRESENT: Pete Peters, Town Manager
Cody Sexton, Assistant Town Manager
Susan N. Johnson, Executive Assistant/Town Clerk
Jeremy Carroll, Town Attorney
Fabricio Drumond, Police Chief
Donna Collins, Human Resources/Risk Management Director
Anita McMillan, Planning & Zoning Director
Chasity Barbour, Community Programs and Facilities Director
The Mayor called the meeting to order at 6:00
p.m. The Town Clerk called the roll with Council
Member Mullins, Council Member Stovall, Vice
Mayor McCarty and Mayor Grose present.
Council Member Liles was absent.
Roll call
After a Moment of Silence, Council Member
Stovall led the Pledge of Allegiance to the U.S.
Flag.
announcements, Vice Mayor McCarty announced
the following: April 28-May 1 - Dogwood Festival -
Carnival at Billy Byrd field, April 29 – 6:00-10:00
p.m. The Pizzazz Band – Farmers’ Market Stage;
April 30 – 10:00 a.m.-4:00 p.m. - arts, crafts and
car show; crowning of the Queen at 12 noon -
Municipal Building and the parade at 2:30 p.m.
Vice Mayor McCarty made a motion to approve
the Consent Agenda as presented; the motion was
seconded by Council Member Mullins and carried
Vote 4-0; Yeas (4) – Mullins, Stovall, McCarty,
Grose; Nays (0) – None; Absent (1) - Liles.
Approved minutes of the Regular Meeting of
April 5, 2022; adopted Resolution No. 2489
amount of $387,579.00 within the Grant Fund
Manager and associated operating expenses
for a three-year period
Under awards, introductions, presentations
and proclamations, Chief Drumond
Lawless recognized the recipients of the 2021
2
Life Saving – Officer Brandon Settles; Certificate
of Excellence – Officer Andrew O’Conner; Traffic
Safety and Enforcement -
Shively; DUI and Drug Safety -
Jeremy Shrewsbury; Leadership and Officer of the
Year – Sergeant Silas Chapman
recipients except Acting Sergeant Shrewsbury
were present at the meeting.
The Town Manager made brief comments and
introduced Jamie Hurt, the new
Manager. After comments from
Mayor and Council welcomed him to the Town.
The next item under awards, introductions,
presentations and proclamations was a
proclamation
Telecommunications Week. Bill Hunter, Roanoke
County
Information Technology, made brief comments
following which Council Member Stovall read the
Proclamation.
The second proclamation was for Arbor Day.
Anita McMillan commented this is the Town’s 22nd
year to celebrate Arbor Day. This year’s event will
be on April 29th at 10:00 a.m. at the Vinton Library
Proclamation.
Drinking Water Week. Vice Mayor McCarty read
the Proclamation.
The next item on the agenda was to consider
adoption of a Resolution approving the 2022-2023
operating budget for the Roanoke Valley Regional
Cable Television Committee. Scott Ramsburg first
commented on the purpose of RVTV and some of
Town. RVTV’s annual operating budget is shared
by the three sponsoring localities, City of Roanoke,
Roanoke County and the Town of Vinton based on
US Census Population Data and is offset by the
Communications Sales and Use Tax and EG fees
from local communications providers. The
$19,117, which represents four percent of the total
RVTV budget of $477,934.00.
3
After comments from Council Member Mullins,
Vice Mayor McCarty, Town Clerk and Mayor,
Council Member Mullins made a motion to adopt
the Resolution as
seconded by Vice Mayor McCarty and carried by
the foll
Vote 4-0; Yeas (4) –
Grose; Nays (0) – None; Absent (1) - Liles.
Adopted Resolution No. 2490 approving the
2022-2023 operating budget for the Roanoke
Valley Regional Cable Television Committee
The next item on the agenda was to consider
adoption of a Resolution approving the 2022-2023
operating budget of the Roanoke Valley Resource
Authority
construction at the Tinker Creek Transfer Station
is slated to be completed in May
make the operations more efficient and user-
friendly. Since the operational changes have been
made, the revenues are u
operating expenses are down $1 million. They
have
and anticipate reducing
through attrition. The Mayor asked how long the
Smith Gap Landfill would last.
responded there have 34 years of permitting and
to date they have only used approximately 60 of
the 1, 200 acres. There is well over 100 years of
reliance on landfills.
Council Member Stovall
adopt the Resolution as presented; the motion was
seconded by Council Member Mullins and carried
voting: Vote 4-0; Yeas (4) –
McCarty, Grose; Nays (0) – None; Absent (1) -
Liles.
The Town Manager expressed appreciation to Mr.
Miles and his staff for allowing the Town to
Station.
Adopted Resolution No. 2491 approving the
2022-2023 operating budget of the Roanoke
Valley Resource Authority
The next item on the agenda was to consider
adoption of a Resolution authorizing the renewal of
Program for the contract year July 1, 2022 through
June 30, 2023
this year the Town received an 8% increase to the
4
increase and there will be no change to the
employees’ premiums for FY2023. The Key
Advantage 500 Plan and the Key Advantage 1000
will still be offered
changes to the coverages.
Vice Mayor McCarty made a motion to adopt
the Resolution as presented
seconded by Council Member Mullins and carried
voting: Vote 4-0; Yeas (4) –
McCarty, Grose; Nays (0) – None; Absent (1) -
Liles.
Adopted Resolution No. 2492 authorizing the
renewal of the Town of Vinton Employees’
Local Choice Program for the contract year
July 1, 2022 through June 30, 2023
The next item on the agenda was to consider
adoption of a Resolution appropriating funds from
the Grant Fund Revenue Account
Development Account (VIDA) Program. The
Town Manager commented that in 2019 the Town
received a $200,000 grant from the Department of
Advancement Foundation. There were a couple
of delays due to COVID, but the P
approaching its completion in early May. The last
of the funding in the amount of $53,800 needs to
be rolled forward to the current FY2022 budget.
Council Member Mullins
adopt the Resolution as presented; the motion was
seconded by Council Member Stovall and carried
voting: Vote 4-0; Yeas (4) –
McCarty, Grose; Nays (0) – None; Absent (1) -
Liles.
Adopted Resolution No. 2493 appropriating
funds from the Grant Fund Revenue Account
to the Grant Fund Expenditure Account in the
Program
The Town Manager commented that through
the operating budget and some additional
appropriations that Council has approved, there is
approximately $1 million available for paving
Once the paving schedule is
advise our citizens of the specific locations where
we will be paving.
With regard to Mountain View Road, it is important
to know that we will be doing a significant patch on
some of the worse sections until
appropriately rebuild the road.
Capital Improvement Plan ((CIP), we have
allocated funding to do the engineering design
5
determine how bad the road condition was as far
as the substructure. That has been completed and
we now know what conditions exist
design this year will set us up appropriately for the
next following year when the Virginia Department
of Transportation (VDOT) grant becomes available
for actual construction. We have already set aside
over $500,000 of our match in the CIP and will
allocate some additional match in future years.
Under appointments to Boards/Commissions/
Committees,
Andrew “Ty” Braxton resigned from the Planning
Commission effective September 3, 2021 and
Jonathan McCoy has submitted an application to
complete Mr. Braxton’s unexpired term ending
June 1, 2024. Council was polled and provided a
copy of Mr. McCoy’s application
him.
Council Member Mullins made a motion to
appoint Jonathan McCoy to an
beginning April 19, 2022 and ending June 1, 2024;
the
Stovall and carried by the following vote, with all
members voting: Vote 4-0; Yeas (4) – Mullins,
Stovall, McCarty, Grose; Nays (0) – None; Absent
(1) - Liles. Following the vote, Mr. McCoy made
brief comments.
Appointed Jonathan McCoy to the Planning
Commission to an unexpired term beginning
April 19, 2022 and ending June 1, 2024
With regard to the nominations for the 2022
VML
commented that Council was polled and provided
the proposed slate of officers and all indicated they
committee.
Vice Mayor McCarty made a motion to approve
the Slate of Officers as presented; the motion was
seconded by Council Member Mullins and carried
Vote 4-0; Yeas (4) –
Grose; Nays (0) – None; Absent (1) – Liles.
Approved the 2022 VML Policy Committees
Slate of Officers as presented
Under reports from Council Committees, Cody
Sexton
Committee met on April 11, 2022. The Committee
reviewed the item that was
under the Consent Agenda.
With regard to the February 2022 Financial Report
6
cash on hand is approximately $10.3 million. This
is a material change from the January report
because we begin to receive payments for
business license taxes which are due March 1st
Our largest collections of personal property taxes
in May and the first half of real estate taxes in June
will increase our cash position again. Restricted
cash is a $4.5 million and investments are at $3.3
million.
The General Fund and Utility fund are still in a very
good position. As of February, the revenues in the
under budget.
$65,268 above where we would expect them to be
and most of this is attributable to water and sewer
collections. Expenditures are $417,631 less than
stable throughout the rest of the year. We have
two billings coming up, our normal 60-day billing in
May and a catch-
approximately 40-45 days due to the transition of
the Utility System to the Water Authority.
The Grant, Capital, and Stormwater Funds that
mainly operate on a reimbursement basis are
running strong and are dependent upon when the
projects actually get started.
Council Member Stovall made a motion to
approve the February 28, 2022
as presented; the motion was seconded by Vice
Mayor McCarty and carried by the following vote,
with all members voting: Vote 5-0; Yeas (5) –
Liles, Mullins, Stovall, McCarty, Grose; Nays (0) –
None.
Mr. Sexton next
gave a very brief update to the Committee on the
progress of the FY2023 budget. The Planning
Commission will be reviewing the FY2023 CIP on
scheduled Work Session at an upcoming meeting.
Report
Mr. Sexton next gave the report on the Public
Works Committee, which met on April 13, 2022.
rd
7
Virginia and PFG signals are completed. Last
Friday the quotes were due for the Hardy/Bypass,
Hardy/Niagara and Hardy/Vinyard signals. Those
will be the
corridor with the exception of Virginia/Pollard
which is proposed to be handled through the hotel
development project.
we will be able to move forward with coordinating
those signals for better traffic flow.
With regard to the Hardy Road streetlights, we are
waiting for AEP
The Town Manager gave
paving. With regard to the meter project, 80% of
commercial meters and
meters have been completed. The project will not
Authority on July 1st
closely with them in the process.
The 3rd Street Pump Station is still on hold while
we work with the Roanoke County to get all of the
permitting straight, but
completed this Fall. The Town Manager gave the
update on Mountain View Road.
With regard to the Garthright Bridge, some basic
minimal repairs on the bridge to help extend the life
inspectors. We are finalizing the bid package for
Summer or early Fall.
Council Members in continuing the focus on a
Vinton restaurant each meeting commented on the
food at Rosie’s and Our Daily Bread and
commented on the
and Arbor Day.
The Mayor commented on the relocation of the
Vinton Chamber Offices to Lee Avenue, the recent
Relay for Life Survivor Dinner at the War Memorial
and the Clean Valley Pop-Up.
Vice Mayor McCarty made a motion to adjourn
the meeting; the motion was seconded by Council
Member Mullins and carried by the following vote,
with all members voting: Vote 4-0; Yeas (4) –
Mullins, Stovall, McCarty, Grose; Nays (0) – None;
Absent (1) - Liles. The meeting was adjourned at
8
APPROVED:
_________________________________
Bradley E. Grose, Mayor
ATTEST:
_________________________________
Susan N. Johnson, CMC, Town Clerk
Meeting Date
May 3, 2022
Department
Police
Issue
1. Police Department
a. Swearing In Ceremony – Officer Dibble
Summary
The Town Clerk will assist Chief Drumond in swearing in Jesse Lewis Dibble as a new Officer in
the Department.
Attachments
None
Recommendations
No Action Required
Town Council
Agenda Summary
Meeting Date
May 3, 2022
Department
Council
Issue
Proclamation - National Police Week (May 15-21)
Summary
In 1962, President John F. Kennedy declared May 15 as Peace Officers Memorial Day, and the
week in which it falls as National Police Week. We would like to recognize our law enforcement
officers that serve the Town with a proclamation which recognizes National Police Week, which
begins on May 15, 2022 and ends on May 21, 2022.
Attachments
Proclamation
Recommendations
Present Proclamation
Town Council
Agenda Summary
PROCLAMATION
WHEREAS, the Congress and President of the United States have designated May 15 as Peace Officers Memorial Day, and the week in which it falls as Police Week; and
WHEREAS, the members of the Vinton Police Department play an essential role in safeguarding the rights and freedoms of the citizens of the Town of Vinton; and
WHEREAS, it is important that all citizens know and understand the problems, duties and responsibilities of their police department, and that members of our police department recognize their duty to serve the people by safeguarding life and property, by protecting them against violence or disorder, and by protecting the innocent against deception and the weak against oppression or intimidation; and
WHEREAS, the Vinton Police Department has grown to be a modern and scientific law enforcement agency and provides a vital public service.
NOW, THEREFORE, I, Bradley E. Grose, Mayor of the Town of Vinton, and on behalf of Town Council and all our citizens, do hereby proclaim May 15 to May 21, 2022, as NATIONAL POLICE
WEEK in the Town of Vinton and call upon all citizens of the Town of Vinton and surrounding areas that are served by the Vinton Police Department to observe this week and to join Town Council in recognizing officers for their faithful and loyal devotion to duty and dedicated service to their community.
IN WITNESS WHEREOF, I have set my hand and caused the seal of the Town of Vinton, Virginia to be affixed on this 3rd day of May, 2022.
Bradley E. Grose, Mayor
Meeting Date
May 3, 2022
Department
Council
Issue
Proclamation – GBB/CIDP Awareness Month
Summary
Rick Forney will be present at the meeting to make brief comments and accept this Proclamation.
Attachment
Proclamation
Recommendations
Present Proclamation
Town Council
Agenda Summary
PROCLAMATION
WHEREAS, the month of May, has been designated as "GBS and CIDP Awareness Month" to educate the public and to focus attention on Guillain-Barre Syndrome (GBS) and Chronic inflammatory Demyelinating Polyneuropathy (CIDP), rare, paralyzing and potentially Catastrophic disorders of the peripheral nerves; and
WHEREAS, the cause of GBS and CIDP is unknown. The length of the illness is unpredictable. It is characterized by rapid onset of weakness and often, paralysis of the legs, arms, breathing muscles and face. Usually months of hospital care are required with patients and families facing an uncertain future, not knowing if and when recovery will occur. Some may face long-term disabilities of varying degrees. GBS or CIDP can develop in any person at any age, regardless of gender or ethnic background; and
WHEREAS, in 1980, the Guillain-Barre Foundation International (now the GBS/CIDP Foundation International), was founded to provide a support network to patients and their families through the national office headquartered in Philadelphia and its 180 chapters with more than 40,000 members throughout the United States, Canada, Asia, Europe, Australia, South America, and South Africa; and
WHEREAS, Rick Forney is the Liaison for the local area chapter serving as the link between patients, physicians, nurses and families. The Foundation provides educational materials including a comprehensive booklet, "GBS, an Overview for the Layperson," and newsletters as well as funding medical research and conducting symposia; and
WHEREAS, the Foundations Medical Advisory Board includes prominent neurologists active in GBS and CIDP research, leading physicians in rehabilitation medicine, and physicians who, themselves, have had the disorder.
NOW, THEREFORE, I, Bradley E. Grose, Mayor of the Town of Vinton and on behalf of Town Council and all our
citizens do hereby proclaim the month of May 2022 as GBS/CIDP AWARENESS MONTH in the Town of Vinton and encourages all the citizens to recognize the importance of raising awareness of GBS and CIDP.
IN WITNESS WHEREOF, I have set my hand and caused the seal of the Town of Vinton, Virginia to be affixed on this 3rd day of May, 2022.
Bradley E. Grose, Mayor
Meeting Date
May 3, 2022
Department
Planning and Zoning
Issue
Council adoption of a Resolution awarding a Construction Engineering, Management, and Inspection
Services Contract and authorization for the Town Manager to execute the contract with Whitman, Requardt
& Associates (WRA), LLP, for the Walnut Avenue Bicycle and Pedestrian Accommodations Project – 5th
Street to Town’s West Limits.
Summary
The Project is funded through the Roanoke Valley Transportation Policy Organization’s (RVTPO) Regional
Surface Transportation Program (RSTP)/Set-Aside Transportation Block Grant (STBG) Program.
A Request for Proposals to provide the construction engineering, management, and inspection services was
issued on October 22, 2021, with a due date of November 18, 2021. The Town received four (4) Proposals,
and the four firms were interviewed on December 15, 2021. Based on the selection committee’s rankings of
the Proposals and interviews, a Notice of Intent to Award was issued to WRA on January 14, 2022.
Discussion about the scope of work and fee took place beginning in early February 2022, with the final pre-
award evaluation from VDOT Salem District having been received on April 19, 2022. The Town’s RFP,
WRA’s RFP submittal, scope of work and fee were submitted to Town Attorney for review and approval.
The Invitation for Bids for the project’s construction was advertised on April 8, 2022, with the bid opening
scheduled for May 5, 2022 at 2:00 pm.
Attachments
1. Town of Vinton and WRA Construction Engineering, Management, and Inspection Services
Contract for Walnut Avenue Bicycle and Pedestrian Accommodations Project - 5th Street to
Town’s West Limits
2. Exhibit A – Town’s RFP # TOV-2022-003-PZ WA5thTWL, Dated October 22, 2021
3. Exhibit B – WRA’s Proposal, Dated November 18, 2021
4. Exhibit C – WRA Scope of Work, Dated April 19, 2022
5. Resolution
Recommendations
Motion to adopt the Resolution
Town Council
Agenda Summary
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 1 of 15
TOWN OF VINTON, VIRGINIA
Walnut Avenue Bicycle and Pedestrian Accommodations Project –
5th Street to Town’s West Limit UPC 111649
CONSTRUCTION ENGINEERING, MANAGEMENT, AND
INSPECTION SERVICES CONTRACT
Contract Number: TOV-2022-003-PZ WA5thTWL
THIS CONTRACT, made the day of ____________________________ , by and between
the Town of Vinton, Virginia, hereinafter referred to as "the Town", and Whitman, Requardt
& Associates (WRA), LLP, a partnership, located at __________________
, hereinafter referred to as "the Consultant".
WHEREAS, the Town requires professional construction engineering, management,
and inspection services for the Walnut Avenue Bicycle and Pedestrian Accommodations
Project – 5th Street to Town’s West Limits; hereinafter referred to as a “PROJECT” and,
WHEREAS, a PROJECT may be funded wholly or in part by the Virginia
Department of Transportation (VDOT) and being administered locally by the Town; and,
WHEREAS, the Consultant desires to provide the professional construction
engineering, management, and inspection services for the PROJECT as requested by the
Town; and,
WHEREAS, this Contract shall be in effect until the completion of the PROJECT
including the VDOT final review and approval of the PROJECT’s construction
documentation; and,
WHEREAS, this Contract states the duties and responsibilities of the Town and of
the Consultant related to the providing of such professional construction engineering,
management, and inspection services to the Town.
WITNESSETH that the Town and Consultant, in consideration of the mutual covenants,
promises, and agreements contained herein, agree as follows:
SCOPE OF SERVICES: The Consultant shall provide the professional construction
engineering, management, and inspection services to the Town as set forth in Town of
Vinton TOV-2022-003-PZ WA5thTWL Request for Proposal (RFP) for Walnut Avenue
Bicycle and Pedestrian Accommodations from 5th Street to Town’s West Limits and as
contained in the Exhibit A - Scope of Services, which is attached hereto as Exhibit C.
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 2 of 15
CONTRACT PERIOD: The Contract Period shall commence from the date this Contract
is signed by the Town and Consultant and be in force until the Project is complete and
accepted by the Town and Virginia Department of Transportation (VDOT).
CONTRACT DOCUMENTS: The Contract Documents shall consist of this signed
Contract and all exhibits, written amendments, and/or addenda including:
• Town’s RFP dated October 22, 2021, attached as Exhibit A;
• Consultant’s Proposal dated November 18, 2021 (“Proposal”), attached as Exhibit B;
• Consultant’s Scope of Services and Fee Proposal for Professional Construction
Engineering, Management, and Inspection Services for the Walnut Avenue Bicycle
and Pedestrian Accommodations Project: 5th Street to Town’s West Limits, attached
as Exhibit C;
• Any subsequent written amendments executed by the parties.
In the event of a conflict among these Contract Documents, this Contract shall
control over the Town’s RFP, which shall control over the Scope of Services and Fee
Proposal, which shall control over the Consultant’s Proposal.
ARTICLE I
THE CONSULTANT'S RESPONSIBILITIES
1.1 The Consultant shall:
a. Furnish all labor, materials, equipment, technical and professional
services required to perform the Professional Construction Engineering,
Management, and Inspection Services for the PROJECT.
b. Perform all Professional Construction Engineering, Management, and
Inspection Services in accordance with generally accepted professional standards.
The Consultant shall comply with all laws, ordinances, rules, regulations and other
requirements of the Town of Vinton, the Commonwealth of Virginia, and Federal
governmental agencies and authorities that are applicable to the PROJECT.
c. Provide additional services that are not within the Scope of Services
contained in Exhibits A and C, as requested and approved in writing by the Town.
The cost of the additional services shall be submitted to the Town by the
Consultant for review and approval prior to additional services being performed.
Additional fees shall be based on either a lump sum or hourly not-to-exceed fee.
The Parties shall utilize the hourly rates contained in Exhibit C to establish an
hourly not-to-exceed fee for additional services. Additional services shall be
authorized only if approved in advance, in writing by the Town.
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 3 of 15
ARTICLE II
TOWN'S RESPONSIBILITIES
2.1 The Town shall:
a. Provide to the Consultant all information in possession of the Town which
relates to the Town's requirements for the PROJECT or which, in the opinion of the
Town, is relevant to the Consultant ’s services to be provided on the P ROJECT .
b. Review all preliminary drawings and estimates of construction costs; all
final construction drawings, easement plats, and contract documents (if needed); all
revised estimates of construction costs; and other documents presented by the
Consultant.
c. Make all reasonable efforts to provide access for the Consultant to enter
upon public and private property as required for the Consultant to perform the
services required under this Contract.
d. Designate a person to act as the Town's representative with the Consultant
with respect to the services to be performed. Such person shall have the authority
to transmit instructions, receive information, interpret and define the Town's
policies and decisions with respect to materials, equipment, elements, and systems
pertinent to the Consultant's services.
ARTICLE III
COMPENSATIONAND METHOD OF PAYMENT
3.1 This is a Fixed Billable Rate Contract. The Town shall pay the Consultant a price not
to exceed two hundred fifty-four thousand two hundred and 00/100 Dollars
($254,200.00) for all the Construction Engineering, Management, and Inspection
Services to the provided by Consultant on the PROJECT under this Contract
(“Contract Sum”), included herein as Exhibit C. No increase in the Contract Sum
shall be made except by a written Change Order, Change Directive, or Modification
executed by an authorized Town representative.
3.2 As stated in Exhibit C, all expenses are included in the fixed price fee.
3.3 The Consultant shall submit invoices to the Town on a monthly basis for
progress payments for the PROJECT, accompanied by a brief narrative outlining
the services provided and justifying the invoiced amount. After acceptance by the
T own of that portion of the services to which the invoice charges relate, the
Town shall pay the amount of invoice within thirty (30) days. Prior to being
required to accept any invoice, the Town shall have the right to expend a
reasonable time to verify information contained on any invoice and to correct
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 4 of 15
any errors found. Invoices shall be mailed or delivered to:
Anita J. McMillan
Contract/Project Manager
311 S. Pollard Street, Suite 105
Vinton, VA 24179
3.4 Payments made to the Consultant shall not be considered as evidence of
satisfactory performance, either in whole or in part, of the services provided by
the Consultant or as acceptance of any portion of the PROJECT.
ARTICLE IV
PERFORMANCE SCHEDULE
4.1 The Consultant shall perform the services with such qualified personnel in
sufficient numbers to complete the services according to the performance
schedule included in Exhibit C.
4.2 The Consultant shall not be in default for delay in performance if the cause of
such delay is beyond its control despite its good faith diligence in attempting to
timely perform. Such causes may include, but are not restricted to, acts of God or
the public enemy, fires, flood, epidemics, quarantine restrictions, government
administration, strikes, freight embargoes, and unusually severe weather, but in
every case the failure to perform must be beyond the Consultant’s control despite
its good faith diligence in attempting to timely perform.
ARTICLE V
GENERAL PROVISIONS
5.1 In the event that the Consultant fails to perform the services within the time
provided and within the terms of the Proposal, the Town may, at its sole option,
terminate the services of the Consultant. The Town shall send a written termination
notice either by hand delivery or certified mail to the Consultant of such termination.
Termination shall be effective ten (10) days after the date of mailing or when
received by the Consultant, whichever is sooner. The Town shall not be required to
honor requests for payment submitted for services initiated after the effective date
of written termination. Upon written application by the Consultant prior to the
actual date of termination, the Town may, at its discretion, expressly grant an
extension of time to the Consultant to perform the services or cure any breach of the
terms of the Proposal.
5.2 The Town and the Consultant bind themselves and any successors and assigns to
this Contract. The Consultant shall not assign, sublet, or transfer its obligations
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 5 of 15
pursuant to this Contract to any third party without the prior written consent of the
Town. Nothing hereinafter mentioned shall be construed as creating any personal
liability on the part of any officer, agent or employee of the Town. This Contract
shall not be construed as conferring benefits upon any person or entity other than to
the Town and the Consultant.
5.3 The Consultant agrees to indemnify and hold harmless the Town, its elected
officials, officers, and employees from losses and damages occurring or resulting
to any and all persons, firms or corporations, furnishing work, services, materials,
or supplies due to the Consultant's negligence, failure to perform in accordance
with the standard of care set forth in Article 1.1, or intentional wrong doing by the
Consultant or any of its agents. This indemnification and hold harmless provision
applies to all claims and losses resulting to any person, firm, or corporation who
may be injured or damaged by the Consultant in the performance of this Contract.
5.4 The parties hereto agree that the Consultant and any agents, or employees of the
Consultant, in the performance of this Contract, act in an independent capacity and
not as officers, employees or agents of the Town.
5.5 During the performance of this Contract, the Consultant agrees as follows:
a. COMPLIANCE WITH LAWS AND REGULATIONS: The Consultant shall
keep fully informed of all federal, state, and local laws, ordinances, and regulations,
and all orders and decrees of bodies or tribunals having any jurisdiction or authority,
which in any manner affect those engaged or employed on this Contract, or which in
any way affect the conduct of the services provided by the Consultant. It shall at all
times observe and exercise professional care to comply with, and shall cause its
agents, subcontractors and employees to observe and comply with all such laws,
ordinances, regulations, orders, and decrees; and shall protect and indemnify the
Town and its employees and appointees against any liability arising from or based
on the violation of any such law, ordinance, regulation, order, or decree, whether by
itself or its agents, subcontractors or employees. If any discrepancy or inconsistency
is discovered between this Contract and any such law, ordinance, regulation, order,
or decree, the Consultant shall immediately report the same to the Town in writing.
b. VIRGINIA PROHIBITED EMPLOYMENT DISCRIMINATION: The
Consultant, its agents, employees, assigns or successors, and any person, firm, or
agency of whatever nature with whom it may contract or make an agreement, shall
comply with the provisions of the Section 2.2-4311 of the Code of Virginia (1950),
as amended. During the performance of this Contract, the Consultant agrees as
follows:
1. The Consultant will not discriminate against any employee or
applicant for employment because of race, religion, color, sex,
national origin, age, disability, or other basis prohibited by state law
relating to discrimination in employment, except where there is a bona
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 6 of 15
fide occupational qualification reasonably necessary to the normal
operation of the Consultant. The Consultant agrees to post in
conspicuous places, available to employees and applicants for
employment, notices setting forth the provisions of this
nondiscrimination clause.
2. The Consultant, in all solicitations or advertisements for employees
placed by or on behalf of the Consultant, will state that the Consultant is
an equal opportunity employer.
3. Notices, advertisements and solicitations placed in accordance with federal
law, rule or regulation shall be deemed sufficient for the purpose of
meeting the requirements of this section.
The Consultant will include the provisions of the foregoing paragraphs “1”, “2”
and “3” in every subcontract or purchase order of over ten thousand dollars, so
that such provisions will be binding upon each subcontractor or vendor.
c. NON-DISCRIMINATION PROVISION: The Consultant agrees to abide by
the provisions of Title VI and Title VII of the Civil Rights Act of 1964 (42 USC
2000e), which prohibits discrimination against any employee or applicant for
employment, or any applicant or recipient of services, on the basis of race, religion,
color, sex or national origin; and further agrees to abide by Executive Order No.
11246 entitled “Equal Employment Opportunity,” as amended by Executive Order
No. 11375 and as supplemented in the Department of Labor Regulations (41 CFR
Part 60), which prohibit discrimination on the basis of age. Section 49 CFR 21 is
incorporated by reference in all contracts and subcontracts funded in whole or in part
with federal funds. The Consultant shall comply with the Americans with
Disabilities Act (ADA), and with the provisions of the Virginians with Disabilities
Act, Sections 51.5 40 through 51.5 46 of the Code of Virginia (1950), as amended,
the terms of which are incorporated herein by reference.
In the event of the Consultant’s noncompliance with the nondiscrimination
provisions of this Contract, the Town shall impose such contract sanctions as it or
the Federal Highway Administration may determine to be appropriate, including
but not limited to:
1. Withholding of payments to the Consultant under this Contract until the
Consultant complies; and/or
2. Cancellation, termination or suspension of this Contract, in whole or in part.
d. TITLE VI OF THE CIVIL RIGHTS ACT OF 1964: During the performance
of this Contract, the Consultant, for itself, its assignees and successors in interest
(herein referred to as “the Consultant”), agrees as follows:
1. Compliance with Regulations: The Consultant will comply with the
Regulations of the U.S. Department of Transportation relative to
nondiscrimination in Federally assisted programs of the U.S. Department of
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 7 of 15
Transportation (Title 49), Code of Federal Regulations, Part 21, (hereinafter
referred to as the Regulations), which are herein incorporated by reference
and made a part of this Contract.
2. Nondiscrimination: The Consultant, with regard to the services provided by
it after award and prior to completion of this Contract, will not discriminate
on the grounds of race, religion, color, sex, national origin, age or handicap
in the selection and retention of sub consultants, including procurements of
materials and leases of equipment. The Consultant will not participate either
directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the services cover a
program set forth in Appendix B of the Regulations.
3. Solicitations for Subconsultants: In all solicitations, either by competitive
bidding or negotiation made by the Consultant for work to be performed
under a subcontract, including procurements of materials or equipment, each
potential subcontractor or supplier shall be notified by the Consultant of the
Consultant’s obligations under this Contract.
4. Information and Reports: The Consultant will provide all information and
reports required by the Regulations, or orders and instructions issued
pursuant thereto, and will permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the Town
or the Federal Highway Administration to be pertinent to ascertain
compliance with such Regulations, orders and instructions. Where any
information required of the Consultant is in the exclusive possession of
another who fails or refuses to furnish this information, the Consultant shall
so certify to the Town, or the Federal Highway Administration as
appropriate, and shall set forth what efforts it has made to obtain the
information. Consultants and subconsultants with fifteen (15) or more
employees will submit an updated Title VI Evaluation Report (EEO-D2)
annually as long as the Consultant or subconsultant is performing in
accordance with this Contract.
5. Sanctions for Noncompliance: In the event of the Consultant’s
noncompliance with the nondiscrimination provisions of this Contract, the
Town shall impose such contract sanctions as it or the Federal Highway
Administration may determine to be appropriate, including but not limited
to: withholding of payments to the Consultant under this Contract until the
Consultant complies, and/or cancellation, termination or suspension of this
Contract, in whole or in part.
Incorporation of Provisions: The Consultant will include the provisions of
paragraphs “1” through “5” in every subcontract of $10,000 or more,
including procurements of materials and leases of equipment, unless exempt
by the Regulations, order or instructions issued pursuant thereto. The
Consultant will take such action with respect to any subcontractor or
procurement as the Town or the Federal Highway Administration may direct
as a means of enforcing such provisions including sanctions for
noncompliance: Provided, however, in the event the Consultant becomes
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 8 of 15
involved in, or is threatened with, litigation with a subcontractor or supplier
as a result of such direction, the Consultant may request the Town to enter
into such litigation to protect the interests of the Town and, in addition, the
Consultant may request the United States to enter into such litigation to
protect the interests of the United States.
e. CERTIFICATION REGARDING NON-SEGREGATED FACILITIES: By
the execution of this Contract, the Consultant certifies that it does not maintain or
provide for its employees any segregated facilities at any of its establishments, and
that it does not permit its employees to perform their services at any location, under
its control, where segregated facilities are maintained. It certifies further that it will
not maintain or provide for its employees any segregated facilities at any of its
establishments, and that it will not permit its employees to perform their services at
any location under its control, where segregated facilities are maintained. The
Consultant further certifies that no employee will be denied access to adequate
facilities on the basis of sex or disability. As used in this certification, the term
“segregated facilities” means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, time clocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees
which are segregated by explicit directive or are in fact segregated on the basis of
race, creed, color, national origin, age or handicap, because of habit, local custom or
otherwise. It agrees that, except where it has obtained identical certification from
proposed subcontractors and material suppliers for specific time periods, it will
obtain identical certification from proposed subcontractors or material suppliers
prior to the award of subcontracts or the consummation of material supply Contracts
exceeding ten thousand dollars, and that it will retain such certifications in its files.
f. DISADVANTAGED BUSINESS ENTERPRISES/SMALL, WOMAN AND
MINORITY BUSINESS: The Contractor, its agents, employees, assigns, or
successors, and any person, firm or agency of whatever nature with whom it may
contract or make an agreement, shall comply with the provisions of 49 CFR Part 26,
as amended, which is hereby made part of this Contract by reference. The
Consultant shall take all necessary and reasonable steps in accordance with 49 CFR
Part 26, as amended, to ensure that DBE firms have the maximum opportunity to
compete for and perform contracts and subcontracts under this Contract. Subpart A
of 49 CFR 26, Section 26.13 requires that each contract signed with a contractor
(and that each subcontract the prime contractor signs with a subcontractor) must
include the following assurance:
The contractor, sub recipient or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The
contractor shall carry out applicable requirements of 49 CFR part 26 in the award
and administration of DOT-assisted contracts. Failure by the contractor to carry
out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the recipient deems
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 9 of 15
appropriate.
In accordance with the Governor’s Executive Order No. 33, VDOT also requires
the utilization of Small, Women and Minority (SWaM) Businesses to participate in
the performance of consultant contracts. The Consultant shall take all necessary and
reasonable steps in accordance with Executive Order No. 33, to ensure that SWaM
firms have the maximum opportunity to compete for and perform contracts and
subcontracts under this Contract. Further, the Consultant agrees to provide the
Town with the dollar amount contracted and name of each subcontractor which
identifies itself as a DBE/SWaM, though no DBE/SWaM goal has been established
for the PROJECT. The DBE goal of this Contract is twelve percent (12%).
VDOT is also required to capture DBE and SWaM payment information on all
professional services contracts. Therefore, the prime consultant will be required to
complete the DBE and SWaM Payment Compliance Report, C-63 form on a
quarterly basis.
In the event of the Consultant’s noncompliance with the DBE/SWaM participation
for the services indicated in Expression of Interest in response to the RFP, Scope of
Work and Fee Proposal of this Contract, the Town shall impose such contract
sanctions as it or the Federal Highway Administration may determine to be
appropriate, including but not limited to:
1. Withholding of payments to the Consultant under this Contract until the
Consultant complies, and/or
2. Cancellation, termination or suspension of this Contract, in whole or in part.
g. TDD/TTY EQUIPMENT FOR THE DEAF: When seeking public
participation through the maintenance of a toll-free hot line number and/or
publishing project-related materials, the Consultant agrees to ensure that all citizens
have equally effective communication. The Consultant agrees to provide or identify
a telecommunications device for the deaf/teletypewriter (TDD/TTY) or acceptable
means of telephone access for individuals with impaired speech or hearing. The
Consultant will provide notice of a TDD/TTY number whenever a standard
telephone number is provided.
h. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By signing
this Contract, the Consultant certifies that it does not and will not during the
performance of this Contract violate the provisions of the Federal Immigration
Reform and Control Act of 1986, which prohibits employment of illegal aliens.
i. OCCUPATIONAL SAFETY AND HEALTH STANDARDS: The
Consultant shall not require any individual employed in the performance of this
Contract to work in surroundings or under working conditions which are unsanitary,
hazardous, or dangerous to health or safety as determined under the Occupational
Safety and Health Standards promulgated by the United States Secretary of Labor.
This provision shall be made a condition of any subcontract entered into pursuant to
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 10 of 15
this Contract.
In addition, the Consultant shall abide by the Virginia Occupational Safety and
Health Standards adopted under Section 40.1 22 of the Code of Virginia (1950), as
amended, and will fulfill the duties imposed under Section 40.1 51.1 of the Code of
Virginia. Any violation of the aforementioned requirements or duties which is
brought to the attention of the Consultant by any person shall be immediately
abated.
j. CERTIFICATION REGARDING DEBARMENT: By the execution of this
Contract, the Consultant certifies to the best of its knowledge and belief, that it and
its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any
Federal department or agency;
2. Have not within a three-year period preceding this proposal been convicted
of or had a civil judgment rendered against them for commission of fraud or
a criminal offense in connection with obtaining, attempting to obtain, or
performing a public (Federal, State or local) transaction or contract under a
public transaction; and have not been convicted of any violations of Federal
or State antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification, or destruction of records, making false statements, or
receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by
a governmental entity (Federal, State or local) with commission of any of
the offenses enumerated in paragraph (b) of this certification; and
4. Have not within a three (3) year period preceding this application/proposal
had one or more public transactions (Federal, State or local) terminated for
cause or default.
k. CORRECTION OF ERRORS: The Consultant shall check for accuracy any
reports, and the design, drafting and details of final plans prior to submission. The
Consultant will be required, without additional compensation, to correct any errors,
including but not limited to omissions, discrepancies and ambiguities, in any
services performed in fulfillment of the obligations of this Contract, and shall also
reimburse the Town for any costs incurred to the extent caused by Consultant’s
errors, provided, however, the consultant shall not be liable for errors that result
solely from Town-furnished information. Acceptance of the plans or reports by the
Town shall not relieve the Consultant of the responsibility of subsequent correction
of errors.
Costs incurred by the Consultant in correcting errors in the plans or reports and
reimbursing the Town for costs incurred by the Town as a result of such error shall
be maintained in a separate account. Such account shall be clearly coded and
identified, and shall be subject to audit by the Town. Such costs shall not be billed
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 11 of 15
to the Town as a direct charge or an overhead item.
l. PAYMENT TO SUBCONTRACTORS: In accordance with Article 4 of the
Virginia Public Procurement Act (Sections 2.2-4347 through 2.2-4356 of the Code
of Virginia (1950), as amended), the Consultant shall make payment to all
subcontractors within seven (7) days after receipt of payment from the Town, or
shall notify the Town and subcontractor in writing of the intention to withhold all
or a part of the amount due along with the reason for nonpayment.
In the event payment is not made as noted, the Consultant shall pay interest at the
rate of one percent per month to the subcontractor, unless otherwise provided in this
Contract, on all amounts that remain unpaid after seven (7) days except for the
amounts withheld according to this Contract.
The Town does not require retainage to be withheld by the Consultant on any
subcontracts. If the Consultant elects to withhold retainage on subcontracts,
prompt payment of the retainage shall be made to the subcontractors within the
later of 60 days after the final billing is received by the Consultant from the
subcontractor or the satisfactory acceptance of the services by the Town. The
Town will notify the Consultant and the subcontractor in writing when the services
have been satisfactorily accepted. If the retainage is not promptly paid, the
Consultant shall notify the Town and the subcontractor in writing as to the reasons
for not making payment.
These same requirements shall be included in each subcontractor Contract and
shall be applicable to each lower tier subcontractor.
m. COMPLIANCE WITH LOBBYING RESTRICTIONS (This section only
applies to contract using federal funds.): By signing this Contract, the Consultant
certifies that:
1. Since promulgation of the federal requirements implementing Section 1352
of Title 31, U.S.C. (PL 101-121, Section 319) entitled “Limitation on use
of appropriated funds to influence certain Federal contracting and financial
transactions.”, no federal appropriated funds have been paid and none will
be paid, by or on behalf of the Consultant, to any person for influencing or
attempting to influence an officer or employee of any federal agency, a
Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of a federal
contract, the making of any Federal grant, the making of any federal loan,
the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any federal contract,
grant, loan, or cooperative agreement;
2. If any funds other than federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 12 of 15
connection with this federal contract, grant, loan, or cooperative agreement,
the Consultant shall complete and submit Standard Form LLL, “Disclosure
Form to Report Lobbying,” in accordance with its instructions; and
3. The Consultant shall require that the language of this certification be
included in all subcontracts at all tiers, and that all subcontractors shall
certify and disclose accordingly.
n. RECORDS: The Consultant and subcontractors shall retain all books,
documents, papers, accounting records and other evidence supporting the costs
incurred, for three (3) years after payment of the final estimate or final audit,
whichever is later. Such evidence shall be made available at the Consultant’s offices
at all reasonable times and will be subject to audit and inspection by the Town,
VDOT or any authorized representatives of the Federal Government.
Evidence of costs incurred by a subcontractor shall be made available at its office at
all reasonable times during the contract period between the Consultant and the
subcontractor and for three years after written acceptance by the Consultant, for
audit and inspection by the Town, VDOT or any authorized representatives of the
Federal Government. It shall be the Consultant’s responsibility to notify the Town,
in writing, of the completion of that subcontractor’s portion of the services so that
the records of the subcontractor can be audited within the three-year retention
period. Failure to do so may result in the Consultant’s liability for any costs not
supported by the proper documentation for the subcontractor’s phase of the services.
Final payment for the subcontractor’s phase of the services will be made after total
costs are determined by the final audit of the subcontractor.
o. DRUG-FREE WORKPLACE: During the performance of this contract, the
ENGINEER agrees to:
1. Provide a drug-free workplace for the Consultant’s employees;
2. Post in conspicuous places, available to employees and applicants for
employment, a statement notifying employees that the unlawful manufacture,
sale, distribution, dispensation, possession, or use of a controlled substance or
marijuana is prohibited in the Consultant’s workplace and specifying the
actions that will be taken against employees for violations of such prohibition;
3. State in all solicitations or advertisements for employees placed by or on
behalf of the Consultant that the Consultant maintains a drug-free workplace;
and
4. Include the provisions of the foregoing clauses in every subcontract or
purchase order of over $10,000, so that the provisions will be binding upon
each subcontractor or vendor.
5. For the purpose of this section, “drug-free workplace” means a site for the
performance of work done in connection with a specific contract awarded to a
consultant, the employees of whom are prohibited from engaging in the
unlawful manufacture, sale, distribution, dispensation, possession or use of
any controlled substance or marijuana during the performance of the contract.
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 13 of 15
5.6 The Consultant shall carry Public Liability Insurance in the amounts specified,
including the contractual liability assumed by the Consultant:
a. Workman’s Compensation and Employer’s Liability
Coverage A – Statutory Requirements
Coverage B - $100,000 Per Occurrence
Coverage C - $100,000/$100,000 Accident and/or Disease
b. Automobile Liability, including Owned, Non-Owned, and
Hired Coverage Limits of Liability:
Bodily Injury $1,000,000 each occurrence
Property Damage $1,000,000 each
occurrence OR
Single Limit $2,000,000 each
occurrence Bodily Injury
Property Damage
c. Comprehensive General
Liability Limits of
Liability: $1,000,000 each occurrence
Bodily Injury $1,000,000 each
occurrence Property Damage
OR
Single Limit $2,000,000 each
occurrence Bodily Injury
Property Damage
1. Completed Operation/Products
2. Contractual Liability for Specified Contract
3. Personal Injury
4. Medical Malpractice
d. Professional Liability
Aggregate $1,000,000
e. Excess Liability Umbrella Form
Bodily Injury and
Property Damage Combined (See Note 1)
Note 1 – The intent of this insurance specification is to provide the
coverage required and the limits expected for each type of coverage.
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 14 of 15
With regard to the Automobile Liability and Comprehensive General
Liability, the total amount of coverage can be accomplished through
any combination of primary and excess umbrella insurance. However,
the total insurance protection provided for Comprehensive General
Liability protection or for Automobile Liability protection, either
individually or in combination with Excess Liability Umbrella must
total $2,000,000 per occurrence.
Prior to commencing services under this Contract, the Consultant shall furnish the
Town with certificates of insurance which indicate the required coverage and that
the Town has been named as an additional insured with regard to the automobile
and comprehensive general liability insurance policies. No change or cancellation
of the insurance coverage mentioned herein shall be made without thirty (30) days
prior written notice to the Town.
5.7 The Town reserves the right to terminate this Contract in whole or in part at any time,
for any reason and without penalty, by ten (10) days prior written notice delivered
either by hand or certified mail to the Consultant. At the end of such period, the
Consultant shall have discontinued all work and services and shall have delivered to
the Town all records, drawings, field notes, plans, or other data completed or partially
completed. These documents shall become and remain the property of the Town upon
receipt of payment by the Consultant. Upon such termination, the Consultant shall be
entitled to compensation only per the terms of this Contract, and only through the
date of termination or date of receipt of notice, whichever is sooner.
5.8 The parties agree that all survey notebooks, reports, plans, drawings, studies,
specifications, memoranda, estimates, and computations prepared by and for the
Consultant in the performance under this Contract, shall be and remain the property
of the Town. Upon termination of this Contract or completion of the services, the
Town shall have the right to such documents upon payment of due compensation to
the Consultant. Such documents shall be promptly delivered by the Consultant to the
Town upon demand. The Consultant shall not be responsible to the Town for
liabilities resulting from the reuse of such documents for other sites, projects, or
applications not related to this specific site.
5.9 All notifications made by the parties pursuant to this Contract, except in those
instances where certified mail is required, shall be sent by first class mail, postage
prepaid or hand delivered. All notifications, whether by certified mail or registered
U.S. Mail, shall be sent, as the case may be, to the following:
Town of Vinton Whitman, Requardt & Associates (WRA), LLP
Richard W. Peters, Jr. Brian A. Henschel, PE, CCM, PMP
Town Manager Senior Vice President
311 S. Pollard Street, Suite 109 1705 Enterprise Drive, Suite 100
Vinton, VA 24179 Lynchburg, VA 24502
Walnut Avenue Bike/Ped Project, UPC# 111649_TOV and WRA Contract: Page 15 of 15
5.10 This Contract and all Proposals constitute the entire Contract and understanding
between the Town and the Consultant. This Contract shall not be modified or altered,
changed, or amended in any respect unless in writing and signed by the parties
hereto.
5.11 Services contracted during any part of a term will continue through completion of the
services without regard to the end of the term and without obligation by the Town to
renew this Contract.
5.12 Contractual claims and dispute resolution shall be conducted in accordance with the
Town’s Purchasing Manual's procedures.
5.13 This Contract is made and entered into in the Town of Vinton, Virginia, and shall be
governed by the law of the Commonwealth of Virginia and all disputes shall be
initiated and litigated only in the Circuit Court of the County of Roanoke, Virginia.
5.14 SIGNATURES: The parties hereto agree to abide by all the provisions of this
Contract.
IN WITNESS THEREOF, duly authorized representatives of the Town and the
Consultant executed this Contract on the date set forth above.
Town of Vinton: WRA, LLP:
By: By:
Signature of Responsible Party Signature of Responsible Party
Richard W. Peters, Jr.
Printed Name Printed Name
Town Manager
Title Title
Date: Date:
APPROVED AS TO FORM:
By:
Jeremy Carroll, Town Attorney
Exhibit A
Town of Vinton
Planning and Zoning Department
RFP # TOV-2022-003-PZ WA5thTWL
Construction Engineering, Management, and Inspections Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project –
5th Street to Town’s West Limit: UPC 111649
October 22, 2021
TOV-2022-003-PZ WA5thTWL Page 1
Anita J. McMillan
Planning and Zoning Director
311 S. Pollard Street, Suite 105
Vinton, VA 24179
Telephone: 540-983-0605
Fax: 540-983-0621
Email: amcmillan@vintonva.gov
ISSUE DATE:
October 22, 2021 NUMBER: TOV-2022-003-PZ
Construction Engineering and
DEPARTMENT:
Planning and Zoning
DATE/TIME OF CLOSING:
November 18, 2021 at 3:00 p.m. local
CONTRACT/PROJECT MANAGER:
Anita J. McMillan
Proposals - In accordance with the following and in compliance with all terms and conditions, unless otherwise noted, the
undersigned offers and agrees, if the proposal is accepted, to furnish items or services for which prices are quoted, delivered or
furnished to designated points within the time specified. It is understood and agreed that with respect to all terms and conditions
accepted by the Town of Vinton the items or services offered and accompanying attachments shall constitute a contract.
NAME AND ADDRESS OF FIRM:
E-mail:
Telephone/Fax No.:
___________________________________ Federal Employer Identification #:
State Corporation Commission #:
By signing this proposal, Vendor(s) certifies, acknowledges, understands, and agrees to be bound by
the conditions set forth in this RFP.
CHECK ONE: INDIVIDUAL PARTNERSHIP CORPORATION LLC
Vendor’s Legally Authorized Signature Date
Print Name Title
Sealed proposals, subject to terms and conditions of this Request for Proposal will be received by the Town of Vinton Planning
and Zoning Department at 311S. Pollard St., Suite 105, Vinton, Virginia 24179 until the date/time specified above for furnishing
items or services delivered or furnished to specified destinations within the time specified or stipulated by the vendor(s).
The Town does not discriminate against small and minority businesses or faith-based organizations.
*This document must be completed and returned with proposal.
TOV-2022-003-PZ WA5thTWL Page 2
GENERAL
The Town of Vinton is seeking expressions of interest (EOI) from consulting engineering firms
who wish to be considered to provide construction engineering and inspection services for:
Walnut Avenue Bicycle and Pedestrian Accommodations Project from 5th Street to
Town’s West Limits.
The Project is funded by Virginia Department of Transportation (VDOT) Surface Transportation
Block Grant (STBG) formerly known as Regional Surface Transportation Program (RSTP).
Town of Vinton: Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town of Vinton’s West Limits
The Town of Vinton reserves the right to accept or reject any or all proposals received as a result
TOV-2022-003-PZ WA5thTWL Page 3
of this request, to negotiate with any qualified firm or to modify or cancel in part or in its entirety
the Request for Proposal if it is in the best interest of the Town of Vinton to do so. This Request
does not commit the Town of Vinton to provide any payment for costs associated with the
preparation of proposals submitted in response to this Request for Proposal.
The Town of Vinton reserves the right to alter the project delivery method at any time during the
contract period. The Town of Vinton will notify the consultant of such decision, revise the scope
of services and respective man-hours. The change will be implemented utilizing an additional
task order or supplemental agreement based on the contract type.
PROCUREMENT SCHEDULE
• Optional Pre-Proposal Conference – November 4, 2021 at 2:00 PM
• RFP Questions Due – November 9, 2021
• Expression of Interest Due Date and Time – November 18, 2021 at 3:00 PM
• Short List Posted on the Town of Vinton Website – NLT December 3, 2021
• Interviews/Technical Presentations – NLT December 23, 2021
• Final Consultant Selection – NLT January 13, 2022
• Selected Consultant Pre-Award Documents Due – NLT January 27, 2022
• Completed Negotiations Agreement Due – NLT February 10, 2022
• Consultant Contract Signed – NLT March 10, 2022
The optional pre-proposal conference will be held on Thursday, November 4, 2021, in the
Council Chambers of the Town of Vinton Municipal Building, located at 311 S. Pollard
Street, Vinton, VA 24179. If you would like to join the pre-proposal conference virtually, via
zoom, please contact amcmillan@vintonva.gov to receive an invitation to the meeting, no later
than 3:00 p.m. on Wednesday, November 3, 2021.
CONFLICT OF INTEREST:
The change in a project delivery method for this contract may result in a potential conflict of
interests for the consultant and any of its team members. As such, the scope of services and
their role may be revised and redefined to meet the project need as identified by the Town of
Vinton. The consultant and its team members may not be allowed to participate in ANY
subsequent contracts (design and/or construction) related to this project. The Conflict of
Interest determination will be made in accordance with the VDOT’s policy. The policy is
available at:
http://www.virginiadot.org/business/resources/LocDes/IIM-APD-2.pdf
TOV-2022-003-PZ WA5thTWL Page 4
SCOPE OF SERVICES
The scope of work shall consist of providing comprehensive construction engineering and
inspection services for a Tier 1 transportation project in accordance with VDOT’s LAP manual
which may include but is not limited to:
• Construction Contract Administration
• Project Inspections
• Materials Sampling and Testing
It is the sole responsibility of the Consultant Engineering Firm to provide certified personnel
when requested and/or assigned to project by the Town. Roles may be combined as needed and
based on personnel qualifications.
All procurement related questions or information should be directed to Anita McMillan,
Contract/Project Manager at 540-983-0605 or email amcmillan@vintonva.gov by November 9,
2021.
EXPRESSION OF INTEREST (EOI)
1. The Expression of Interest shall be organized in the following order:
• Signed Cover Page
• Transmittal letter
• Table of Contents
• Understanding of Scope of Work
• Response to RFP Expression of Interest Items 2-15
• Standard Form (SF) 330 Part I – one combined for the project team
• Standard Form (SF) 330 Part II – one for each firm
• Team Organization Chart – Section D Standard Form (SF) 330 Part I
• A table or matrix containing the requested information in item 17
• Full size copies of Commonwealth of Virginia SCC and DPOR supporting
registration/licensing documentation for each firm (including that of each pertinent
branch office)
• Full size copies of Commonwealth of Virginia SCC and DPOR supporting
registration/licensing documentation for each firm (including that of each pertinent
branch office)
• Firm Data Sheet
• Certification Regarding Debarment form
• DBE Commitment and Confirmation Letter (if applicable)
TOV-2022-003-PZ WA5thTWL Page 5
2. Furnish current SF 330 Part II for each firm involved, and one (1) combined SF 330 Part
I for the project team. Please follow the instructions included on the form, unless
indicated otherwise within this RFP.
3. As referenced in SF 330 Part I, Section D (Organizational Chart of Proposed Team), a
one- page organizational chart showing all firms involved and key personnel assignments
and responsibilities is required to be included.
4. Indicate KEY PERSONNEL ONLY resumes in SF 330 Part I, Section E (Resumes of
Key Personnel Proposed for This Contract). Key personnel are defined as those to whom
the contract will be assigned and who will be performing the actual management of the
work and be responsible for inspection, administrative and design services. Each resume
shall be limited to one page per person with a font no less than 10 point.
Furthermore, all individuals identified as Key Personnel in the EOI shall remain on the
Consultant’s Team for the duration of the procurement process and, if the consultant is
awarded a contract, the duration of the contract. If extraordinary circumstances require a
proposed change, it must be submitted in writing to the Town of Vinton’s Project
Manager for approval, who, at his/her sole discretion, will determine whether to authorize
a change. Unauthorized changes to the Consultant’s Team at any time during the
procurement process may result in elimination of the Consultant’s Team from further
consideration.
5. In SF 330 Part I, Section F (Example Projects Which Best Illustrate Proposed Team’s
Qualifications for This Contract), limit example projects to no more than ten (10).
6. In SF 330 Part I, Section G (Key Personnel Participation in Example Projects), limit
example projects to no more than ten (10). The example projects listed in Section G (#29)
should match the example project list provided in Section F.
7. In SF 330 Part I, Section H (Additional Information), the consultant should detail the plan
to assure the Town of Vinton that the staff submitted for evaluation will be available for
the services requested by the RFP. Section H of SF 330 Part I is limited to a maximum of
ten (10) pages with a font no less than 10 point. This section should describe the
organization of the proposed project staff indicating the role of each by individual. If
subconsultants are proposed, the role of each subconsultant should be discussed. It should
also include statements that are responsive to the attached Consultant Short List Score
Sheet that will be used to evaluate your submission. List any computer and CADD
equipment and any specialized computer software packages that you will use on this
Town of Vinton project.
8. It is the policy of the Virginia Department of Transportation that Disadvantaged Business
Enterprises (DBE) as defined in 49 CFR Part 26 shall have every opportunity to
participate in the performance of federally funded contracts. A list of certified DBE firms
is maintained on the Department of Small Business and Supplier Diversity’s (DSBSD)
TOV-2022-003-PZ WA5thTWL Page 6
web site (www.sbsd.virginia.gov) under the Small Business and Supplier SWaM and
DBE Directory. Contractors are encouraged to take all necessary and reasonable steps to
ensure that DBE firms have opportunities to compete for and perform services on this
contract, including participation in any subsequent supplemental contracts. If the
contractor intends to subcontract a portion of the services on the project, the contractor is
encouraged to seek out and consider DBE firms as potential subcontractors. The
contractor is encouraged to contact DBE firms to solicit their interest, capability and
qualifications. Any agreement between a contractor and a DBE firm whereby the DBE
firm promises not to provide services to other contractors is prohibited.
The DBE contract goal for this procurement is 12%.
In accordance with the Governor’s Executive Order No. 20, the Virginia Department of
Transportation also requires a utilization of Small, Women and Minority (SWaM)
Businesses to participate in the performance of state funded consultant contracts. A list of
Virginia Department of Small Business and Supplier Diversity (DSBSD) certified SWaM
firms is maintained on the DSBSD website (http://www.sbsd.virginia.gov/) under the
SWaM Vendor Directory link. Consultants are encouraged to take all necessary and
reasonable steps to ensure that SWaM firms have the maximum opportunity to compete
for and perform services on the contract, including participation in any subsequent
supplemental contracts. If the consultant intends to subcontract a portion of the services
on the project, the consultant is encouraged to seek out and consider SWaM firms as
potential subconsultants. The consultant is encouraged to contact SWaM firms to solicit
their interest, capability and qualifications. Any agreement between a consultant and a
SWaM firm whereby the SWaM firm promises not to provide services to other
consultants is prohibited.
If portions of the services are to be subcontracted to a DBE or SWaM, the following
needs to be submitted with your EOI and both must reference the project number(s) for
the services:
• Written documentation of the prime’s commitment to the DBE or SWaM firm to
subcontract a portion of the services, a description of the services to be performed and
the percent of participation.
• Written confirmation from the DBE or SWaM firm that it is participating, including a
description of the services to be performed and the percent of participation.
49 CFR Part 26 requires VDOT to collect certain data about firms attempting to
participate in VDOT contracts. This data must be provided on the enclosed Firm Data
Sheet.
VDOT is also required to capture DBE and SWaM payment information on all
professional services contracts. The successful prime consultant will be required to
complete C- 63 form for both state and federally funded projects on quarterly basis.
TOV-2022-003-PZ WA5thTWL Page 7
Any DBE or SWAM firm must become certified with the Virginia Department of Small
Business and Supplier Diversity prior to the consultant’s response being submitted. If
DBE or SWaM firm is the prime consultant, the firm will receive full credit for planned
involvement of their own forces, as well as the work that they commit to be performed by
DBE or SWaM subconsultants. DBE or SWaM prime consultants are encouraged to
make the same outreach efforts as other consultants. DBE or SWaM credit will be
awarded only for work actually being performed by them. When a DBE or SWaM prime
consultant subcontracts work to another firm, the work counts toward DBE or SWaM
goals only if the other firm is itself a DBE or SWaM. A DBE or SWaM prime consultant
must perform or exercise responsibility for at least 30% of the total cost of its contract
with its own force.
DBE or SWaM certification entitles consultants to participate in VDOT’s DBE and
SWaM programs. However, this certification does not guarantee that the firm will obtain
VDOT work nor does it attest to the firm’s abilities to perform any particular work.
Business Opportunity and Workforce Development (BOWD) Center - The BOWD
Center is a VDOT developmental supportive services program and partnering initiative
funded by FHWA for selected DBE firms of various skill and competence levels
interested in entering, enhancing or expanding highway contracting opportunities with
prime consultants. The partnering initiative between prime consultants and BOWD DBE
firms provides the opportunity for the further development of DBE firms through
performance on contracts and guidance from prime consultants. The intent of this
partnering initiative is to increase capacity by perfecting existing skills and knowledge,
expanding into new work areas, and prime consultant joint venturing with DBE firms.
The prime consultants are encouraged to achieve all or a percentage of the required DBE
participation/goals determined for this project by the utilization of BOWD approved
firms. To assist consultants in taking advantage of this opportunity for utilization of
approved firms, please contact the Department of Small Business and Supplier Diversity
(SBSD) for additional information, details, resources and support. The SBSD can be
reached by following link to their website: http://www.sbsd.virginia.gov/. The BOWD
Center can be contacted at (804) 662-9555 or via email to
BOWDCenter@vdot.virginia.gov.
During performance of the work the Consultant shall promote the participation of local
small business as well as minority and women-owned businesses in the Project. The
Department has set annual goals for this Project which the Consultant shall make a Good
Faith Effort to achieve or exceed such goals during the prosecution of work. The
Consultant will provide its participation on such matters to the Department
Representative, and the Department may include those participation rates, as
appropriately adjusted, with its own towards the State’s long-term goal established
pursuant to the Office of the Governor’s Executive Order 20.
Prior to the execution/notice to proceed of each annual work plan the Department Civil
TOV-2022-003-PZ WA5thTWL Page 8
Rights Division will review the scope of services, as submitted with the C-112 (attached)
form to certify and approve or disapprove of the Consultants Good Faith Effort, Form C-
49 (attached) to meet DBE and SWaM goals. Upon receiving written approval from the
Civil Rights Representative, the Department may proceed with issuance of the notice to
proceed.
9. In 2 page(s) or less, indicate all transportation projects, the division managing the
projects, the amount of outstanding fee remaining, and the estimated date of completion.
10. Give names and detailed addresses of all affiliated and/or subsidiary companies. Indicate
which companies are subsidiaries. If a situation arises in responding to this questionnaire
where you are unsure whether another firm is or is not an affiliate, doubt should be
resolved in favor of affiliation and the firm should be listed accordingly.
Affiliate - Any business entity which is closely associated to another business entity so
that one entity controls or has the power to control the other entity either directly or
indirectly; or, when a third party has the power to control or controls both; or where one
business entity has been so closely allied with another business entity through an
established course of dealings, including but not limited to the lending of financial
wherewithal, engaging in joint ventures, etc. as to cause a public perception that the two
firms are one entity. Firms which are owned by a holding company or a third party, but
otherwise meet the above conditions and do not have interlocking directorships or joint
officers serving are not considered affiliates.
A firm (prime) shall not submit more than one Expression of Interest (EOI) in response to
this Request for Proposals (RFP). If more than one EOI is submitted by an individual,
partnership, Corporation, or any party of a Joint Venture, then all EOIs submitted by that
individual, partnership, Corporation, or any party of a Joint Venture shall be disqualified.
If more than one EOIs are submitted by an affiliate, or subsidiary company of an
individual, partnership, Corporation, or any party of a Joint Venture, then all EOIs
submitted by that individual, partnership, Corporation, or Joint Venture shall be
disqualified.
11. In 1 page, provide information that will indicate your firm’s current workload and your
firm’s ability to meet the time schedule for this project.
12. In 2 pages or less, please emphasize your qualifications in the following areas:
• Successful results from your firm’s most recent FAR Audit
• Experience with VDOT administered Tier 1 projects including compliance with
project schedule and project budget.
13. A project approach discussion is required for this project and shall be limited to a
maximum of 1 page.
TOV-2022-003-PZ WA5thTWL Page 9
14. In addition to the page restrictions listed above, a maximum of 2 additional pages may be
included in the Expression of Interest. All pages are to be 8 1/2” X 11” and printed on
one side with single-spaced type no smaller than 12 pitch.
15. Please indicate, by executing and returning the attached Certification Regarding
Debarment forms, if your firm, subconsultant, subcontractor, or any person associated
therewith in the capacity of owner, partner, director, officer or any position involving the
administration of Federal or State funds:
• Is currently under suspension, debarment, voluntary exclusion or determination of
ineligibility by any federal agency.
• Has been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past 3 years.
• Does have a proposed debarment pending; or has been indicted, convicted, or had a
civil judgment rendered against it or them by a court of competent jurisdiction in any
matter involving fraud or official misconduct within the past 3 years.
Any of the above conditions will not necessarily result in denial of award, but it will
be considered in determining offeror responsibility. For any condition noted, indicate
to whom it applies, initiating agency, and dates of action. Providing false information
may result in Federal criminal prosecution or administrative sanctions.
16. If the prime consultant or subconsultant does not have the in-house capability to provide
non-professional services, each with an estimated cost of $5,000 or greater, such as
diving services, soil drilling, sampling services or laboratory testing, these services must
be subcontracted in accordance with State procurement procedures once a contract is
executed, with no DBE credit in the selection of the most qualified firm or team. Clearly
indicate these services in the EOI.
17. Each business entity (prime and subconsultants) on the proposed team who is practicing
or offering to practice professional services in Virginia, including, but not limited to,
those practicing or offering to practice engineering, surveying, hydrologic and hydraulic
analysis, geotechnical analysis and landscape architecture, should provide evidence
including full size copies of appropriate commercial professional registrations and
licenses for all main and branch offices proposed for this Project, as well as providing full
size copies of appropriate individual registrations/licenses for those professional
occupations per the requirements listed below. The EOI should convey the requested
information for each regulant by the use of a concise table or matrix. (All full-size copies
of the Commonwealth of Virginia State Corporation Commission (SCC) and Department
of Professional and Occupational Regulation (DPOR) supporting registration
documentations should be included in the EOI and will not be counted towards page
restriction):
TOV-2022-003-PZ WA5thTWL Page 10
.1 The Commonwealth of Virginia SCC registration detailing the name,
registration number, type of corporation and status of the business entity.
.2 For this Project/Contract, the Commonwealth of Virginia DPOR registration
information for each office practicing or offering to practice any professional services in
Virginia: Provide the business name, address, registration type, registration number,
expiration date.
.3 For this Project/Contract, the Commonwealth of Virginia DPOR license
information for each of your Key Personnel practicing or offering to practice professional
services in Virginia: Provide the name, the address, type, the registration number, and the
expiration date. Provide the office location where each of the Key Personnel is offering
to practice professional services.
.4 For this Project/Contract, the Commonwealth of Virginia DPOR license
information for those services not regulated by the Board for Architects, Professional
Engineers, Land Surveyors, Certified Interior Designers, and Landscape Architects (e.g.
real estate appraisal): the business name, the address, the registration type, the
registration number, and the expiration date.
Failure to comply with the law with regard to those requirements in Virginia (whether
federal or state) at the time of the EOI submittal regarding your organizational structure,
any required registration with governmental agencies and/or entities, and any required
governmental licensure, whether business, individual, or professional in nature may
render your EOI submittal(s), in the sole and reasonable discretion of the Department,
non-responsive and in that event your EOI submittal(s) may be returned without any
consideration or evaluation.
TOV-2022-003-PZ WA5thTWL Page 11
ADMINISTRATIVE
1. Prior to the time of submittal of the EOI, all business entities, except for sole
proprietorships, are required to register with the Virginia State Corporation Commission.
Information about entity formation can be found at
https://www.scc.virginia.gov/default.aspx. Foreign Professional corporations and Foreign
Professional Limited Liability Companies (i.e., organized or existing under the laws of a
state or jurisdiction other than Virginia) must possess a Commonwealth of Virginia
Certificate of Authority from the State Corporation Commission to render professional
services. Any business entity other than a professional corporation, professional limited
liability company or sole proprietorships that do not employ other individuals for which
licensing is required must be registered in the Commonwealth of Virginia with the
Department of Professional & Occupational Regulation http://www.dpor.virginia.gov/,
Virginia Board for Architects, Professional Engineers, Land Surveyors and Landscape
Architects (Board). Board regulations require that all branch offices of professional
corporations and business entities located in Virginia, which offer or render any
professional services relating to the professions regulated by the Board shall be registered
as separate branch office with the Board. All offices, including branches, which offer or
render any professional service, must have at least one full-time resident professional in
responsible charge who is licensed in the profession offered or rendered at that office.
All firms involved that are to provide professional services must meet these criteria prior
to submitting an Expression of Interest to the Town of Vinton. Individual engineers shall
meet the requirements of Chapter 4, Title 54.1 of the Code of Virginia.
2. The Town of Vinton will not consider for award any cost proposals submitted by any
consultants and will not consent to subcontracting any portions of the contract to any
subconsultants in violation of the provisions of the Federal Immigration Reform and
Control Act of 1986, which prohibits employment of illegal aliens.
3. The anticipated method of payment will be lump sum/actual costs for each project
assignment based fixed billable rate. Hourly rates will be established in the contract and
utilized for billing. For purpose of determining the lump sum fee/fixed billable rates, an
overhead rate shall be established in compliance with cost principles contained in the
Federal Acquisition Regulations (FAR) of Part 31 of Title 48 of the Code of Federal
Regulations. The overhead rate shall be established by an audit by a cognizant
government agency or independent CPA firm.
4. All firms submitting Expressions of Interest (prime consultants, joint ventures and
subconsultants) must have internal control systems in place that meet Federal
requirements for accounting. These systems must comply with requirements of 48CFR31,
“Federal Acquisition Regulations, Contract Cost Principles and Procedures,” and
23CFR172, “Administration of Negotiated Contracts.” All architectural or engineering
firms selected for a project (prime consultants, joint ventures and subconsultants) must
TOV-2022-003-PZ WA5thTWL Page 12
submit their FAR audit data along with a Contractor Cost Certification for indirect cost
rates required by FHWA order 4470.1A dated October 27, 2010 to the Town of Vinton
within 10 work days of being notified of their selection, whereby an official of an
architectural or engineering firm shall certify that the indirect cost rate submitted does not
include any costs which are expressly unallowable and that the indirect cost rate was
established only with allowable costs in accordance with the applicable cost principles
contained in the Federal Acquisition Regulations (FAR) of 48CFR31. A sample
Contractor Cost Certification is available for architectural or engineering firm’s use on
VDOT website at http://www.virginiadot.org/business/gpmps.asp. Should any firm on
the consultant team fail to submit the required audit data and certification within the 10
work days, negotiations may be terminated by the Town of Vinton and the next most
qualified team invited to submit a proposal.
5. Records Exclusion from Public Disclosure: Pursuant to the provisions of §2.2-3705.6
(22) of the Code of Virginia, trade secrets, as defined in the Uniform Trade Secrets Act (§
59.1-336 et seq.), including, but not limited to, financial records, including balance sheets
and financial statements, that are not generally available to the public through regulatory
disclosure or otherwise, and revenue and cost projections supplied by a private or
nongovernmental entity to the Finance Director/Treasurer of the Town of Vinton for the
purpose of an audit, special investigation, or any study requested by the Inspector
General in accordance with law may, subject to a determination by the Inspector General
as described herein, be withheld from public disclosure under the Virginia Freedom of
Information Act (FOIA). To enable the Inspector General to identify data or records that
may be subject to this exclusion from disclosure under FOIA the private or
nongovernmental entity shall, in accord with procedures adopted by the Inspector
General, make a written request to the Inspector General of the Virginia Department of
Transportation:
- invoking such exclusion upon submission of the data or other materials for which
protection is sought;
- identifying with specificity the data or other materials for which protection is
sought; and stating the reasons why protection is necessary.
The Inspector General of the Virginia Department of Transportation shall determine
whether the requested exclusion from disclosure is necessary to protect the trade secrets
or financial records of the private entity. The Town of Vinton shall make a written
determination of the nature and scope of the protection to be afforded by it.
Notwithstanding the foregoing, Contractor’s failure to comply with the requirements
stated herein and procedures established by the Inspector General for seeking an
exclusion pursuant to §2.2-3705.6 (22) of the Code of Virginia shall result in a denial of
the exclusion. Requests for exclusion that are submitted after data or other materials for
which protection is sought have been submitted will be denied.
TOV-2022-003-PZ WA5thTWL Page 13
If litigation directly or indirectly results from or arises out of a granted exemption, the
contractor will be responsible for all litigation costs incurred by contractor and/or Town
of Vinton associated with such litigation. In no event shall the Town of Vinton or its
officers, employees or agents be liable to the contractor as a result of any disclosure of
records or data collected by the Town of Vinton, its officers, employees or agents,
pursuant to an audit, special investigation, or any study requested by the Inspector
General’s Office, whether or not the Inspector General has determined that the requested
exclusion from disclosure under FOIA is necessary to protect the trade secrets or
financial records of the private entity, and in no event shall the Town of Vinton, or its
officers, employees, or agents be liable to the contractor for any damages or other claims
arising directly or indirectly from a determination that the exclusion from public
disclosure will not be granted.
6. Electronic EOI submittals are encouraged for this EOI, with the entire submittal in a
single cohesive PDF file. Submittals shall be prepared simply and economically,
providing a straightforward, concise description of the firm’s capabilities to satisfy the
requirements of the RFP. Emphasis should be on completeness and clarity of content.
Elaborate brochures and other representations beyond that sufficient to present a
complete and effective proposal are neither required nor desired. Please do not duplicate
information furnished in the SF 330 Part I and Part II elsewhere in the submittal. All
information is to be submitted by mail or courier (one hard copy or electronically via cd,
dvd, or USB flash drive later than 3:00 PM (local time prevailing) on November 18,
2021. Responses received after this time will not be considered. An offeror choosing to
submit the EOI through hard copy delivery must include one CD-ROM containing the
entire submittal in a single cohesive PDF file. All text in the PDF file shall be searchable
using Adobe Acrobat software except within illustrations and scanned registration
documents.
All hard-copy deliveries shall be made to the following Town of Vinton address:
Town of Vinton
Attn: Anita J. McMillan
Planning and Zoning Director, Suite 105
311 S. Pollard Street
Vinton, VA 24179
7. The Town of Vinton assures compliance with Title VI of the Civil Rights Act of 1964, as
amended. The consultant and all subconsultants selected for this project will be required
to submit a Title VI Evaluation Report (EEO-D2) within 10 work days of notification of
selection when requested by the Department. This requirement applies to all consulting
firms when the contract amount equals or exceeds $10,000.
8. The Town of Vinton does not discriminate against an offeror because of race, religion,
color, sex, national origin, age, disability, or any other basis prohibited by state law
TOV-2022-003-PZ WA5thTWL Page 14
relating to discrimination in employment.
9. Any offeror who desires to protest the award of a contract shall submit such protest in
writing to the Town of Vinton no later than ten days after the announcement of the
award. Public announcement of the award shall be posted on the Town of Vinton’s
website.
TOV-2022-003-PZ WA5thTWL Page 15
EXHIBIT 1
FIRM DATA SHEET
Funding: F (S=State F=Federal) Project No.: RSTP-149-250, UPC 111649
Project Name: Walnut Avenue Bicycle and Division: VDOT Salem District
Pedestrians Accommodations Project – 5th Street EOI Due Date: November 18, 2021
to Town’s West Limits
The prime consultant is responsible for submitting the information requested below on all firms on
the project team, both prime and all sub consultants. All firms are to be reported on one combined
sheet unless the number of firms requires the use of an additional sheet. Failure to submit all of the
required data may result in the Expression of Interest not being considered.
SWaM Status Receipts
* YD = DBE Firm Certified by DMBE N = DBE or SWaM Firm Not Certified by DMBE
NA = Firm Not Claiming DBE or SWaM Status
YS = SWaM Firm Certified by DMBE. Indicate whether small, woman-owned, or small business.
DMBE is the Virginia Department of Small Business and Supplier Diversity
TOV-2022-003-PZ WA5thTWL Page 16
EXHIBIT 2
REFERENCE FORM
REQUEST FOR PROPOSALS TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
Construction Engineering and Inspection Services
Name of Entity__________________________________________________________
Contact ______________________________ Title __________________________
Telephone ____________________ Length of Business Relationship _____________
Name of Entity__________________________________________________________
Contact _______________________________ Title __________________________
Telephone ____________________ Length of Business Relationship _____________
Name of Entity__________________________________________________________
Contact _______________________________ Title __________________________
Telephone ___________________ Length of Business Relationship ______________
Name of Entity _________________________________________________________
Contact _______________________________ Title __________________________
Telephone __________________ Length of Business Relationship ____________
Name of Entity _________________________________________________________
Contact _______________________________ Title __________________________
Telephone ____________________ Length of Business Relationship _____________
TOV-2022-003-PZ WA5thTWL Page 17
EXHIBIT 3
CERTIFICATION REGARDING DEBARMENT
PRIMARY COVERED TRANSACTIONS
(To be completed by a Prime Consultant)
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
1) The prospective primary participant certifies to the best of its knowledge and belief, that
it and its principals:
a) Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency.
b) Have not within a three-year period preceding this proposal been convicted of or
had a civil judgment rendered against them for commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public
(Federal, State or local) transaction or contract under a public transaction; and have
not been convicted of any violations of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification, or destruction of
records, making false statements, or receiving stolen property.
c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the offenses
enumerated in paragraph 1) b) of this certification.
d) Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State or local) terminated for cause or default.
2) Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation to
this proposal.
The undersigned makes the foregoing statements to be filed with the proposal submitted on
behalf of the offeror for contracts to be let by the Commonwealth Transportation Board.
Signature Date Title
Name of Firm
TOV-2022-003-PZ WA5thTWL Page 18
EXHIBIT 4
CERTIFICATION REGARDING DEBARMENT
LOWER TIER COVERED TRANSACTIONS
(To be completed by a Sub-consultant)
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
1) The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
2) Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
The undersigned makes the foregoing statements to be filed with the proposal submitted on
behalf of the offeror for contracts to be let by the Commonwealth Transportation Board.
Signature Date Title
Name of Firm
TOV-2022-003-PZ WA5thTWL Page 19
EXHIBIT 5
CONSULTANT SHORT LIST SCORE SHEET – FEDERALLY/STATE FUNDED PROJECT
(FOR CONSTRUCTION ENGINERING AND INSPECTION SERVICES)
DIVISION: VDOT Salem District EOI NO: TOV-2022-003-PZ WA5thTWL
PROJECT: W alnut Avenue Bicycle and Pedestrian Accommodations Project – 5th Street to Town’s West
Limits
FIRM: SUBS:
DATE:
In determining the final short list, the top ranked firms and their sub-consultants may have their
Consultant Performance Reports reviewed and/or references checked.
NUMERICAL
VALUE AVG. WEIGHT EVALUATION
(Expertise, experience and qualifications of team in providing
services as related to the scope of services) (1=least,
1-10 25%
(Expertise, experience and qualifications of team in providing
services as related to the scope of services) (1=least,
1-10 40%
(Expertise, experience and qualifications in project
management as related to the scope of services) (1=least,
1-10 5%
(Ability to complete work in a timely manner, size of firm(s)
relative to size of project, proposed project staff resources,
1-10 20%
PRESENT WORKLOAD
(Firm’s capacity and availability)
1-10 10%
TOV-2022-003-PZ WA5thTWL Page 20
EXHIBIT 6
TOWN OF VINTON, VIRGINIA
PROFESSIONAL SERVICES AGREEMENT
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
THIS AGREEMENT, made the ______ day of _______, 20___ by and between the
TOWN OF VINTON, VIRGINIA, hereinafter referred to as "the Town", and
_________________________, a corporation, hereinafter referred to as "the Consultant".
WHEREAS, the Town requires Professional Construction Engineering and Inspection
Services for the Walnut Avenue Bicycle and Pedestrian Accommodations Project: 5th Street to
Town West Limits; hereinafter referred to as a “PROJECT” and,
WHEREAS, a PROJECT may be funded wholly or in part by the Virginia Department
of Transportation (VDOT) and being administered locally by the Town; and.
WHEREAS, the Consultant desires to provide the Services as requested by the
Town; and,
WHEREAS, this Agreement shall be in effect until the completion of a PROJECT
including the VDOT final review and approval of the PROJECT’s construction
documentation; and,
WHEREAS, this Agreement states the duties and responsibilities of the Town and
of the Consultant related to the providing of such professional services to the Town.
WITNESSETH:
In consideration of the mutual promises contained herein and other valuable
consideration, the Town and the Consultant agrees as follows:
ARTICLE I
THE CONSULTANT'S RESPONSIBILITIES
1.1 The Consultant shall:
a. Furnish all labor, materials, equipment, technical and professional services
required to perform engineering services as may be described in a Letter of
Agreement for the PROJECT.
TOV-2022-003-PZ WA5thTWL Page 21
b. Perform all services described in the Letters of Agreement and in accordance with
generally accepted professional standards. The Consultant shall comply with the
requirements, as related to the project, of the Town of Vinton, State of Virginia and
Federal governmental agencies and authorities.
c. Provide additional services not within the scope of the Letters of Agreement as
requested and approved by the Town . The cost of the additional services shall be
submitted to the Town by the Consultant for review and approval. Additional fees
shall be based on either a lump sum or hourly not-to-exceed format. Additional
services shall be authorized only if approved in writing by the Town.
ARTICLE II
TOWN'S RESPONSIBILITIES
2.1 The Town shall:
a. Provide to the Consultant all information in possession of the Town which
relates to the Town's requirements for a specific PROJECT or which, in the opinion
of the Town, is relevant to the Consultant ’s services to be provided on the project.
b. Review all preliminary drawings and estimates of construction costs; all final
construction drawings, easement plats, and contract documents (if needed); all revised
estimates of construction costs; and other documents presented by the Consultant.
c. Make all reasonable efforts to provide access for the Consultant to enter upon
public and private property as required for the Consultant to perform the services
required under this Agreement.
d. Designate a person to act as the Town's representative with the Consultant with
respect to the services to be performed. Such person shall have the authority to transmit
instructions, receive information, interpret and define the Town's policies and decisions
with respect to materials, equipment, elements, and systems pertinent to the Consultant's
services.
ARTICLE III
COMPENSATION
3.1 Compensation for each PROJECT phase shall be negotiated individually on a lump
sum basis, as determined by the defined scope of services and fee proposal in the Letter
of Agreement for each specific PROJECT phase. Current VDOT -approved labor
rates shall be those in effect at the time of the specific Letter of Agreement. The
Engineer's billing rate schedule shall be included with each Letter of Agreement.
TOV-2022-003-PZ WA5thTWL Page 22
3.2 Additional reimbursable expenses shall be as defined in the Letters of Agreement.
3.3 The Consultant shall submit invoices to the Town on a monthly basis for cost incurred,
for each individual project, accompanied by a brief narrative outlining the services
provided and justifyi ng the invoiced amount. After acceptance by the Town of that
portion of the services to which the invoice charges relate, the Town shall pay the
amount of invoice within thirty (30) days. Prior to being required to accept any
invoice, the Town shall have the right to expend a reasonable time to verify
information contained on any invoice and to correct any errors found. Invoices shall
be mailed, emailed, or delivered to:
Anita J. McMillan
Contract/Project Manager
311 S. Pollard Street, Suite 105
Vinton, VA 24179
3.4 Payments made to the Consultant shall not be considered as evidence of satisfactory
performance, either in whole or in part, of the services by the Consultant.
ARTICLE IV
PERFORMANCE SCHEDULE
4.1 The Consultant shall perform the services with such qualified personnel in sufficient
numbers to complete the services according to the performance schedule included in
the Letter of Agreement for each specific PROJECT.
ARTICLE V
GENERAL PROVISIONS
5.1 In the event that the Consultant fails to perform the services within the time provided
and within the terms of the Letter of Agreement, the T own may, at its sole option,
terminate the services of the Consultant. The T own shall send a written termination
notice either by hand delivery or certified mail to the Consultant of such termination.
Termination shall be effective ten (10) days after the date of mailing or when
received by the Consultant, whichever is sooner. The Town s hall not be required to
honor requests for payment submitted for services initiated after the effective date of
written termination. Upon written application by the Consultant prior to the actual date
of termination, the Town may, at its discretion, expressly grant an extension of time to
the Consultant to perform the services or cure any breach of the terms of the Letter of
Agreement.
5.2 The Town and the Consultant bind themselves and any successors and assigns to this
Agreement. The Consultant shall not assign, sublet, or transfer its obligations pursuant
TOV-2022-003-PZ WA5thTWL Page 23
to this Agreement to any third party without the prior written consent of the T own.
Nothing hereinafter mentioned shall be construed as creating any personal liability on
the part of any officer, agent or employee of the Town. This Agreement shall not be
construed as conferring benefits upon any person or entity other than to the Town and
the Consultant.
5.3 The Consultant agrees to indemnify and hold harmless the Town, its elected
officials, officers, agents, and employees from losses and damages occurring or
resulting to any and all persons, firms or corporations, furnishing work, services,
materials, or supplies due to the Consultant's negligence, failure to perform in
accordance with the standard of care set forth in Article 1.1, or intentional wrong
doing by the Consultant or any of its agents. This indemnification and hold harmless
provision applies to all claims and losses resulting to any person, firm, or corporation
who may be injured or damaged by the Consultant in the performance of this
Agreement.
5.4 The parties hereto agree that the Consultant and any agents, or employees of the
Consultant , in the performance of this Agreement, act in an independent capacity and
not as officers, employees or agents of the Town.
5.5 During the performance of this Agreement, the Consultant agrees as follows:
a. COMPLIANCE WITH LAWS AND REGULATIONS: The Consultant shall
keep fully informed of all federal, state, and local laws, ordinances, and regulations, and
all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in
any manner affect those engaged or employed on this Agreement, or which in any way
affect the conduct of the services provided by the Consultant. It shall at all times observe
and comply with, and shall cause its agents, subcontractors and employees to observe and
comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect
and indemnify the Town and its employees and appointees against any liability arising
from or based on the violation of any such law, ordinance, regulation, order, or decree,
whether by itself or its agents, subcontractors or employees. If any discrepancy or
inconsistency is discovered between this Agreement and any such law, ordinance,
regulation, order, or decree, the Consultant shall immediately report the same to the
Town in writing.
b. VIRGINIA PROHIBITED EMPLOYMENT DISCRIMINATION: The
Consultant, its agents, employees, assigns or successors, and any person, firm, or agency
of whatever nature with whom it may contract or make an agreement, shall comply with
the provisions of the Section 2.2-4311 of the Code of Virginia (1950), as amended.
During the performance of this Agreement, the Consultant agrees as follows:
1. The Consultant will not discriminate against any employee or applicant for
employment because of race, religion, color, sex, national origin, age,
disability, or other basis prohibited by state law relating to discrimination in
TOV-2022-003-PZ WA5thTWL Page 24
employment, except where there is a bona fide occupational qualification
reasonably necessary to the normal operation of the Consultant. The
Consultant agrees to post in conspicuous places, available to employees and
applicants for employment, notices setting forth the provisions of this
nondiscrimination clause.
2. The Consultant, in all solicitations or advertisements for employees placed by
or on behalf of the Consultant, will state that the Consultant is an equal
opportunity employer.
3. Notices, advertisements and solicitations placed in accordance with federal
law, rule or regulation shall be deemed sufficient for the purpose of meeting
the requirements of this section.
The Consultant will include the provisions of the foregoing paragraphs “1”, “2”
and “3” in every subcontract or purchase order of over ten thousand dollars, so
that such provisions will be binding upon each subcontractor or vendor.
c. NON-DISCRIMINATION PROVISION: The Consultant agrees to abide by the
provisions of Title VI and Title VII of the Civil Rights Act of 1964 (42 USC 2000e),
which prohibits discrimination against any employee or applicant for employment, or any
applicant or recipient of services, on the basis of race, religion, color, sex or national
origin; and further agrees to abide by Executive Order No. 11246 entitled “Equal
Employment Opportunity,” as amended by Executive Order No. 11375 and as
supplemented in the Department of Labor Regulations (41 CFR Part 60), which prohibit
discrimination on the basis of age. Section 49 CFR 21 is incorporated by reference in all
contracts and subcontracts funded in whole or in part with federal funds. The Consultant
shall comply with the Americans with Disabilities Act (ADA), and with the provisions of
the Virginians with Disabilities Act, Sections 51.5 40 through 51.5 46 of the Code of
Virginia (1950), as amended, the terms of which are incorporated herein by reference.
In the event of the Consultant’s noncompliance with the nondiscrimination provisions of
this Agreement, the Town shall impose such contract sanctions as it or the Federal
Highway Administration may determine to be appropriate, including but not limited to:
1. Withholding of payments to the Consultant under this Agreement until the
Consultant complies; and/or
2. Cancellation, termination or suspension of this Agreement, in whole or in part.
d. TITLE VI OF THE CIVIL RIGHTS ACT OF 1964: During the performance of
this Agreement, the Consultant, for itself, its assignees and successors in interest (herein
referred to as “the Consultant”), agrees as follows:
1. Compliance with Regulations: The Consultant will comply with the
Regulations of the U.S. Department of Transportation relative to
nondiscrimination in Federally assisted programs of the U.S. Department of
Transportation (Title 49), Code of Federal Regulations, Part 21, (hereinafter
TOV-2022-003-PZ WA5thTWL Page 25
referred to as the Regulations), which are herein incorporated by reference and
made a part of this Agreement.
2. Nondiscrimination: The Consultant, with regard to the services provided by it
after award and prior to completion of this Agreement, will not discriminate
on the grounds of race, religion, color, sex, national origin, age or handicap in
the selection and retention of sub consultants, including procurements of
materials and leases of equipment. The Consultant will not participate either
directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the services cover a
program set forth in Appendix B of the Regulations.
3. Solicitations for Subconsultants: In all solicitations, either by competitive
bidding or negotiation made by the Consultant for work to be performed under
a subcontract, including procurements of materials or equipment, each
potential subcontractor or supplier shall be notified by the Consultant of the
Consultant’s obligations under this Agreement.
4. Information and Reports: The Consultant will provide all information and
reports required by the Regulations, or orders and instructions issued pursuant
thereto, and will permit access to its books, records, accounts, other sources of
information, and its facilities as may be determined by the Town or the
Federal Highway Administration to be pertinent to ascertain compliance with
such Regulations, orders and instructions. Where any information required of
the Consultant is in the exclusive possession of another who fails or refuses to
furnish this information, the Consultant shall so certify to the Town, or the
Federal Highway Administration as appropriate, and shall set forth what
efforts it has made to obtain the information. Consultants and subconsultants
with fifteen (15) or more employees will submit an updated Title VI
Evaluation Report (EEO-D2) annually as long as the Consultant or
subconsultant is performing in accordance with this Agreement.
5. Sanctions for Noncompliance: In the event of the Consultant’s noncompliance
with the nondiscrimination provisions of this Agreement, the Town shall
impose such contract sanctions as it or the Federal Highway Administration
may determine to be appropriate, including but not limited to: withholding of
payments to the Consultant under this Agreement until the Consultant
complies, and/or cancellation, termination or suspension of this Agreement, in
whole or in part.
Incorporation of Provisions: The Consultant will include the provisions of
paragraphs “1” through “5” in every subcontract of $10,000 or more,
including procurements of materials and leases of equipment, unless exempt
by the Regulations, order or instructions issued pursuant thereto. The
Consultant will take such action with respect to any subcontractor or
procurement as the Town or the Federal Highway Administration may direct
as a means of enforcing such provisions including sanctions for
noncompliance: Provided, however, in the event the Consultant becomes
involved in, or is threatened with, litigation with a subcontractor or supplier as
TOV-2022-003-PZ WA5thTWL Page 26
a result of such direction, the Consultant may request the Town to enter into
such litigation to protect the interests of the Town and, in addition, the
Consultant may request the United States to enter into such litigation to
protect the interests of the United States.
e. CERTIFICATION REGARDING NON-SEGREGATED FACILITIES: By the
execution of this Agreement, the Consultant certifies that it does not maintain or provide
for its employees any segregated facilities at any of its establishments, and that it does not
permit its employees to perform their services at any location, under its control, where
segregated facilities are maintained. It certifies further that it will not maintain or provide
for its employees any segregated facilities at any of its establishments, and that it will not
permit its employees to perform their services at any location under its control, where
segregated facilities are maintained. The Consultant further certifies that no employee
will be denied access to adequate facilities on the basis of sex or disability. As used in
this certification, the term “segregated facilities” means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms
and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which
are segregated by explicit directive or are in fact segregated on the basis of race, creed,
color, national origin, age or handicap, because of habit, local custom or otherwise. It
agrees that, except where it has obtained identical certification from proposed
subcontractors and material suppliers for specific time periods, it will obtain identical
certification from proposed subcontractors or material suppliers prior to the award of
subcontracts or the consummation of material supply agreements exceeding ten thousand
dollars, and that it will retain such certifications in its files.
f. DISADVANTAGED BUSINESS ENTERPRISES/SMALL, WOMAN AND
MINORITY BUSINESS: The Contractor, its agents, employees, assigns, or successors,
and any person, firm or agency of whatever nature with whom it may contract or make an
agreement, shall comply with the provisions of 49 CFR Part 26, as amended, which is
hereby made part of this Agreement by reference. The Consultant shall take all necessary
and reasonable steps in accordance with 49 CFR Part 26, as amended, to ensure that DBE
firms have the maximum opportunity to compete for and perform contracts and
subcontracts under this Agreement. Subpart A of 49 CFR 26, Section 26.13 requires that
each contract signed with a contractor (and that each subcontract the prime contractor
signs with a subcontractor) must include the following assurance:
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor shall
carry out applicable requirements of 49 CFR part 26 in the award and administration of
DOT-assisted contracts. Failure by the contractor to carry out these requirements is a
material breach of this contract, which may result in the termination of this contract or
such other remedy as the recipient deems appropriate.
In accordance with the Governor’s Executive Order No. 33, VDOT also requires the
TOV-2022-003-PZ WA5thTWL Page 27
utilization of Small, Women and Minority (SWaM) Businesses to participate in the
performance of consultant contracts. The Consultant shall take all necessary and
reasonable steps in accordance with Executive Order No. 33, to ensure that SWaM firms
have the maximum opportunity to compete for and perform contracts and subcontracts
under this Agreement. Further, the Consultant agrees to provide the Town with the dollar
amount contracted and name of each subcontractor which identifies itself as a
DBE/SWaM, though no DBE/SWaM goal has been established for the PROJECT.
VDOT is also required to capture DBE and SWaM payment information on all
professional services contracts. Therefore, the prime consultant will be required to
complete the DBE and SWaM Payment Compliance Report, C-63 form on a quarterly
basis.
In the event of the Consultant’s noncompliance with the DBE/SWaM participation for the
services indicated in Expression of Interest in response to the RFP, Exhibit 7, Scope of
Work and Fee Proposal of this Agreement, the Town shall impose such contract sanctions
as it or the Federal Highway Administration may determine to be appropriate, including
but not limited to:
1. Withholding of payments to the Consultant under this Agreement until the
Consultant complies, and/or
2. Cancellation, termination or suspension of this Agreement, in whole or in part.
g. TDD/TTY EQUIPMENT FOR THE DEAF: When seeking public participation
through the maintenance of a toll-free hot line number and/or publishing project-related
materials, the Consultant agrees to ensure that all citizens have equally effective
communication. The Consultant agrees to provide or identify a telecommunications
device for the deaf/teletypewriter (TDD/TTY) or acceptable means of telephone access
for individuals with impaired speech or hearing. The Consultant will provide notice of a
TDD/TTY number whenever a standard telephone number is provided.
h. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By signing this
Agreement, the Consultant certifies that it does not and will not during the performance
of this Agreement violate the provisions of the Federal Immigration Reform and Control
Act of 1986, which prohibits employment of illegal aliens.
i. OCCUPATIONAL SAFETY AND HEALTH STANDARDS: The Consultant
shall not require any individual employed in the performance of this Agreement to work
in surroundings or under working conditions which are unsanitary, hazardous, or
dangerous to health or safety as determined under the Occupational Safety and Health
Standards promulgated by the United States Secretary of Labor. This provision shall be
made a condition of any subcontract entered into pursuant to this Agreement.
In addition, the Consultant shall abide by the Virginia Occupational Safety and Health
Standards adopted under Section 40.1 22 of the Code of Virginia (1950), as amended,
and will fulfill the duties imposed under Section 40.1 51.1 of the Code of Virginia. Any
TOV-2022-003-PZ WA5thTWL Page 28
violation of the aforementioned requirements or duties which is brought to the attention
of the Consultant by any person shall be immediately abated.
j. CERTIFICATION REGARDING DEBARMENT: By the execution of this
Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its
principals:
1. Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency;
2. Have not within a three year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission of fraud or a
criminal offense in connection with obtaining, attempting to obtain, or
performing a public (Federal, State or local) transaction or contract under a
public transaction; and have not been convicted of any violations of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification, or destruction of records, making false statements, or receiving
stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the
offenses enumerated in paragraph (b) of this certification; and
4. Have not within a three-year period preceding this application/proposal had
one or more public transactions (Federal, State or local) terminated for cause
or default.
k. CORRECTION OF ERRORS: The Consultant shall check for accuracy any
reports, and the design, drafting and details of final plans prior to submission. The
Consultant will be required, without additional compensation, to correct any errors,
including but not limited to omissions, discrepancies and ambiguities, in any services
performed in fulfillment of the obligations of this Agreement, and shall also reimburse
the Town for any costs incurred. Acceptance of the plans or reports by the Town shall not
relieve the Consultant of the responsibility of subsequent correction of errors.
Costs incurred by the Consultant in correcting errors in the plans or reports and
reimbursing the Town for costs incurred by the Town as a result of such error shall be
maintained in a separate account. Such account shall be clearly coded and identified, and
shall be subject to audit by the Town. Such costs shall not be billed to the Town as a
direct charge or an overhead item.
l. PAYMENT TO SUBCONTRACTORS: In accordance with Article 4 of the
Virginia Public Procurement Act (Sections 2.2-4347 through 2.2-4356 of the Code of
Virginia (1950), as amended), the Consultant shall make payment to all subcontractors
within seven (7) days after receipt of payment from the Town, or shall notify the Town
and subcontractor in writing of the intention to withhold all or a part of the amount due
along with the reason for nonpayment.
TOV-2022-003-PZ WA5thTWL Page 29
In the event payment is not made as noted, the Consultant shall pay interest at the rate of
one percent per month to the subcontractor, unless otherwise provided in this Agreement,
on all amounts that remain unpaid after seven (7) days except for the amounts withheld
according to this Agreement.
The Town does not require retainage to be withheld by the Consultant on any
subcontracts. If the Consultant elects to withhold retainage on subcontracts, prompt
payment of the retainage shall be made to the subcontractors within the later of 60 days
after the final billing is received by the Consultant from the subcontractor or the
satisfactory acceptance of the services by the Town. The Town will notify the Consultant
and the subcontractor in writing when the services have been satisfactorily accepted. If
the retainage is not promptly paid, the Consultant shall notify the Town and the
subcontractor in writing as to the reasons for not making payment. These same
requirements shall be included in each subcontractor agreement and shall be applicable to
each lower tier subcontractor.
m. COMPLIANCE WITH LOBBYING RESTRICTIONS (This section only applies
to agreements using federal funds.): By signing this Agreement, the Consultant certifies
that:
1. Since promulgation of the federal requirements implementing Section 1352 of
Title 31, U.S.C. (PL 101-121, Section 319) entitled “Limitation on use of
appropriated funds to influence certain Federal contracting and financial
transactions.”, no federal appropriated funds have been paid and none will be
paid, by or on behalf of the Consultant, to any person for influencing or
attempting to influence an officer or employee of any federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of a federal contract, the
making of any Federal grant, the making of any federal loan, the entering into
of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any federal contract, grant, loan, or cooperative
agreement;
2. If any funds other than federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this federal contract, grant, loan, or cooperative agreement, the Consultant
shall complete and submit Standard Form LLL, “Disclosure Form to Report
Lobbying,” in accordance with its instructions; and
3. The Consultant shall require that the language of this certification be included
in all subcontracts at all tiers, and that all subcontractors shall certify and
disclose accordingly.
n. RECORDS: The Consultant and subcontractors shall retain all books, documents,
papers, accounting records and other evidence supporting the costs incurred, for three (3)
TOV-2022-003-PZ WA5thTWL Page 30
years after payment of the final estimate or final audit, whichever is later. Such evidence
shall be made available at the Consultant’s offices at all reasonable times and will be
subject to audit and inspection by the Town, VDOT or any authorized representatives of
the Federal Government.
Evidence of costs incurred by a subcontractor shall be made available at its office at all
reasonable times during the contract period between the Consultant and the subcontractor
and for three years after written acceptance by the Consultant, for audit and inspection by
the Town, VDOT or any authorized representatives of the Federal Government. It shall
be the Consultant’s responsibility to notify the Town, in writing, of the completion of that
subcontractor’s portion of the services so that the records of the subcontractor can be
audited within the three-year retention period. Failure to do so may result in the
Consultant’s liability for any costs not supported by the proper documentation for the
subcontractor’s phase of the services. Final payment for the subcontractor’s phase of the
services will be made after total costs are determined by the final audit of the
subcontractor.
o. DRUG-FREE WORKPLACE: During the performance of this contract, the
ENGINEER agrees to:
1. Provide a drug-free workplace for the Consultant’s employees;
2. Post in conspicuous places, available to employees and applicants for
employment, a statement notifying employees that the unlawful
manufacture, sale, distribution, dispensation, possession, or use of a
controlled substance or marijuana is prohibited in the Consultant’s
workplace and specifying the actions that will be taken against employees
for violations of such prohibition;
3. State in all solicitations or advertisements for employees placed by or on
behalf of the Consultant that the Consultant maintains a drug-free
workplace; and
4. Include the provisions of the foregoing clauses in every subcontract or
purchase order of over $10,000, so that the provisions will be binding upon
each subcontractor or vendor.
For the purpose of this section, “drug-free workplace” means a site for the
performance of work done in connection with a specific contract awarded to
a consultant, the employees of whom are prohibited from engaging in the
unlawful manufacture, sale, distribution, dispensation, possession or use of
any controlled substance or marijuana during the performance of the
contract.
5.6 The Consultant shall carry Public Liability Insurance in the amounts specified,
including the contractual liability assumed by the Consultant:
a. Workman’s Compensation and Employer’s Liability
TOV-2022-003-PZ WA5thTWL Page 31
Coverage A – Statutory Requirements
Coverage B - $100,000 Per Occurrence
Coverage C - $100,000/$100,000 Accident and/or Disease
b. Automobile Liability, including Owned, Non-Owned, and Hired
Coverage Limits of Liability:
Bodily Injury $1,000,000 each occurrence
Property Damage $1,000,000 each occurrence
OR
Single Limit $2,000,000 each occurrence
Bodily Injury
Property Damage
c. Comprehensive General
Coverage Limits of
Liability: $1,000,000 each occurrence
Bodily Injury $1,000,000 each occurrence
Property Damage
OR
Single Limit $2,000,000 each occurrence
Bodily Injury
Property Damage
1. Completed Operation/Products
2. Contractual Liability for Specified Agreement
3. Personal Injury
4. Medical Malpractice
d. Professional Liability
Aggregate $1,000,000
e. Excess Liability Umbrella Form
Bodily Injury and
Property Damage Combined (See Note 1)
Note 1 – The intent of this insurance specification is to provide the coverage
required and the limits expected for each type of coverage. With regard to
the Automobile Liability and Comprehensive General Liability, the total
amount of coverage can be accomplished through any combination of
primary and excess umbrella insurance. However, the total insurance
protection provided for Comprehensive General Liability protection or for
TOV-2022-003-PZ WA5thTWL Page 32
Automobile Liability protection, either individually or in combination with
Excess Liability Umbrella must total $2,000,000 per occurrence.
Prior to commencing services under this Agreement, the Consultant shall furnish the
Town with certificates of insurance which indicate the required coverage and that the
Town has been named as an additional insured with regard to the automobile and
comprehensive general liability insurance policies. No change or cancellation of the
insurance coverage mentioned herein shall be made without thirty (30) days prior
written notice to the Town.
5.7 The Town reserves the right to terminate this Agreement in whole or in part at any
time, for any reason and without penalty, by ten (10) days prior written notice
delivered either by hand or certified mail to the Consultant. At the end of such
period, the Consultant shall have discontinued all work and services and shall have
delivered to the Town all records, drawings, field notes, plans, or other data completed
or partially completed. These documents shall become and remain the property of the
Town upon receipt of payment by the Engineer. Upon such termination, the Engineer
shall be entitled to compensation only per the terms of its written agreement with the
Town, and only through the date of termination or date of receipt of notice, whichever
is sooner.
5.8 The parties agree that all survey notebooks, reports, plans, drawings, studies,
specifications, memoranda, estimates, and computations prepared by and for the
Consultant in the performance under this Agreement, shall be and remain the property
of the Town. Upon termination of this Agreement or completion of the services, the
Town shall have the right to such documents without compensation to the Consultant.
Such documents shall be promptly delivered by the Consultant to the Town upon
demand . The Consultant shall not be responsible to the Town for liabilities resulting
from the reuse of such documents for other sites, projects, or applications not related to
this specific site.
5.9 All notifications made by the parties pursuant to this Agreement, except in those
instances where certified mail is required, shall be sent by first class mail, postage
prepaid or hand delivered. All notifications, whether by certified mail or registered
U.S. Mail, shall be sent, as the case may be, to the following:
Town of Vinton Consultant
Richard W. Peters, Jr. Name
Town Manager Title
311 S. Pollard Street, Suite 109 Address
Vinton, VA 24179 Address
5.10 This Agreement and all Letters of Agreement constitute the entire agreement and
understanding between the Town and the Consultant. This Agreement shall not be
modified or altered, changed, or amended in any respect unless in writing and signed
TOV-2022-003-PZ WA5thTWL Page 33
by the parties hereto.
5.11 Services contracted during any part of a term will continue through completion of the
services without regard to the end of the term and without obligation by the Town to
renew this Agreement.
5.12 Contractual claims and dispute resolution shall be conducted in accordance with the
Town’s Purchasing Manual's procedures.
5.13 This Agreement is made and entered into in the Town of Vinton, Virginia, and shall
be governed by the law of the Commonwealth of Virginia and all disputes shall be
initiated and litigated only in the Circuit Court of the County of Roanoke, Virginia.
5.14 SIGNATURES: The parties hereto agree to abide by all the provisions of this Agreement.
IN WITNESS THEREOF, duly authorized representatives of the Town and the
Consultant executed this Agreement on the date set forth above.
Town of Vinton: Consultant:
Richard W. Peters, Jr. Date Name Date
Title: Town Manager Title:
Signature of Witness Date Signature of Witness Date
TOV-2022-003-PZ WA5thTWL Page 34
EXHIBIT 7
SCOPE OF WORK AND FEE PROPOSAL
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
TOV-2022-003-PZ WA5thTWL Page 35
EXHIBIT 8
VIRGINIA DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISION FOR CONSULTANT PROJECTS
Use of Disadvantaged Business Enterprises (DBEs) for Project Specific Consultant Projects
A. Disadvantaged Business Enterprise (DBE) Program Requirements
Any Consultant, subconsultant, DBE firm, and contract surety involved in the performance of work on a
federal-aid contract shall comply with the terms and conditions of the United States Department of
Transportation (USDOT) DBE Program as the terms appear in Part 26 of the Code of Federal Regulations
(49 CFR as amended), the USDOT DBE Program regulations, and the Virginia Department of
Transportation’s (VDOT or the Department) DBE Program rules and regulations in accordance with this
Special Provision.
For the purposes of this provision, Consultant is defined as any individual, partnership, corporation, or
Joint Venture that formally submits a Statement of Qualification or Proposal for the work contemplated
there under; Consultant is defined as any individual, partnership, or Joint Venture that contracts with the
Department to perform the Work; and subconsultant is defined as any supplier, manufacturer, or
subconsultant performing work or furnishing material, supplies or services to the contract. The
Consultant shall physically include this same contract provision in every supply or work/service
subcontract that it makes or executes with a subconsultant having work for which it intends to claim
credit.
In accordance with 49 CFR Part 26 and VDOT’s DBE Program requirements as outlined in this Special
Provision, the Consultant, for itself and for its subconsultants and suppliers, whether certified DBE firms
or not, shall commit to complying fully with the auditing, record keeping, confidentiality, cooperation,
and anti-intimidation or retaliation provisions contained in those federal DBE Program and State legal
requirements. By submitting a Proposal on this contract, and by accepting and executing this contract, the
Consultant agrees to assume these contractual obligations and to bind the Consultant’s subconsultants
contractually to the same at the Consultant’s expense.
The Consultant and each subconsultant shall not discriminate on the basis of race, color, national origin,
or sex in the performance of this contract. The Consultant shall carry out applicable requirements of 49
CFR Part 26 in the award, administration, and performance of this contract. Failure by the Consultant to
carry out these requirements is a material breach of this contract, which will result in the termination of
this contract or other such remedy, as VDOT deems appropriate.
All administrative remedies noted in this provision are automatic unless the Consultant exercises the right
of appeal within the required timeframe(s) specified herein. Appeal requirements, processes, and
procedures shall be in accordance with guidelines stated in F of this provision and current at the time of
the proceedings. Where applicable, the Department will notify the Consultant of any changes to the
appeal requirements, processes, and procedures after receiving notification of the Consultant’s desire to
appeal.
All time frames referenced in this provision are expressed in business days unless otherwise indicated.
Should the expiration of any deadline fall on a weekend or holiday, such deadline will automatically be
extended to the next normal business day.
TOV-2022-003-PZ WA5thTWL Page 36
B. DBE Certification
The only DBE firms eligible to perform work on a federal-aid contract for DBE contract goal credit are
firms certified as Disadvantaged Business Enterprises by the Virginia Department of Small Business and
Supplier Diversity (SBSD) or the Metropolitan Washington Airports Authority(MWAA) in accordance
with federal and VDOT guidelines. DBE firms must be certified in the specific work listed for DBE
contract goal credit. A directory listing of certified DBE firms can be obtained from the Virginia
Department of Small Business and Supplier Diversity’s website: http://www.sbsd.virginia.gov.
C. DBE Program-Related Certifications Made by Offerors/Consultants
By submitting a Proposal and by entering into any contract on the basis of that Proposal, the
Offeror/Consultant certifies to each of the following DBE Program-related conditions and assurances:
1. That the Offeror/Consultant agrees to comply with the project construction and
administration obligations of the USDOT DBE Program, 49 CFR Part 26 as amended,
and the Standard Specifications setting forth the Department’s DBE Program
requirements.
2. Consultant shall comply fully with the DBE Program requirements in the execution and
performance of the contract. Consultant acknowledges that failure to fulfill the DBE
subcontracting commitments made may result in sanctions being invoked for
noncompliance.
3. To ensure that DBE firms have been given full and fair opportunity to participate in the
performance of the contract. The Consultant certifies that all reasonable steps were, and
will be, taken to ensure that DBE firms had, and will have, an opportunity to compete for
and perform work on the contract. The Consultant further certifies that the Consultant
shall not discriminate on the basis of race, color, age, national origin, or sex in the
performance of the contract or in the award of any subcontract. Any agreement between a
Consultant and a DBE whereby the DBE promises not to provide quotations for
performance of work to other Consultants are prohibited.
4. Consultant shall make good faith efforts to obtain DBE participation in the proposed
contract at or above the goal. The Offeror shall submit a written statement as a part of its
Statement of Qualifications and/or Proposal indicating the Offeror’s commitment to
achieve the minimum requirement related to DBE goal indicated in Request for
Qualification (RFQ) and/or Request for Proposal (RFP) for the entire value of the
contract. The Offeror, by signing and submitting its Proposal, certifies the DBE
participation information that will be submitted within the required time thereafter is true,
correct, and complete, and that the information to be provided includes the names of all
DBE firms that will participate in the contract, the specific work that each listed DBE
firm will perform, and the creditable dollar amounts of the participation of each listed
DBE.
5. Offeror further certifies, by signing its Proposal, it has committed to use each DBE firm
listed for the work specified to meet the contract goal for DBE participation. Award of
the contract will be conditioned upon meeting these and other listed requirements of 49
CFR Part 26.53 and the contract documents. By signing the Proposal, the Offeror certifies
that good faith efforts will be made on work that it proposes to sublet; and that it will
seek out and consider DBE firms as potential subconsultants. The Consultant shall, as a
TOV-2022-003-PZ WA5thTWL Page 37
continuing obligation, contact DBE firms to solicit their interest, capability, and prices in
sufficient time to allow them to respond effectively, and shall retain on file proper
documentation to substantiate its good faith efforts.
6. Once awarded the contract, the Consultant shall make good faith efforts to utilize DBE
firms to perform work designated to be performed by DBE firms at or above the amount
or percentage of the dollar value specified in the proposal documents. Further the
Consultant understands it shall not unilaterally terminate, substitute for, or replace any
DBE firm that was designated in the executed contract in whole or in part with another
DBE, any non-DBE firm, or with the Consultant’s own forces or those of an affiliate of
the Consultant without the prior written consent of Department as set out within the
requirements of this Special Provision.
7. Once awarded the contract, the Consultant shall designate and make known to the
Department a liaison officer who is assigned the responsibility of administering and
promoting an active and inclusive DBE program as required by 49 CFR Part 26 for DBE
firms. The designation and identity of this officer needs to be submitted only once by the
Consultant during any 12-month period.
8. Once awarded the contract, the Consultant shall comply fully with all regulatory and
contractual requirements of the USDOT DBE Program, and that each DBE firm
participating in the contract shall fully perform the designated work with the DBE firm’s
own forces and equipment under the DBE firm’s direct supervision, control, and
management. Where a contract exists and where the Consultant, DBE firm, or any other
firm retained by the Consultant has failed to comply with federal or Department DBE
Program requirements, the Department has the authority and discretion to determine the
extent to which the DBE contract regulations have not been met, and will assess against
the Consultant any remedies available at law or provided in the contract.
9. In the event a bond surety assumes the completion of work, if for any reason VDOT has
terminated the Consultant, the surety shall be obligated to meet the same DBE contract
terms and requirements as were required of the original Consultant in accordance with
the requirements of this specification.
D. DBE Program Compliance Procedures
The following procedures shall apply to the contract for DBE Program compliance purposes:
1. DBE Goal, Good Faith Efforts Specified: At the time of the submittal of the Expression of
Interest, the Offeror will include form C-48 PSC. This form represents the Consultants solicitation of
subconsultants to be used for the contract to meet the DBE goal.
If, at the time of submitting the Expression of Interest, the offeror knowingly cannot meet or demonstrate
good faith efforts in meeting the required DBE contract goal, form C-49 PSC shall be submitted.
Upon completion of negotiation, Form C-111 shall be submitted electronically or may be faxed to the
Department, but in no case shall the offeror’s Form C-111 be received later than two business days after
the negotiated contract value has been determined. A revised Form C-48 must be received within ten (10)
business days after the negotiated contract value has been determined.
If, at the time of submitting its offer, the offeror knowingly cannot meet or exceed the required DBE
TOV-2022-003-PZ WA5thTWL Page 38
contract goal, it shall submit Form C-111 PSC exhibiting the DBE participation it commits to attain. The
offeror shall then submit Form C-49, DBE Good Faith Efforts Documentation, within two (2) business
days after the negotiated contract value.
The top-ranked offeror must submit its properly executed Form C-112, Certification of Binding
Agreement, with the C-111 two business days after the negotiated contract value has been determined.
DBE offerors responding as prime contractors are not required to submit Form C-112 unless they are
utilizing other DBE firms as subconsultants.
If, after review of the selected Offeror, the Department determines the DBE requirements have not been
met, the selected Offeror must submit Form C-49, DBE Good Faith Efforts Documentation, which must
be received by the Department within two (2) business days after official notification of such failure to
meet the aforementioned DBE requirements.
Forms C-48, C-49, C-111, and C-112 can be obtained from the VDOT website at:
http://vdotforms.vdot.virginia.gov/
If the most highly qualified (top-ranked) firm does not meet the goal or demonstrate a good faith effort,
the Department may terminate negotiations and initiate negotiations with the number two-ranked firm.
2. Good Faith Efforts Described: Department will determine if Consultant demonstrated adequate
good faith efforts, and if given all relevant circumstances, those efforts were made actively and
aggressively to meet the DBE requirements. Efforts to obtain DBE participation are not good faith efforts
if they could not reasonably be expected to produce a level of DBE firm participation sufficient to meet
the DBE Program requirements and DBE Goal.
Good faith efforts may be determined through use of the following list of the types of actions the
Consultant may make to obtain DBE participation. This is not intended to be a mandatory checklist, nor
is it intended to be exclusive or exhaustive. Other factors or types of efforts of similar intent may be
relevant in appropriate cases:
(a) Soliciting through reasonable and available means, such as but not limited to, at pre-
proposal meetings, advertising, and written notices to DBE firms who have the capability
to perform the work of the contract. Examples include: advertising in at least one
daily/weekly/monthly newspaper of general circulation, as applicable; phone contact with
a completely documented telephone log, including the date and time called, contact
person, or voice mail status; and internet contacts with supporting documentation,
including dates advertised. DBE firms shall have no less than five (5) business days to
reasonably respond to the solicitation. Consultant shall determine with certainty if the
DBE firms are interested by taking reasonable steps to follow up initial solicitations as
evidenced by documenting such efforts as requested on Form C-49, DBE Good Faith
Efforts Documentation.
(b) Selecting portions of the work to be performed by DBE firms in order to increase the
likelihood that the DBE Goal will be achieved. This includes, where appropriate,
breaking out work items into economically feasible units to facilitate DBE firm
participation, even when the Consultant might otherwise prefer to completely perform all
portions of this work in its entirety or use its own forces;
(c) Providing interested DBE firms with adequate information about the scope and
requirements of the contract in a timely manner, which will assist the DBE firms in
TOV-2022-003-PZ WA5thTWL Page 39
responding to a solicitation;
(d) Negotiating for participation in good faith with interested DBE firms;
1. Evidence of such negotiation shall include the names, addresses, and telephone
numbers of DBE firms that were considered; dates DBE firms were contacted; a
description of the information provided regarding the scope and requirements of the
contract for the work selected for subconsulting; and, if insufficient DBE participation
seems likely, evidence as to why additional agreements could not be reached for DBE
firms to perform the work;
2. Consultant should, using good business judgment, consider a number of factors in
negotiating with subconsultants, and should take a DBE firm’s price, qualifications, and
capabilities, as well as contract goals, into consideration. However, the fact that there
may be some additional costs involved in finding and using DBE firms is not sufficient
reason for a Consultant’s failure to meet the DBE goal as long as such costs are
reasonable and comparable to costs customarily appropriate to the type of work under
consideration. Also, the ability or desire of a Consultant to perform the work with its own
organization does not relieve the Consultant of the responsibility to make diligent good
faith efforts. Consultants are not, however, required to accept higher quotes from DBE
firms if the price difference can be shown by the Consultant to be excessive,
unreasonable, or greater than would normally be expected by industry standards;
(e) A Consultant cannot reject a DBE firm as being unqualified without sound reasons based
on a thorough investigation of the DBE firm’s capabilities. The DBE firm’s standing
within its industry, membership in specific groups, organizations, associations, and
political or social affiliations, are not legitimate causes for the rejection or non-
solicitation of bids in the Consultant’s efforts to meet the contract goal for DBE
participation;
(f) Making efforts to assist interested DBE firms in obtaining or related assistance or
services subject to the restrictions contained in this Special Provision;
(g) Effectively using the services of appropriate personnel from VDOT and from SBSD;
available minority/women community or minority organizations; contractors’ groups;
local, state, and Federal minority/ women business assistance offices; and other
organizations as allowed on a case-by-case basis to provide assistance in the recruitment
and utilization of qualified DBEs.
E. Documentation and Administrative Reconsideration of Good Faith Efforts
During Proposal Submission:
In the Expression of Interest, the Offeror is expected to identify those firms whose participation in the
contract will achieve the DBE contract goal requirements.
During Negotiation:
If the Department changes the scope of services in such a fashion as to affect the ability of the firm to
meet the DBE contract goal requirements, the Civil Rights Division will re-consider the goal and inform
the Offeror of the revised goal.
TOV-2022-003-PZ WA5thTWL Page 40
If a DBE, through no fault of the Consultant, is unable or unwilling to fulfill his agreement with the
Consultant, the Consultant shall immediately notify the Department and provide all relevant facts.
In order to award a contract to an Offeror that has failed to meet DBE contract goal requirements, the
Department will determine if the Offeror’s efforts were adequate good faith efforts, and if given all
relevant circumstances, those efforts were made actively and aggressively to meet the DBE requirements.
Efforts to obtain DBE participation are not good faith efforts if they could not reasonably be expected to
produce a level of DBE participation sufficient to meet the DBE Program and contract goal requirements.
As described in the Contract Goal, Good Faith Efforts Specified section of this Special Provision, if
the Offeror knowingly cannot meet or exceed the required DBE contract goal, the Offeror must submit
Form C-49, DBE Good Faith Efforts Documentation. The Offeror shall attach additional pages to the
certification, if necessary, in order to fully detail specific good faith efforts made to obtain the DBE firm’s
participation in the proposed work.
If it is determined that the aforementioned documentation is insufficient or the failure to meet required
participation is due to other reasons, the Consultant may request an appearance before the Department’s
Administrative Reconsideration Panel to establish that all feasible means were used to meet such
participation requirements. The Administrative Reconsideration Panel will be made up of Department
Division Administrators or their designees, none of whom took part in the initial determination that the
Consultant failed to make the DBE goal or make adequate good faith efforts to do so. After
reconsideration, Department shall notify the Consultant in writing of its decision and explain the basis for
finding that the Consultant did or did not meet the DBE goal or make adequate good faith efforts to do so.
The decision of the Administrative Reconsideration Panel shall be administratively final.
During the Contract:
If a DBE, through no fault of the Consultant, is unable or unwilling to fulfill his agreement with the
Consultant, the Consultant shall immediately notify the Department and provide all relevant facts. If a
Consultant relieves a DBE subconsultant of the responsibility to perform work under their subcontract,
the Consultant is encouraged to take the appropriate steps to obtain another DBE firm to perform the
remaining subcontracted work for the amount that would have been paid to the original DBE firm. In
such instances, Consultant is expected to seek DBE participation towards meeting the goal during the
performance of the contract.
Before the Consultant transmits to the Department its request to terminate and/or substitute a DBE
subconsultant, the prime consultant must give notice in writing to the DBE subconsultant, with a copy to
the Department, of its intent to request to terminate and/or substitute, and the reason for the request.
The prime consultant must give the DBE firm five days to respond to the prime consultant’s notice. The
DBE firm may respond to the Department and the prime consultant the reasons, if any, why it objects to
the proposed termination of its subcontract and why the Department should not approve the prime
consultant’s action.
If at any point during the execution and performance of the contract it becomes evident that the remaining
dollar value of allowable DBE goal credit for performing the subcontracted work is insufficient to obtain
the DBE contract goal, and the Consultant has not taken the preceding actions, the Consultant and any
aforementioned affiliates may be subject to disallowance of DBE credit until such time as sufficient
progress toward achievement of the DBE goal is achieved or evidenced.
Project Completion: If, at final completion, the Consultant fails to meet the DBE goal, and fails to
TOV-2022-003-PZ WA5thTWL Page 41
adequately document that it made good faith efforts to achieve sufficient DBE goal, then Consultant and
any prime contractual affiliates, as in the case of a joint venture, may be subject to sanctions being
invoked for noncompliance.
Prior to such sanctions being invoked, the Consultant may submit documentation to the Department’s
designee to substantiate that failure was due solely to the elimination of the scope of work subcontracted
to DBEs, or to circumstances beyond the Consultant’s control and that all feasible means had been used to
achieve the DBE goal. The Department’s designee, upon verification of such documentation shall
determine whether Consultant has met the requirements of the contract.
If it is determined that the aforementioned documentation is insufficient or the failure to meet required
participation is due to other reasons, the Consultant may request an appearance before the Department’s
Administrative Reconsideration Panel to establish that all feasible means were used to meet such
participation requirements. The Administrative Reconsideration Panel will be made up of Department
Division Administrators or their designees, none of who took part in the initial determination that the
Consultant failed to make the DBE goal or make adequate good faith efforts to do so. After
reconsideration, Department shall notify the Consultant in writing of its decision and explain the basis for
finding that the Consultant did or did not meet the DBE goal or make adequate good faith efforts to do so.
The decision of the Administrative Reconsideration Panel shall be administratively final. If the decision is
made to invoke sanctions for failure to perform any or all of the responsibilities contained herein, the
Department may declare the Consultant to be non-responsive with respect to renewal and future contracts
to include enjoinment from responding or participating on Department procurement opportunities for a
period of 180 days.
F. DBE Participation for Contract Goal Credit
DBE participation on the contract will count toward meeting the DBE contract goal in accordance with
the following criteria:
1. The applicable percentage of the total dollar value of the contract or subcontract awarded
to the DBE firm will be counted toward meeting the DBE goal in accordance with the
DBE Program-Related Certifications Made by Offerors/Consultant’s section of this
Special Provision for the value of the work, goods, or services that are actually performed
or provided by the DBE firm itself.
2. When a DBE performs work as a participant in a joint venture with a non-DBE firm, the
Consultant may count toward the DBE goal only that portion of the total dollar value of
the subcontract equal to the distinctly defined portion of the work that the DBE firm has
performed with the DBE firm’s own forces or in accordance with the provisions of this
Section. The Department shall be contacted in advance regarding any joint venture
involving both a DBE firm and a non-DBE firm to coordinate Department review and
approval of the joint venture’s organizational structure and proposed operation where the
Consultant seeks to claim the goal credit.
3. When a DBE firm subcontracts part of the work to another firm, the value of that
subcontracted work may be counted toward the DBE contract goal only if the DBE firm’s
subconsultant is a DBE firm. Work that a DBE firm subcontracts to a non-DBE firm, or
to a firm that may be eligible to be a DBE firm, but has not yet been certified as a DBE
firm, will not count toward the DBE. The cost of supplies and equipment a DBE
subconsultant purchases or leases from the Consultant or prime contractual affiliates, as
TOV-2022-003-PZ WA5thTWL Page 42
in the case of a joint venture, will not count toward the DBE goal.
4. The Consultant may count expenditures to a DBE subconsultant toward the DBE goal
only if the DBE performs a Commercially Useful Function (CUF) on that subcontract, as
such term is defined in subparagraph G below.
G. Performing a Commercially Useful Function (CUF)
No credit toward the DBE goal will be allowed for payments or reimbursement of expenditures to a DBE
firm if that DBE firm does not perform a CUF on that contract. A DBE firm performs a CUF when the
DBE is solely responsible for execution of a distinct element of the work and the DBE firm actually
performs, manages, and supervises such work with the DBE firm’s own forces or in accordance with the
provisions of the DBE Participation for Contract Goal Credit section of this Special Provision. To
perform a CUF the DBE firm alone must perform or exercise responsibility for at least 30 percent of the
total cost of its contract with its own work force. The amount the DBE firm is to be paid under the
subcontract shall be commensurate with the work the DBE actually performs and the DBE goal credit
claimed for the DBE firm’s performance.
Monitoring CUF Performance: It shall be the Consultant’s responsibility to confirm that all DBE firms
selected for subcontract work on the contract, for which he seeks to claim credit toward the DBE goal,
perform a CUF. Further, the Consultant is responsible for and shall confirm that each DBE firm fully
performs the DBE firm’s designated tasks in accordance with the provisions of the DBE Participation
for Contract Goal Credit section of this Special Provision. For the purposes of this Special Provision
the DBE firm’s equipment will mean either equipment directly owned by the DBE as evidenced by title,
bill of sale or other such documentation, or leased by the DBE firm, and over which the DBE has control
as evidenced by the leasing agreement from a firm not owned in whole or part by the Consultant or an
affiliate of the Consultant.
Department will monitor Consultant’s DBE involvement during the performance of the contract.
However, Department is under no obligation to warn the Consultant that a DBE firm’s participation will
not count toward the goal.
DBE Firms Must Perform a Useful and Necessary Role in Contract Completion: A DBE firm does
not perform a CUF if the DBE firm’s role is limited to that of an extra participant in a transaction,
contract, or project through which funds are passed in order to obtain the appearance of DBE firm
participation.
DBE Firms Must Perform The Contract Work With Their Own Workforces: If a DBE firm does not
perform and exercise responsibility for at least thirty (30) percent of the total cost of the DBE firm’s
contract with the DBE firm’s own work force, or the DBE firm subcontracts a greater portion of the work
of a contract than would be expected on the basis of normal industry practice for the type of work involve,
Department will presume that the DBE firm is not performing a CUF and such participation will not be
counted toward the DBE goal.
Department Makes Final Determination On Whether a CUF Is Performed: Department has the final
authority to determine, in its sole discretion, whether a DBE firm has performed a CUF on the contract.
To determine whether a DBE is performing or has performed a CUF, Department will evaluate the
amount of work subcontracted by that DBE firm or performed by other firms and the extent of the
involvement of other firms’ forces and equipment. Any DBE work performed by the Consultant or by
employees or equipment of the Consultant shall be subject to disallowance under the DBE Program,
TOV-2022-003-PZ WA5thTWL Page 43
unless the independent validity and need for such an arrangement and work is demonstrated. When a
DBE firm is presumed not to be performing a commercially useful function the DBE may present
evidence to rebut the Department’s finding. Department has the final authority to determine, in its sole
discretion, whether a DBE firm has performed a CUF on the contract.
H. Verification of DBE Participation and Imposed Damages
Within fourteen (14) days after subcontract execution between Consultant and DBE subconsultants, the
Consultant shall submit to the Department’s Civil Rights Office (CRO), a copy of the fully executed
subcontract agreement for each DBE firm used to claim credit in accordance with the requirements stated
on Form C-111. The subcontract shall be executed by both parties stating the work to be performed, the
details or specifics concerning such work, and the price which will be paid to the DBE subconsultant.
The Consultant shall also furnish, and shall require each subconsultant to furnish, information relative to
all DBE involvement on the project for each quarter during the life of the contract in which participation
occurs and verification is available. The information shall be indicated on Form C-63, DBE and SWAM
Payment Compliance Report. The Department reserves the right to request proof of payment via copies
of cancelled checks with appropriate identifying notations. Failure to provide Form C-63 to the CRO
within five (5) business days after the reporting period may result in delay of approval of the Consultant’s
scheduled payment. The names and certification numbers of DBE firms provided by the Consultant on
the various forms indicated in this Special Provision shall be exactly as shown on SBSD’s latest list of
certified DBEs. Signatures on all forms indicated herein shall be those of authorized representatives of
the Consultant. If DBE firms are used which have not been previously documented with the Consultant’s
minimum DBE requirements documentation and for which the Consultant now desires to claim credit
toward the contract goal, the Consultant shall be responsible for submitting necessary documentation in
accordance with the procedures stipulated in this Special Provision to cover such work prior to the DBE
firm beginning work. Form C-63 can be obtained from the VDOT website at:
http://vdotforms.vdot.virginia.gov/
Prior to beginning any major component of the work to be performed by a DBE firm not previously
submitted, Consultant shall furnish a revised Form C-111 showing the name(s) and certification
number(s) of any such DBEs for which Consultant seeks DBE goal credit. Consultant shall obtain the
prior approval of the Department for any assistance it may provide to the DBE firm beyond its existing
resources in executing its commitment to perform the work in accordance with the requirements listed in
the Good Faith Efforts Described section of this Special Provision. If Consultant is aware of any
assistance beyond a DBE firm’s existing resources that Consultant, or another subconsultant, may be
contemplating or may deem necessary and that have not been previously approved, Consultant shall
submit a new or revised narrative statement for Department’s approval prior to assistance being rendered.
If the Consultant fails to correctly complete and any of the required documentation requested by this
Special Provision within the specified time frames, the Department will withhold payment until such time
as the required submissions are received by Department. Where such failures to provide required
submittals or documentation are repeated, Department will move to enjoin the Consultant and any prime
contractual affiliates, as in the case of a joint venture, from responding or participating Department
projects until such submissions are received.
I. Documentation Required for Semi-final Payment
Consultant must submit Form C-63 to the CRO sixty (60) days prior to date of final completion, set forth
on the Baseline Schedule (as updated from time to time in accordance with the contract). The form must
TOV-2022-003-PZ WA5thTWL Page 44
include each DBE firm used on the contract and the work performed by each DBE firm. The form shall
include the actual dollar amount paid to each DBE firm for the accepted creditable work. The form shall
be certified under penalty of perjury, or other applicable legal requirements, to be accurate and complete.
Department will use this certification and other information available to determine applicable DBE credit
allowed to date by Department and the extent to which the DBE firms were fully paid for that work. The
Consultant acknowledges by the act of filing the form that the information is supplied to obtain payment
regarding the contract as a federal participation contract. A letter of certification, signed by both the
Consultant and appropriate DBE firms, will accompany the form, indicating the amount that remains to
be paid to the DBE firm(s).
J. Documentation Required for Final Payment
In anticipation of final payment, Consultant shall submit a final Form C-63 marked “Final” to the CRO,
within thirty (30) days of the anticipated date of final completion, as set forth on the Baseline Schedule
(as updated from time to time in accordance with the contract). The form must include each DBE firm
used on the contract and the work performed by each DBE firm. The form shall include the actual dollar
amount paid to each DBE firm for the creditable work. Department will use this form and other
information available to determine if Consultant and DBE firms have satisfied the DBE goal and the
extent to which credit was allowed. Consultant acknowledges by the act of signing and filing the form
that the information is supplied to obtain payment regarding the contract as a federal participation
contract.
K. Prompt Payment Requirements
In accordance with Article 4 of the Virginia Public Procurement Act (Sections 2.2-4347 through 2.2-4356
of the Code of Virginia (1950), as amended), the Consultant shall make payment to all subcontractors
within seven (7) days after receipt of payment from the Department, or shall notify the Department and
subcontractor in writing of the intention to withhold all or a part of the amount due along with the reason
for nonpayment. Invoices shall be submitted no more frequently than once every 30 calendar days and not
less than every 60 calendar days. Sub-consultant invoices must be submitted within 60 calendar days of
receipt by the Consultant.
For purposes of this Special Provision, a subconsultant’s work is satisfactorily completed when all the
tasks called for in the subcontract have been accomplished, documented, and accepted as required by the
contract documents by Department. If Department has made partial acceptance of a portion of the
contract, then Department will consider the work of any subconsultant covered by that partial acceptance
to be satisfactorily completed.
Upon Department’s payment of the subconsultant’s portion of the work as shown on the application for
payment and the receipt of payment by Consultant for such work, the Consultant shall make
compensation in full to the subconsultant for that portion of the work satisfactorily completed and
accepted by the Department. For the purposes of this Special Provision, payment of the subconsultant’s
portion of the work shall mean the Consultant has issued payment in full, to the subconsultant for that
portion of the subconsultant’s work that Department paid to Consultant pursuant to the applicable
application for payment.
By accepting and executing this contract, the Consultant agrees to assume these obligations, and to bind
the Consultant’s subconsultants contractually to these obligations.
TOV-2022-003-PZ WA5thTWL Page 45
Nothing contained herein shall preclude Consultant from withholding payment to the subconsultant in
accordance with the terms of the subcontract in order to protect the Consultant from loss or cost of
damage due to a breach of the subcontract by the subconsultant.
L. Miscellaneous DBE Program Requirements
Loss of DBE Eligibility: When a DBE firm has been removed from eligibility as a certified DBE firm,
the following actions will be taken:
1. When a Consultant has made a commitment to use a DBE firm that is not currently
certified, thereby making the Consultant ineligible to receive DBE goal credit for work
performed, the ineligible DBE firm’s work does not count toward the DBE goal.
Consultant shall meet the DBE goal with a DBE firm that is eligible to receive DBE
credit for work performed, or must demonstrate to the CRO that it has made good faith
efforts to do so.
2. When a Consultant has executed a subcontract with a DBE firm prior to official
notification of the DBE firm’s loss of eligibility, Consultant may continue to use the firm
on the contract and shall continue to receive DBE credit toward DBE goal for the
subconsultant’s work.
3. When Department has executed a prime contract with a DBE firm that is certified at the
time of contract execution but that is later ruled ineligible, the portion of the ineligible
firm’s performance of the contract remaining after VDOT issued the notice of its
ineligibility shall be counted toward the contract goal.
Termination of DBE: If a DBE subconsultant is terminated, or fails, refuses, or is unable to complete the
work on the contract for any reason, Consultant must promptly request approval to substitute or replace
that DBE firm in accordance with this section of this Special Provision.
Consultant, shall notify DCRO in writing before terminating and/or replacing the DBE firm that is being
used or represented to fulfill DBE-related contract obligations during the term of the contract. Written
consent from the DCRO for terminating the performance of any DBE firm shall be granted only when the
Consultant can demonstrate that the DBE firm is unable, unwilling, or ineligible to perform its obligations
for which the Consultant sought credit toward the DBE goal. Such written consent by the Department to
terminate any DBE shall concurrently constitute written consent to substitute or replace the terminated
DBE with another DBE. Consent to terminate a DBE firm shall not be based on the Consultant’s ability
to negotiate a more advantageous contract with another subconsultant whether that subconsultant is, or is
not, a DBE firm.
1. All Consultant requests to terminate, substitute, or replace a DBE firm shall be in writing,
and shall include the following information:
(a) The date the Consultant determined the DBE to be unwilling, unable, or
ineligible to perform.
(b) The projected date that the Consultant shall require a substitution or replacement
DBE to commence work if consent is granted to the request.
TOV-2022-003-PZ WA5thTWL Page 46
(c) A brief statement of facts describing and citing specific actions or inaction by the
DBE firm giving rise to Consultant’s assertion that the DBE firm is unwilling,
unable, or ineligible to perform;
(d) A brief statement of the DBE firm’s capacity and ability to perform the work as
determined by the Consultant;
(e) A brief statement of facts regarding actions taken by the Consultant, that
Consultant believes constitute good faith efforts toward enabling the DBE firm to
perform;
(f) The current percentage of work completed by the DBE firm;
(g) The total dollar amount currently paid for work performed by the DBE firm;
(h) The total dollar amount remaining to be paid to the DBE firm for work
completed, but for which the DBE firm has not received payment, and with
which the Consultant has no dispute;
(i) The total dollar amount remaining to be paid to the DBE firm for work
completed, but for which the DBE firm has not received payment, and over
which the Consultant and/or the DBE firm have a dispute.
2. Consultant’s Written Notice to DBE of Pending Request to Terminate and Substitute with
another DBE.
Consultant shall send a copy of the “request to terminate and substitute” letter to the
affected DBE firm and make best efforts to ensure its receipt by the DBE firm, in
conjunction with submitting the request to the DCRO. The DBE firm may submit a
response letter to the DCRO and Department within two (2) business days of receiving
the notice to terminate from the Consultant. If the DBE firm submits a response letter,
then Consultant shall, as part of its subcontract, obligate the DBE firm to explain its
position concerning performance on the committed work. The Department will consider
both the Consultant’s request and the DBE firm’s response and explanation before
approving the Consultant’s termination and substitution request.
If, after making its best efforts to deliver a copy of the “request to terminate and
substitute” letter, the Consultant is unsuccessful in notifying the affected DBE firm, the
Department will verify that the DBE firm is unable or unwilling to continue performing
its subcontract let with respect to the contract. Department will timely approve the
Consultant’s request for a substitution.
3. Proposed Substitution of Another Certified DBE
Upon termination of a DBE firm, Consultant shall use reasonable good faith efforts to
replace the terminated DBE firm. The termination of such DBE firm shall not relieve
Consultant of its obligations under this Special Provision, and the unpaid portion of the
terminated DBE firm’s subcontract will not be counted toward the DBE goal.
When a DBE substitution is necessary, the Consultant shall submit an amended Form C-
111 to the DCRO for approval with the name of another DBE firm, the proposed work to
TOV-2022-003-PZ WA5thTWL Page 47
be performed by that DBE firm, and the dollar amount of the work to replace the
unfulfilled portion of the work of the original DBE firm.
Should Consultant be unable to commit the remaining required dollar value to the
substitute DBE firm, the Consultant shall provide written evidence of good faith efforts
made to obtain the substitute value requirement. Department will review the quality,
thoroughness, and intensity of those efforts. Efforts that are viewed by Department as
merely superficial or pro-forma will not be considered good faith efforts to meet the DBE
goal. Consultant must document the steps taken that demonstrated its good faith efforts
to obtain participation as set forth in the Good Faith Efforts Described section of this
Special Provision.
M. Suspect Evidence of Criminal Behavior
Failure of Consultant or any subconsultant to comply with the Standard Specifications, this Special
Provision, or any other contract document wherein there appears to be evidence of criminal conduct shall
be referred to the Attorney General for the Commonwealth of Virginia and/or the FHWA Inspector
General for criminal investigation and, if warranted prosecution.
Suspected DBE Fraud
In appropriate cases, Department will bring to the attention of the United States Department of
Transportation any appearance of false, fraudulent, or dishonest conduct in connection with the DBE
program, so that USDOT can take the steps, e.g., referral to the Department of Justice for criminal
prosecution, referral to the USDOT Inspector General, action under suspension and debarment or
“Program Fraud and Civil Penalties” rules provided in 49 CFR Part 31.
N. Availability of Records
Requests for information concerning any aspect of the DBE Program, the Department complies with
provisions of the Federal and Virginia Freedom of Information and Privacy Acts (5 U.S.C. 552 and 552a)
and Code of Virginia § 2.2 -3700.
TOV-2022-003-PZ WA5thTWL Page 48
EXHIBIT 9
GOOD FAITH EFFORT
(Federally Funded Project with DBE Goal)
The Department will be accepting what consultants submit in their Expressions of Interest
regarding good faith efforts. If a firm that has submitted good faith effort documentation makes
the short list, the procuring Division Administrator (cannot be delegated unless he/she will be out
of the office for more than 5 work days) along with a representative of the EO Division will
determine if the good faith effort is acceptable.
When there is a contract goal, a consultant must make good faith efforts to meet it. The
consultant can do so either through obtaining enough DBE participation to meet the goal or
documenting the good faith efforts it made to do so. These means of meeting contract goal
requirements are fully equivalent. 49 CFR Part 26 (the Rule) explicitly provides that the
Department must not disregard showings of good faith efforts, and it gives consultants the right
to have the Department reconsider a decision that their good faith efforts were insufficient. The
Department is prohibited from denying a contract to a consultant simply because it did not obtain
enough DBE participation to meet the goal. The Department must seriously consider
consultants’ documentation of good faith efforts. To make certain that consultants’ showings are
taken seriously, the Rule requires the Department to offer administrative reconsideration to
consultants whose good faith efforts showings are initially rejected.
The Rule also ensures flexibility for consultants by requiring that any contract goal be waived
entirely for a prime consultant that demonstrates that it made good faith efforts but was still
unable to meet the goal.
When the Department sets a contract goal, the basic obligation of consultants is to make good
faith efforts to meet it. They can demonstrate these efforts in either of two ways, which are
equally valid. First, they can meet the goal, by documenting that they have obtained
commitments for enough DBE participation to meet the goal. Second, even though they have
not met the goal, they can document that they have made good faith efforts to do so. A refusal
by the Department to accept valid showings of good faith is not acceptable under the Rule.
The Rule makes clear that the Department is not to use a “conclusive presumption” approach, in
which the apparent successful consultant is summarily found to have failed to make good faith
efforts simply because another consultant was able to meet the goal. However, the performance
of other consultants in meeting the contract can be a relevant factor in a good faith effort
determination, in more than one way. For example, when the apparent successful consultant
fails to meet the contract goal, but others meet it, you may reasonably raise the question of
whether, with additional reasonable efforts, the apparent successful consultant could have met
the goal. It does not, by itself, prove that the apparent successful consultant did not make a good
faith effort to get DBE participation, however. On the other hand, if the apparent successful
consultant fails to meet the goal, but meets or exceeds the average DBE participation obtained by
other consultants, the Department may view this, in conjunction with other factors, as evidence
TOV-2022-003-PZ WA5thTWL Page 49
of the apparent successful consultant having made good faith efforts.
The fact that some additional costs may be involved in finding and using DBEs is not in itself
sufficient reason for a consultant’s failure to meet a DBE contract goal, as long as such costs are
reasonable.
If the Department determines that the apparent successful consultant has failed to meet the
requirements of a good faith effort, the Department must, before awarding the contract, provide
the consultant an opportunity for administrative reconsideration. The Department intends that the
process be informal and timely. The Department will ensure that the process is completed within
a brief period (e.g., 5-10 days) to minimize any potential delay in procurements. The consultant
will have an opportunity to meet with the reconsideration official, but a formal hearing is not
required. As part of this reconsideration, the consultant must have the opportunity to provide
written documentation or argument concerning the issue of whether it met the goal or made
adequate good faith efforts to do so. The Department’s decision on reconsideration will be made
by an official who did not take part in the original determination that the consultant failed to
meet the goal or make adequate good faith efforts to do so. The consultant must have the
opportunity to meet in person with the reconsideration official to discuss the issues of whether it
met the goal or made adequate good faith efforts to do so. The Department will send the
consultant a written decision on reconsideration, explaining the basis for finding that the
consultant did or did not meet the goal or make adequate good faith efforts to do so. The
Department’s reconsideration personnel consist of the Commissioner’s DBE Review Panel.
It is up to the Department to make a fair and reasonable judgement whether a consultant that did
not meet the goal made adequate good faith efforts. It is important for the Department to
consider the quality, quantity, and intensity of the different kinds of efforts that the consultant
has made. The efforts employed by the consultant should be those that one could reasonably
expect a consultant to take if the consultant were actively and aggressively trying to obtain DBE
participation sufficient to meet the DBE contract goal. Mere pro forma efforts are not good faith
efforts to meet the DBE contract requirements. The Department’s determination concerning the
sufficiency of the firm’s good faith efforts is a judgement call: meeting quantitative formulas is
not required.
If DBE is prime, they will be allowed to count toward goals the work they commit to performing
with their own forces, as well as the work that they commit to be performed by DBE
subcontractors. DBE consultants on prime contracts will be expected to make the same outreach
efforts as other consultants.
When a DBE participates in a contract, the Department will count only the value of the work
actually performed by the DBE toward DBE goals. When a DBE subcontracts part of the work
of its contract to another firm, the value of the subcontracted work may be counted toward DBE
goals only if the DBE’s subcontractor is itself a DBE. Work that a DBE subcontracts to a non-
DBE firm does not count toward DBE goals. Count expenditures to a DBE contractor toward
DBE goals only if the DBE is performing a commercially useful function on that contract. If a
DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its
TOV-2022-003-PZ WA5thTWL Page 50
contract with its own work force, or the DBE subcontracts a greater portion of the work of a
contract than would be expected on the basis of normal industry practice for the type of work
involved, you must presume that it is not performing a commercially useful function. If a DBE
firm loses certification, its work no longer counts toward the DBE goal.
All consultants will be required to submit the following information to the Department with the
EOI:
• The names and addresses of DBE firms that will participate in the contract;
• A description of the work that each DBE will perform;
• The percentage amount of the participation of each DBE firm participating;
• Written documentation of the prime consultant’s commitment to use a DBE subcontractor
whose participation it submits to meet a contract goal;
• Written confirmation from the DBE that it is participating in the contract as provided in the
prime contractor’s commitment; and
• If the contract goal is not met, evidence of good faith efforts.
The Department has prepared a list based on Federal Regulations of some of the kinds of efforts
that consultants may make in obtaining DBE participation. It is not intended to be a mandatory
checklist. The Department does not require that a consultant do any one, or particular
combination, of the things on the list, nor is the list intended to be exclusive or exhaustive; it
merely offers examples. Other factors or types of efforts may be relevant in appropriate cases.
In determining whether a consultant has made good faith efforts, it will usually be important for
the Department to look not only at the different kinds of efforts that the Consultant has made, but
also of the timeliness, quantity, and intensity of these efforts.
The Department offers the following examples of efforts that may be considered:
A. Soliciting through all reasonable and available means (e.g., attendance at project showings,
advertising and/or written notices) the interest of all certified DBEs who have the capability to
perform the work of the contract. The consultant must solicit this interest within sufficient time
to allow the DBEs to participate effectively. The consultant must determine with certainty if the
DBEs are interested by taking appropriate steps to follow up initial solicitations.
B. Selecting portions of the work to be performed by DBEs in order to increase the likelihood
that the DBE goals will be achieved. This includes, where appropriate, breaking out contract
work items into economically feasible units to facilitate DBE participation, even when the prime
consultant might otherwise prefer to perform these work items with its own forces.
C. Providing interested DBEs with adequate information about the plans, specifications, and
requirements of the contract.
D. (1) Negotiating in good faith with interested DBEs. It is the consultant’s responsibility to
make a portion of the work available to DBE subcontractors and suppliers and to select those
portions of the work or material needs consistent with the available DBE subcontractors and
TOV-2022-003-PZ WA5thTWL Page 51
suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names,
addresses, and telephone numbers of DBEs that were considered; a description of the
information provided regarding the plans and specifications for the work selected for
subcontracting; and evidence as to why additional agreements could not be reached for DBEs to
perform the work.
D. (2) A consultant using good business judgment would consider a number of factors in
negotiating with subcontractors, including DBE subcontractors, and would take a firm’s costs,
qualifications and capabilities as well as contract goals into consideration. However, the fact that
there may be some additional costs involved in finding and using DBEs is not in itself sufficient
reason for a consultant’s failure to meet the contract DBE goal, as long as such costs are
reasonable. Also, the ability or desire of a prime consultant to perform the work of a contract
with its own organization does not relieve the consultant of the responsibility to make good faith
efforts. Prime consultants are not, however, required to accept higher quotes from DBEs if the
price difference is excessive or unreasonable.
E. Not rejecting DBEs as being unqualified without sound reasons based on a thorough
investigation of their capabilities. The contractor’s standing within its industry, membership in
specific groups, organizations, or associations and political or social affiliations {for example
union vs. non-union employee status) are not legitimate causes for the rejection or non-
solicitation of bids in the contractor’s efforts to meet the project goal.
F. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as
required by the recipient or contractor.
G. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies,
materials, or related assistance or services.
H. Effectively using the services of available minority community organizations; minority
contractors’ groups; local, state, and Federal minority business assistance offices; and other
organizations as allowed on a case-by-case basis to provide assistance in the recruitment and
placement of DBEs.
TOV-2022-003-PZ WA5thTWL Page 52
EXHIBIT 10
Appendix 17 E – U.S. DOT 1050.2A Appendices
APPENDIX A
Contractor/Consultant/Supplier Agreement: U.S. DOT 1050.2A
During the performance of this contract, the contractor, for itself, its assignees, and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply
with the Acts and the Regulations relative to Nondiscrimination in Federally-assisted
programs of the U.S. Department of Transportation, the Federal Highway Administration, as
they may be amended from time to time, which are herein Incorporated by reference and
made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the
contract, will not discriminate on the grounds of race, color, or national origin in the selection
and retention of Sub-contractors, including procurements of materials and leases of
equipment. The contractor will not participate directly or indirectly in the discrimination
prohibited by the Acts and the Regulations, including employment practices when the
contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all
solicitations, either by competitive bidding, or negotiation made by the contractor for work
to be performed under a subcontract, including procurements of materials, or leases of
equipment, each potential Sub-contractor or supplier will be notified by the contractor of the
contractor's obligations under this contract and the Acts and the Regulations relative to
Nondiscrimination on the grounds of race, color, or national origin.
4. Information and Reports: The contractor will provide all information and reports required by
the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its
books, records, accounts, other sources of information, and its facilities as may be
determined by the Recipient or the Federal Highway Administration to be pertinent to
ascertain compliance with such Acts, Regulations, and instructions. Where any information
required of a contractor is in the exclusive possession of another who fails or refuses to
furnish the information, the contractor will so certify to the Recipient or the Federal Highway
Administration, as appropriate, and will set forth what efforts it has made to obtain the
information.
5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non-
discrimination provisions of this contract, the Recipient will impose such contract sanctions
as it or the Federal Highway Administration may determine to be appropriate, including, but
not limited to:
TOV-2022-003-PZ WA5thTWL Page 53
a. withholding payments to the contractor under the contract until the contractor
complies; and/or
b. cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one
through six in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Acts, the Regulations and directives issued pursuant
thereto. The contractor will take action with respect to any subcontract or procurement as the
Recipient or the Federal Highway Administration may direct as a means of enforcing such
provisions including sanctions for noncompliance. Provided, that if the contractor becomes
involved in, or is threatened with litigation by a Sub- contractor, or supplier because of such
direction, the contractor may request the Recipient to enter into any litigation to protect the
interests of the Recipient. In addition, the contractor may request the United States to enter
into the litigation to protect the interests of the United States.
TOV-2022-003-PZ WA5thTWL Page 54
EXHIBIT 11
APPENDIX E
Contractor/Consultant/Supplier Agreements: U.S. DOT 1050.2A
During the performance of this contract, the contractor, for itself, its assignees, and
successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the
following non- discrimination statutes and authorities; including but not limited to:
Pertinent Nondiscrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part
21;
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of
1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose
property has been acquired because of Federal or Federal-aid programs and projects);
• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on
the basis of sex);
• Section 504 of the Rehabilitation Act of 1975, (29 U.S.C. § 794 et seq.), as amended,
(prohibits discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as
amended, (prohibited discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act
of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of
the terms “programs or activities” to include all of the programs or activities of the
Federal-aid recipients, sub-recipients and contractors, whether such programs or activities
are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on
the basis of disability in the operation of public entities, public and private transportation
systems, places of public accommodation, and certain testing entities (42 U.S.C. § 12131
– 12189) as implemented by Department of Transportation regulations at 49 CFR Part 37
and 38;
• The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations, which ensures non- discrimination against
minority populations by discouraging programs, policies, and activities with
disproportionately high and adverse human health or environmental effects on minority
and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English
TOV-2022-003-PZ WA5thTWL Page 55
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of Limited English Proficiency (LEP). To ensure compliance with
Title VI, you must take reasonable steps to ensure that LEP persons have meaningful
access to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Exhibit B
Whitman, Requardt & Associates (WRA), LLP
Construction Engineering, Management, and Inspections Services Proposal
for RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian Accommodations Project –
5th Street to Town’s West Limit: UPC 111649
November 18, 2021
Walnut Avenue Bicycle and
Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI
RFP #TOV-2022-003-PZ WA5thTWL
November 18, 2021
SUBCONSULTANTS:
Quinn Consulting Services, Inc. (DBE/SWaM)
Froehling & Robertson, Inc. (SWaM)
TOV-2022-003-PZ WA5thTWL Page 1
Anita J. McMillan
Planning and Zoning Director
311 S. Pollard Street, Suite 105
Vinton, VA 24179
Telephone: 540-983-0605
Fax: 540-983-0621
Email: amcmillan@vintonva.gov
ISSUE DATE:
October 22, 2021 NUMBER: TOV-2022-003-PZ
Construction Engineering and
DEPARTMENT:
Planning and Zoning
DATE/TIME OF CLOSING:
November 18, 2021 at 3:00 p.m. local
CONTRACT/PROJECT MANAGER:
Anita J. McMillan
Proposals - In accordance with the following and in compliance with all terms and conditions, unless otherwise noted, the
undersigned offers and agrees, if the proposal is accepted, to furnish items or services for which prices are quoted, delivered or
furnished to designated points within the time specified. It is understood and agreed that with respect to all terms and conditions
accepted by the Town of Vinton the items or services offered and accompanying attachments shall constitute a contract.
NAME AND ADDRESS OF FIRM:
E-mail:
Telephone/Fax No.:
___________________________________ Federal Employer Identification #:
State Corporation Commission #:
By signing this proposal, Vendor(s) certifies, acknowledges, understands, and agrees to be bound by
the conditions set forth in this RFP.
CHECK ONE: INDIVIDUAL PARTNERSHIP CORPORATION LLC
Vendor’s Legally Authorized Signature Date
Print Name Title
Sealed proposals, subject to terms and conditions of this Request for Proposal will be received by the Town of Vinton Planning
and Zoning Department at 311S. Pollard St., Suite 105, Vinton, Virginia 24179 until the date/time specified above for furnishing
items or services delivered or furnished to specified destinations within the time specified or stipulated by the vendor(s).
The Town does not discriminate against small and minority businesses or faith-based organizations.
*This document must be completed and returned with proposal.
Whitman, Requardt & Associates, LLP
1705 Enterprise Drive
Suite 100
Lynchburg, VA 24502
bhenschel@wrallp.com
434.237.9280/434.237.9283
K000382-4
Brian Henschel, PE, CCM, PMP Senior Vice President
November 18, 2021
X
52-0541536
v lNrON
V I R G I N I A
□ □
November 18, 2021
Ms. Anita J. McMillan
Planning and Zoning Director
Planning and Zoning Department
Town of Vinton, VA
311 S. Pollard St., Suite 105
Vinton, VA 24179
Re: Request for Proposals No.: TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian Accommodations Project from 5th St. to TWL
Construction Engineering and Inspection Services
Dear Ms. McMillan:
Whitman, Requardt & Associates, LLP (WRA) is pleased to respond to this Request for Proposals, along with
Addendum #1 and Addendum #2 with one (1) electronic copy of our proposal to provide Construction Engineering and
Inspection Services for the Town of Vinton on the Walnut Avenue Bicycle and Pedestrian Accommodations Project
from 5th Street to Town’s West Limits. WRA is a regional full-service, multi-discipline construction management and
professional engineering firm of over 750 personnel. For over 100 years, WRA has been providing construction
engineering and inspection, project management, and professional engineering services for the planning, design,
construction and close-out of transportation projects in Virginia, Maryland and the Mid-Atlantic with the quality that is
ranked #107 of the Top 500 Engineering Firms by the Engineering News-Record.
The firm's substantial full-service resources and wide range of experience with construction engineering and inspection
on locally and VDOT administered throughout Virginia, and specifically Tier 1 projects located in the VDOT Salem
District are crucial in providing qualified in-house staff to perform the required services to meet the needs of the Town
in an expedient and efficient manner - as we are currently performing for numerous similar local, state, and federal
agencies on projects in Virginia and throughout the Mid-Atlantic region.
The enclosed submittal contains our qualifications defining our Team’s construction engineering and inspection (CEI)
experience, past accomplishments and personnel who will be assigned to this project, as well as our understanding of
services that will be required on this contract. Our proposal will demonstrate that the WRA Team can provide the
following for the Town of Vinton:
• Extensive Experience on Tier 1 Federally Funded and Locally Administered Projects of the same size and
scope of the Walnut Avenue project: In 2021, WRA has provided CEI services for over thirty (30) separate
Virginia localities, including 12 project specific Tier 1 LAP projects (and numerous others under on-call contracts).
WRA has provided these services for multiple federal, state, and locally funded LAP projects, and thoroughly
understands the LAP Manual requirements for projects with federal Surface Transportation Block Grant (STBG)
funding. WRA will perform the inspection and testing, and produce the documentation required to obtain full
funding reimbursement from VDOT and FHWA with the maximum efficiency of effort expended.
• Highly Experienced Management Team and Staff: Principal-in-Charge Brian Henschel, PE, CCM, PMP has
over 26 years of experience managing CEI services, from project development through the construction phase and
through full project close-out. He oversees WRA’s local government contracts in the Town of Vinton area, and has
managed the completion of over 100 LAP projects for WRA. He is joined by Responsible Charge Engineer Chad
McMurray, PE, CCM, PMP, DBIA, who has performed identical Responsible Charge and LAP Coordination roles
in nearby Roanoke County, and Construction Manager Chris Lee, CCM, who brings over 26 years of managing
construction projects for VDOT and local governments, throughout the VDOT Salem District. Proposed Project
Inspector Graeme Davis has successfully completed multiple locally and VDOT administered projects as the lead
inspector and is highly experienced with the scope of work included in the Walnut Avenue Project.
1705 Ente rprise Drive , Suite 100
Whitman, Requardt & Associates, LLP
Engineers · Architects · Environmenta l Planners Est. 1915
Lynchburg , VA 24502
www.wra l lp .com · Phone : 434 .237 .9280 · Fax : 434 .237 .9283
Ms. Anita J. McMillan, Planning and Zoning Director Page 2
Town of Vinton RFP No. TOV-2022-003-PZ WA5thTWL November 18, 2021
• Local, Available Resources and Services: WRA will manage all tasks out of its Lynchburg Office, which is less
than an hour from the project. WRA’s construction engineering and inspection staff all live locally to the Vinton
area, and work out of WRA’s Lynchburg Office, including 16 CEI staff members living within easy commuting
distance of the Town. This staff understands the issues and challenges of performing on a project specific contract
for the Town of Vinton, as they routinely travel through the Town in their personal and professional lives. They
have experience working with Vinton business owners, contractors, utility companies and other stakeholders, and
they are vested in seeing that the projects they are assigned to are a success for their community. In addition,
WRA is also a full-service design firm, and offers all engineering support and coordination disciplines that may be
required by this contract out of the nearby Blacksburg Office.
• Finely Tuned Approach and Methodology for Performing CEI Services: With the completion of over 150
projects administered through VDOT’s Locally Administered Project (LAP) Program, WRA has developed a fully
refined process to efficiently and effectively lead projects through the construction and close-out process, ensuring
that the Owner pays exactly what is due and has all the required documentation to ensure full funding
reimbursement for the Town in the event of an audit. This process has been used to successfully perform CEI
services on many projects that are very similar in size and scope to the Walnut Avenue Project.
• Commitment to DBE Participation: WRA is teaming with DBE sub-consultant Quinn Consulting Services, Inc.
(QCS), a regular teaming partner with WRA; WRA has assigned QCS a meaningful role on the project with the
Construction Manager position, ensuring that the 12% DBE Goal will be met and exceeded.
• Client Services and Value Received: WRA prides itself on client service. Our clients are primarily local agencies
requesting services for the design, construction management, and close-out of municipal facilities. Our
comprehensive and local management, engineering support and value-added services have led to one of the
lowest overhead rates in the region, achieved through internal efficiencies, high productivity, and on-time
completion of tasks – all resulting in the maximum value to the Town for each hour WRA is engaged.
Approximately 90% of our business is from repeat clients, demonstrating our commitment to and success in
providing client services. We are attentive to your goals, working daily to meet your cost, time and quality
requirements.
We believe these characteristics will set the WRA Team apart and are demonstrated in this Proposal. We look forward
to the opportunity to work with you on this important project.
Very truly yours,
Whitman, Requardt & Associates, LLP
Brian A. Henschel, PE, CCM, PMP
Senior Vice President – Construction Management Services
Addendum Acknowledgment Sheet for Addendums 1 & 2
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
Whitman, Requardt & Associates, LLP (WRA) has received and read through both Addendums
thoroughly. We acknowledge Addendum #1 issued on November 5, 2021 was issued to provide
additional information and/or to answer questions. Additionally, we acknowledge Addendum #2
issued on November 10, 2021 was issued to provide additional information and/or to answer a
second set of questions. WRA also understands that both sets of questions and answers are
considered as part of the Request for Proposal and have adjusted our submittal to reflect the
changes.
TOV-2022-003-PZ WA5thTWL
EXHIBIT 2
REFERENCE FORM
REQUEST FOR PROPOSALS TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
Construction Engineering and Inspection Services
Name of Entity__________________________________________________________
Contact ______________________________ Title __________________________
Telephone ____________________ Length of Business Relationship _____________
Name of Entity__________________________________________________________
Contact _______________________________ Title __________________________
Telephone ____________________ Length of Business Relationship _____________
Name of Entity__________________________________________________________
Contact _______________________________ Title __________________________
Telephone ___________________ Length of Business Relationship ______________
Name of Entity _________________________________________________________
Contact _______________________________ Title __________________________
Telephone __________________ Length of Business Relationship ____________
Name of Entity _________________________________________________________
Contact _______________________________ Title __________________________
Telephone ____________________ Length of Business Relationship _____________
Page 16
Whitman, Requardt & Associates, LLP
Table of ContentsWalnut Avenue Bicycle and Pedestrian Accommodations Project5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-PZ WA5thTWL
Signed Cover Page
Cover Letter
Addendum Acknowledgment Sheet for Addendums 1 & 2
Exhibit 2: Reference Form
TAB 1 ......................................................................................................UNDERSTANDING OF SCOPE OF WORK
TAB 2 .....................................................................................................................RESPONSE TO RFP ITEMS 2-17
Responses to RFP Items 2-17
RFP Item 9: Current Workload
RFP Item 11: Ability and Availability to Meet the Schedule
RFP Item 12: Qualifications
RFP Item 13: Project Approach
RFP Item 14: Additional Pages
TAB 3 ....................................................................................................................................................SF 330 PART I
TAB 4 ...................................................................................................................................................SF 330 PART II
TAB 5 ..................................................................................................SCC CERTIFICATES AND DPOR LICENSES
TAB 6 ............................................................................................................................................FIRM DATA SHEET
TAB 7 ...................................................................................CERTIFICATION REGARDING DEBARMENT FORMS
TAB 8 ....................................................................................DBE COMMITMENT AND CONFIRMATION LETTERS
TAB 1:
Understanding of Scope
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
Understanding of Scope of Work
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
RESPONSE:
Whitman, Requardt & Associates, LLP (WRA) has been providing On-Call Construction, Engineering, and
Inspection (CEI) Services for clients just like the Town of Vinton on project specific contracts for federally funded Tier
1 projects very similar to the Walnut Avenue Project since the company’s inception in 1915. With over 80 years of
providing these services for Virginia localities, WRA’s Lynchburg Office offers an established and stable office local
to the Town of Vinton with professionals specializing in the exact CEI services outlined in the RFP. WRA’s extensive
experience with the requirements under the Local Administered Projects (LAP) Manual has resulted in delivering
quality constructed projects and LAP funding reimbursement for our clients.
Given this extensive experience, WRA understands the specific scope of this federally funded LAP project to include
the following tasks and responsibilities:
Contract Development Phase
The first and critical step on this project will be to develop an acceptable fee proposal that both fits in the Town’s
budget and meets all Town and VDOT requirements for approval. WRA has extensive experience preparing fee
proposals that meet local government and VDOT Pre-Award Audit standards, achieving acceptable fee proposals
with few or no corrections required. WRA has developed these acceptable fee proposals, with required back-up
documentation for 20 individual local clients, with over 30 in the last five years. This process will begin with meeting
with the Town to understand the scope items desired for the fee proposal and obtaining updated budget and duration
information with which to prepare the proposal. WRA will complete the Pre-Award Fee Proposal within one week and
provide all back-up documentation to the Town for internal review and submission to VDOT. Quick preparation of the
proposal with minimal corrections is critical, as multiple submissions to VDOT can require months of time that
jeopardizes readiness to perform services. Once the contract is approved, we anticipate that our CEI services will
include the following:
Pre-Construction Phase Services
• Plan and facilitate the Pre-Construction Conference with the Town, Engineer of Record, Contractor, and other
stakeholders.
• Review the Preliminary Project Schedule and provide recommendation for acceptance or rejection in accordance
with project specifications within 15 days of the Pre-Construction Conference.
• Prepare a project-specific Quality Assurance Plan (QAP) to identify inspection/testing frequencies; for VDOT LAP
projects, conform to the LAP Manual, and coordinate with the Town and VDOT to receive full approval.
• Development of a Construction Management Plan (CMP), which will be used to manage the the project,
including inspection, testing, and all related CEI services. WRA’s CMP approach is described in EOI Response
#13.
• Perform other procurement phase support as requested, including constructability and contract document review,
participating in the pre-bid meeting, and supporting the Town during Award, including reviewing the bids,
performing independent cost estimates, and providing recommendation for Award.
CONSTRUCTION PHASE SERVICES
Administration
• Provide support to the Town, the Engineer of Record, and engineering support staff for construction
administration as needed.
• Review of all Change Order requests and develop independent cost estimates. Coordinate as necessary with
the Town and VDOT to obtain approval. Review and respond to Notices of Intent to File Claim (NOI).
• Prepare Progress Reports for the Town, and, as reasonably requested, VDOT.
• Communicate with the Town’s Project Manager of all project interactions, particularly interactions with the public.
Notify the PM of all issues and major events on the project.
REQUEST: EXPRESSION OF INTEREST: RFP Item 1. The Expression of Interest shall be organized in the following order
include]: Understanding of Scope of Work.
Understanding of Scope of Work
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
Responsible Charge Engineering
Perform Responsible Charge Engineering duties if requested on behalf of the Town. The Responsible Charge
Engineer (RCE) leads and guides the entire CEI staff in administering and managing the project and is responsible
for ensuring compliance with quality standards built in a cost effective and timely manner. Specific duties of the RCE
may include: on-call responsibility to address construction issues and conflicts in the field that arise throughout
construction, analyzing appropriate alternatives for resolution resulting in the maximum quality and minimum cost
and time impacts to the project, preparing/coordinating all back-up information to satisfy the requirements of the
Town, VDOT and/or FHWA; make Responsible Charge engineering decisions on the project to limit impacts (cost,
time, or other metric); evaluate, interpret, and render decisions on specification language when questions or differing
interpretations arise; communicate these decisions to the Contractor.
Inspection of Work Elements
• Provide Industry/VDOT-certified inspectors with experience in all areas of work covered by the individual project,
including Work Zone safety, erosion and sediment control, OSHA safety, and the specific work elements as the
scope may dictate.
• Work Zone Safety inspections will include daily reviews of the contractor’s work zone and lane closures,
identifying and monitoring correction of all deficiencies. Work Zone Safety is to be considered a paramount
concern, and the inspector has the authority to shut down construction activities in the event of imminent danger
to anyone in the work zone.
• Provide a Locally Administered Program Coordinator to coordinate between the Town’s PM and VDOT where
applicable, overseeing project-level compliance with requirements of the LAP Manual, and providing (or
recommending) correspondence or notification to VDOT at critical points in the project.
• Facilitate and respond to VDOT’s reviews. Coordinate with Town staff regarding the items noted and oversee
correction of deficiencies.
• Ensure compliance of all work with the plans and specifications.
• Reject Non-conforming work and require rework and/or a reduction or adjustment in price.
• Coordinate with appropriate parties for any Special Inspections as required.
• Communicate as appropriate with commercial and private property owners to ensure access to their properties
and minimal disruption to daily routines. Maintain communication on impacts and schedule throughout the project.
• Lead and facilitate project progress and scheduling meetings. Record meeting minutes.
Sampling and Testing Materials & Materials Tracking
• Develop a Materials Testing Matrix, based on the QAP, to identify the frequency and type of QA and QC tests
required for each project feature. These testing frequencies are based on the VDOT Inspection Manual, the
VDOT LAP Manual, and the applicable Virginia Test Method (VTM), as may be applicable for each project.
• Review and approve Source of Materials (Form C-25) for sources acceptable to the Town. Review and approve
other submittals and materials documentation as received.
• Perform sampling and testing of materials in accordance with the Town standards, and the VDOT Materials
Manual of Instructions, and Chapter 13 of the LAP Manual as applicable. WRA will self-perform concrete field
tests, sub-grade compaction, and stone density. Perform at frequencies as identified in LAP Manual Appendix
13.2-G for a federally funded project.
• Contract with an AASHTO Accredited Lab to perform materials testing as appropriate, to include; laboratory soils
properties test, concrete cylinder breaks, concrete permeability tests, reinforcing steel properties, testing asphalt
cores for density. WRA intends to utilize Froehling & Robertson, Inc. (F&R) for this role.
• Produce test reports to be included as part of the permanent file.
• Coordinate with the Town and VDOT as desired to allow for Independent Assurance/Independent Verification
testing, giving VDOT an opportunity to perform comparison testing if desired.
• Reject or recommend appropriate penalty or reduction in payment for materials that do not meet required
properties and/or characteristics.
Understanding of Scope of Work
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
• Ensure compliance with the Domestic Material specification (Buy America) on all steel products for federal
projects.
• Maintain a Materials Notebook to track all materials used on the project, with all necessary information needed
to certify each material. Utilize VDOT Approved Lists, the VDOT QA/QC Program, Manufacturer’s Certifications,
and, where required, review and assign Locality Tracking (LT) numbers to confirm certification on LAP Projects.
Project Documentation
• Provide all documentation identified in Appendix 13.1-D of the LAP Manual, starting with a Daily Diary of all work
performed on the project. Thoroughly photograph work on the project and include these photos in the daily diary.
Diaries will thoroughly document all activities on the project, and particularly all issues on the project. WRA will
develop a Document Management System to maintain thorough sets of both electronic and hard copy files.
• Develop and maintain a Documentation Management System, including the review status of all submittals.
• Create a project team site using WRA’s hosted project intranet site if desired, which would allow 24-hour access
to all project documentation for all project team members.
• Review and recommend approval or modification of the monthly pay estimate. Ensure that materials used have
proper certification to allow payment, that Civil Rights documentation is up to date, and that environmental
commitments are met. Issue a certification each month with the submission of the Pay Application for the Town
to submit to VDOT for funding reimbursement.
• Write letters or other correspondence for the Town as requested.
• Provide updates to the Town on project progress, cost estimates and Civil Rights compliance, including attending
internal progress meetings and/or preparing biweekly correspondence to update Town staff on progress.
• Perform independent cost analyses of all Change Orders using statewide cost data, producing documentation
suitable for VDOT/FHWA Audit. Provide recommendations for acceptance or rejection of Contractor cost
proposals.
• In case of disputes, collect data to protect the Town’s interests and withstand federal/state audit in case of a
Claim.
Civil Rights and DBE Compliance:
• Evaluate Civil Rights requirements on the project, including if a DBE goal exists.
• Review Prevailing Wage Rates and perform Davis Bacon Interviews quarterly.
• Receive and confirm Contractor Certified Payrolls meet Davis Bacon prevailing wages.
• Review VDOT-required civil rights forms, such as the C-28 and C-57 if applicable.
• Check that EEO Bulletin Board is set up on the project and meets requirements.
• Confirm that prime’s sub-contracts over $10,000 include EEO requirements, including FHWA-1273.
• Follow all other requirements noted in LAP Manual Appendix 17C, when applicable for VDOT LAP projects.
Environmental Compliance
• Perform environmental compliance inspections as needed, including Erosion and Sediment Control inspections
and Stormwater Management inspections.
• Coordinate with the Town’s E&SC and SWM inspectors to ensure permit compliance, perform inspections, and
support DEQ and USACE audits and field inspections.
Engineering Support
If desired, as a full-service engineering firm, WRA can provide any engineering support function desired by the Town,
including multi-disciplinary reviews such as utility, roadway, drainage, geotechnical, environmental, traffic, structures,
or other disciples. Potential assistance could include:
Understanding of Scope of Work
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
• Generally, provide availability and access to multi-disciplinary junior and senior level engineers to provide
engineering support on technical questions and issues throughout the project, as well as respond to RFI’s, review
shop drawings, and review other submittals as requested. Examples of engineering support provided in the past
has included roadway, traffic, ITS/lighting, structural, geotechnical, utility coordination, and environmental.
• Review Contractor’s Baseline Schedule submission and all schedule updates and revisions. Review Schedule
Impact Analysis (SIA) submissions. Perform schedule maintenance and response required by the Contract
Special Provision. Provide regular budget and schedule monitoring and reporting.
PROJECT CLOSE-OUT PHASE SERVICES
• Create a Final Completion Punch list and participate in the Final Inspection of the project.
• Perform substantial completion and final completion inspections in accordance with the contract requirements.
• Coordinate with the Town and VDOT Civil Rights to ensure all close-out documentation is acquired.
• Draft the Project Acceptance form for the Town, as well as all other close-out process documentation.
• Prepare any appropriate As-built information and drawings for the Town.
• Complete the Materials Certification for the Town, certifying for future federal or state audits that all materials
used on the project have been placed and tested in accordance with the contract specifications.
• Perform an independent audit review the final project records to confirm accuracy of payments throughout the
course of the project. Recommend final payment to the Town for Final Invoicing.
• Provide all final electronic and hard copy documentation to the Town within 30 days after the inspector
recommends approval for the contractor’s request for final payment. Remain engaged in the project until full
project close-out, or as instructed by the Town.
As noted, a key component of the Walnut Avenue project is the federal funding. The successful firm must understand
the implications on the level of services required for all funding sources. A federally funded LAP project contains
significant additional documentation, inspection, and testing requirements. Specifically, federal funding affects:
• Inspection Staffing and Coverage Requirements: The certification of the staff and testing frequencies.
• Documentation Requirements: Components of the daily diary, back-up documentation requirements for
Change Orders and time extensions, use of some VDOT forms, and several other items. Federally funded
projects may be subject to a FHWA Compliance Assessment Program (CAP) audit, as well as more frequent
VDOT audits to assure LAP compliance; therefore, project records must be kept in an ‘Audit-Ready’ condition
throughout the project.
• Materials Certification Requirements: Federal requirements include acceptance methods, source of material
restrictions (most notably the Buy America specification requirements), plant/fabricator inspections, Independent
Assurance sampling, materials certification processes, and pay application certification language.
• Civil Rights Requirements: Federally funded projects require Davis Bacon Wage Rate interviews, submission
of certified payrolls, tracking of DBE involvement, and other Civil Rights and EEO paperwork submission
requirements.
• Other LAP Manual and VDOT Requirements: The LAP Manual identifies other miscellaneous requirements
on Federally funded projects, such as a Preconstruction Conference, duties of the Owner (LPA), Project Controls
tasks such as constructability and scheduling, additional environmental compliance that also affects right-of-way
such as NEPA evaluations, and involvement during project close-out, including VDOT and FHWA audits.
Given this specific demonstrated understanding of the requirements and procedures for performing these services,
WRA is poised to assist the Town of Vinton with CEI Services on the Walnut Avenue Project.
TAB 2:
Response to RFP
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
Whitman, Requardt & Associates, LLP
Response to RFP Items 2-17Walnut Avenue Bicycle and Pedestrian Accommodations Project5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-PZ WA5thTWL
Response:
Current SF 330 Part II forms for Whitman, Requardt & Associates, LLP and our subconsultants are provided in Tab 4
of this submittal. A combined SF 330 Part I for the WRA Team is provided in Tab 3 of this submittal.
Item 3: As referenced in SF 330 Part I, Section D (Organizational Chart of Proposed Team), a one- page organizational
chart showing all firms involved and key personnel assignments and responsibilities is required to be included.
Response:
A detailed Team Organizational Chart showing all firms, key personnel assignments and responsibilities is provided
in Tab 3: Combined SF 330 Part I, Section D of this submittal.
Item 4: Indicate KEY PERSONNEL ONLY resumes in SF 330 Part I, Section E (Resumes of Key Personnel Proposed
for This Contract). Key personnel are defined as those to whom the contract will be assigned and who will be performing
the actual management of the work and be responsible for inspection, administrative and design services. Each resume
shall be limited to one page per person with a font no less than 10 point. Furthermore, all individuals identified as Key
Personnel in the EOI shall remain on the Consultant’s Team for the duration of the procurement process and, if the
consultant is awarded a contract, the duration of the contract. If extraordinary circumstances require a proposed change,
it must be submitted in writing to the Town of Vinton’s Project Manager for approval, who, at his/her sole discretion,
will determine whether to authorize a change. Unauthorized changes to the Consultant’s Team at any time during the
procurement process may result in elimination of the Consultant’s Team from further consideration.
Response:
Key Personnel resumes indicating project assignment and experience record are provided in Tab 3: Combined SF 330
Part I, Section E. WRA commits all key personnel assigned to the project through the entire duration of the project.
Item 5: In SF 330 Part I, Section F (Example Projects Which Best Illustrate Proposed Team’s Qualifications for This
Contract), limit example projects to no more than ten (10).
Response:
Section F of the Combined SF 330 Part I is provided in Tab 3 of this submittal. Section F does not exceed 10 projects.
Item 6: In SF 330 Part I, Section G (Key Personnel Participation in Example Projects), limit example projects to no
more than ten (10). The example projects listed in Section G (#29) should match the example project list provided in
Section F.
Response:
Section G of the Combined SF 330 Part I is provided in Tab 3 of this submittal. The projects listed in Section G (#29)
match the project sheets provided in Section F of SF 330 Part I in Tab 3.
Item 2: Furnish current SF 330 Part II for each firm involved, and one (1) combined SF 330 Part I for the project team.
Please follow the instructions included on the form, unless indicated otherwise within this RFP.
Whitman, Requardt & Associates, LLP
Response to RFP Items 2-17Walnut Avenue Bicycle and Pedestrian Accommodations Project5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-PZ WA5thTWL
Item 7: In SF 330 Part I, Section H (Additional Information), the consultant should detail the plan to assure the Town
of Vinton that the staff submitted for evaluation will be available for the services requested by the RFP. Section H of
SF 330 Part I is limited to a maximum of ten (10) pages with a font no less than 10 point. This section should describe
the organization of the proposed project staff indicating the role of each by individual. If subconsultants are proposed,
the role of each subconsultant should be discussed. It should also include statements that are responsive to the
attached Consultant Short List Score Sheet that will be used to evaluate your submission. List any computer and
CADD equipment and any specialized computer software packages that you will use on this Town of Vinton project.
Response:
Section H of the Combined SF 330 Part is provided in Tab 3 of this submittal. This section describes our organization,
subconsultants and responds to the Consultant Short List Score Sheet and does not exceed 10 pages.
Item 8: It is the policy of the Virginia Department of Transportation that Disadvantaged Business Enterprises (DBE)
as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of federally funded
consultant contracts. Consultants are encouraged to take all necessary and reasonable steps to ensure that DBE and
SWaM firms have the maximum opportunity to compete for and perform services on the contract, including participation
in any subsequent supplemental contracts. The DBE contract goal for this procurement is 12%.
Response:
WRA strives to include DBE businesses to meet project requirements when possible and will continue to recruit these
businesses for future work. We have included Quinn Consulting Services, Inc. (QCS) to provide Construction
Engineering Inspection Services for 15% of the project. QCS is a certified DBE and SWaM Woman-owned firm. To
further demonstrate our commitment to QCS we have provided our Commitment letter and QCS’s Confirmation letter in
Tab 8 of this submittal. We have also included Froehling & Roberston, Inc. (F&R), a certified SWaM Minority-owned
firm and will provide Materials Testing Laboratory services on the project.
Item 9: In 2 page(s) or less, indicate all transportation projects, the division managing the projects, the amount of
outstanding fee remaining, and the estimated date of completion. Per Addendum #2: The Town is interested in the
prime consultant’s current workload and the CEI projects. The information provided should demonstrate the availability
of your staff to work on this project in addition to your current workload and commitments. Yes, it should be specific to
the prime consultant and VDOT projects that are applicable to this project.
Response:
We have provided a CEI services Current Workload for the proposed staff on this project located in Tab 2 of the submittal.
Whitman, Requardt & Associates, LLP
Response to RFP Items 2-17Walnut Avenue Bicycle and Pedestrian Accommodations Project5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-PZ WA5thTWL
Item 10: Give names and detailed addresses of all affiliated and/or subsidiary companies. Indicate which companies
are subsidiaries. If a situation arises in responding to this questionnaire where you are unsure whether another firm
is or is not an affiliate, doubt should be resolved in favor of affiliation and the firm should be listed accordingly.
Response:
WRA and our subconsultants are not affiliated with any other company and have no subsidiary companies.
Item 11: In 1 page, provide information that will indicate your firm’s current workload and your firm’s ability to meet
the time schedule for this project.
Response:
Whitman, Requardt & Associates, LLP has a proven record of completing projects on with the construction Contract
budget and schedule, and within the CEI services budget and schedule. Evidence of this ability is provided in Tab 2
of the submittal.
Item 12: In 2 pages or less, please emphasize your qualifications in the following areas:
• Successful results from your firm’s most recent FAR Audit
• Experience with VDOT administered Tier 1 projects including compliance with project schedule and project budget.
Response:
The Project Team Qualifications narrative is provided in Tab 2 of the submittal.
Item 13: A project approach discussion is required for this project and shall be limited to a maximum of 1 page.
Response:
A project approach is provided in Tab 2 of the submittal.
Item 14: In addition to the page restrictions listed above, a maximum of 2 additional pages may be included in the
Expression of Interest. All pages are to be 8 1/2” X 11” and printed on one side with single-spaced type no smaller
than 12 pitch.
Response:
WRA has chosen to utilize the additional two pages, located in Tab 2, for this submittal to demonstrate our understanding
of the key challenges to delivering the Walnut Avenue Project, with our plan to address those challenges.
Whitman, Requardt & Associates, LLP
Response to RFP Items 2-17Walnut Avenue Bicycle and Pedestrian Accommodations Project5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-PZ WA5thTWL
Item 15: Please indicate, by executing and returning the attached Certification Regarding Debarment forms, if your
firm, subconsultant, subcontractor, or any person associated therewith in the capacity of owner, partner, director, officer
or any position involving the administration of Federal or State funds: Is currently under suspension, debarment,
voluntary exclusion or determination of ineligibility by any federal agency; has been suspended, debarred, voluntarily
excluded or determined ineligible by any federal agency within the past 3 years; or does have a proposed debarment
pending or has been indicted, convicted or had a civil judgement rendered against it or them by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
Response:
Since 1915, WRA has consistently maintained strict, high ethical standards and has achieved a long-standing reputation
in this regard with its clients and authorities in Virginia, Maryland and all other states where it has provided services.
No partner, officer or others involved in the administration of public funds are, or have been involved in actions as
described above. Further evidence of this is presented in our signed Primary and Lower-Tier Certification Regarding
Debarment forms provided in Tab 7 of this submittal.
Item 16: If the prime consultant or subconsultant does not have the in-house capability to provide non-professional
services, each with an estimated cost of $5,000 or greater, such as diving services, soil drilling, sampling services
or laboratory testing, these services must be subcontracted in accordance with State procurement procedures once
a contract is executed, with no DBE credit in the selection of the most qualified firm or team. Clearly indicate these
services in the EOI.
Response:
WRA plans to utilize non-professional services for laboratory testing for this contract to ensure our Team has access
to firms local to the project site. Local firms will be able to provide the most economical delivery of these field efforts.
Whitman, Requardt & Associates, LLP
Response to RFP Items 2-17Walnut Avenue Bicycle and Pedestrian Accommodations Project5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-PZ WA5thTWL
Item 17: Each business entity (prime and subconsultants) on the proposed team who is practicing or offering to practice
professional services in Virginia, including, but not limited to, those practicing or offering to practice engineering,
surveying, hydrologic and hydraulic analysis, geotechnical analysis and landscape architecture, should provide
evidence including full size copies of appropriate commercial professional registrations and licenses for all main and
branch offices proposed for this Project, as well as providing full size copies of appropriate individual registrations/
licenses for those professional occupations per the requirements listed below. The EOI should convey the requested
information for each regulant by the use of a concise table or matrix.
1. SCC registration detailing the name, registration number, type of corporation and status of business entity.
2. For this project/contract, the DPOR registration information for each office practicing or offering to practice any
professional services in Virginia: Provide the business name, address, registration type, registration number,
expiration date.
3. For this project/contract, the DPOR license information for each of your key personnel practicing or offering to
practice professional services in Virginia: Provide the name, the address, type, the registration number and the
expiration date. Provide the office location where each of the key personnel is offering to practice professional
services.
4. For this project/contract, the DPOR license information for those services not regulated by the Board of Architects,
Professional Engineers, Land Surveyors, Certified Interior Designers and Landscape Architects (i.e. real estate
appraisal): the business name, the address, the registration type, the registration number and the expiration date.
Response:
The Firm Registration Information and Key Personnel Registration Information Tables along with full-size copies of
SCC and DPOR supporting registration/licensing documentation for each firm (main and branch offices) and full-size
copies of DPOR registration/licensing documents for key personnel are provided in Tab 5 of this submittal.
RFP Item 9: Current Workload
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
RESPONSE:
Whitman, Requardt & Associates, LLP (WRA) is working for VDOT and localities across Virginia providing
Construction Engineering and Inspection (CEI) Services. WRA is staffed to manage and provide on-site inspection
on all of the on-call and project specific contracts that have current task orders assigned; specifically, the resources
assigned to the Walnut Avenue Bicycle and Pedestrian Accommodations Project are available for at least the time
required to perform the anticipated assigned services on the Town’s project.
As requested, below, please find WRA’s outstanding workload on transportation CEI projects for VDOT and local
governments in Virginia, with fee remaining on current approved (and anticipated) task orders, and anticipated
dates of completion of those projects and contracts. Where those projects and contracts include staff that we
propose to use on the Town’s project, we have identified their involvement.
* CMI = WRA’s Construction Management & Inspection Division
City of Bristol, VA Route 11 / Lee Highway Widening Ph. IB CMI $460,000 6/1/2023 Yes Chad McMurray - RCE
Roanoke County, VA Plantation Road Bike / Ped / Streetscape Ph. II CMI $138,000 2/1/2022 Yes Chad McMurray - RCE /
Graeme Davis - Insp.
City of Lynchburg, VA On-Call Contract / Adaptive Traffic Signal CMI $43,000 6/1/2022 Yes Chad McMurray - RCE
City of Lynchburg, VA Downtown Renewal Streetscape Project CMI $171,000 12/1/2022 Yes Brian Henschel - PM/QA
City of Danville, VA On-Call Contract / Various Task Orders CMI $99,000 12/31/2021 No
Fauquier County, VA On-Call Contract / Various Task Orders CMI $22,000 12/31/2021 No
Fauquier County, VA Town of Marshall Streetscape Project CMI $233,000 12/1/2022 No
Fauquier County, VA Salem Avenue Road Reconstruction Project CMI $20,000 12/31/2021 No
Town of Warrenton, VA Timber Fence Trail Extension Project CMI $10,000 12/1/2021 No
Loudoun County, VA Town of Round Hill Main Street Project CMI $505,000 5/15/2022 No
City of Richmond, VA Commerce Road Improvements Project CMI $1,499,000 12/31/2023 No
City of Alexandria, VA Kings Street Metrorail Project CMI $70,000 12/31/2021 No
City of Alexandria, VA Eisenhower Road Reconstruction Project CMI $197,000 8/19/2022 No
City of Alexandria, VA Citywide Fiber Optic Installation CMI $1,788,000 6/30/2025 No
City of Newport News, VA Atkinson Boulevard Extension Project CMI $20,000 12/31/2021 Yes Brian Henschel - PM/QA
Southampton County, VA Southampton Insurrection Trail Project CMI $5,000 12/1/2021 Yes Brian Henschel - PM/QA
City of Portsmouth, VA Churchland Bridge Replacement Project CMI $299,000 12/31/2022 No
Sub-Total:$5,579,000
VDOT Salem District Districtwide On-Call CEI Contract - Various Tasks CMI $281,000 3/1/2024 Yes Chad McMurray - RCE
VDOT Lynchburg District Districtwide On-Call CEI Contract - Various Tasks CMI $260,000 12/1/2021 Yes Donald Cass - Insp.
VDOT Culpeper District Districtwide On-Call CEI Contract - Various Tasks CMI $1,210,000 5/16/2022 Yes Brian Henschel - PM/CIC
VDOT Richmond District Districtwide On-Call CEI Contract - Various Tasks CMI $218,000 12/31/2022 No
VDOT Hampton Roads Dist.Districtwide On-Call CEI Contract - Various Tasks CMI $172,000 2/1/2024 No
VDOT - Statewide Statewide Final Estimates Contract CMI $59,000 12/31/2022 Yes Chad McMurray - RCE /
Brian Henschel / RCE
VDOT - Statewide Central Office Staff Augmentation Contract CMI $104,000 1/31/2024 No
VDOT Salem District I-81 NBL Bridge Replacement at Exit 105 CMI $512,000 2/1/2021 No
VDOT Bristol District I-81 Bridges over Route 11/ NS RR Design-Build CMI $172,000 5/1/2022 Yes Chad McMurray - PM/QA
Sub-Total:$2,988,000
Locality / VDOT Owner Project / Contract
WRA
Managing
Division
Outstanding
Fee
Remaining
Estimated
Date of
Completion
Walnut
Ave. Staff
Assigned?
WRA CEI Services Division Outstanding Workload
Locality CEI Contracts
VDOT CEI Contracts
Staff Member /
Position
REQUEST: EXPRESSION OF INTEREST: Item 9: In 2 page(s) or less, indicate all transportation projects, the division
managing the projects, the amount of outstanding fee remaining, and the estimated date of completion.
RFP Item 9: Current Workload
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
To further break down WRA staff’s involvement in existing projects, and demonstrate the required availability for
the Walnut Avenue project, the following table provides the anticipated level of engagement on the Town’s project,
as well as the current availability at the anticipated April 2022 Notice to Proceed date. This engagement chart
confirms that the significant workload identified on the previous page will not hinder WRA from performing on the
Town’s project if selected.
As identified in the chart, each proposed staff member, including the back-up inspector that identified in case the
primary inspector is on leave or in training, or in the cases of brief peak needs, has availability at NTP that exceeds
the anticipated availability required to perform the proposed role on the Walnut Avenue project.
VDOT Rte. 11/Lee Hwy Widening Ph. IB 2%4%
Roanoke Co. Plantation Rd. Ph. II 5%0%
VDOT Salem District I-81 Exit 141 - 143 Design-
Build Project
City of Lynchburg Adaptive Traffic Signal 0%2%
VDOT Statewide Final Records Audit 10%2%
I-81 Bridges over Route 11/NS RR Design-Build 5%0%
Various CPM Schedule Review 10%4%
82%77%
Anticipated Availability at NTP:
Anticipated Engagement Needed:
VDOT Salem District Projects/Staff 25%25%
Local Government Projects 25%25%
50%50%
Anticipated Availability at NTP:
Anticipated Engagement on this Project:
Roanoke Co. Plantation Rd. Ph. II 100%0%
100%0%
Anticipated Availability at NTP:
Anticipated Engagement on this Project:
VDOT Lynchburg District Paving Program 100%0%
100%0%
Anticipated Availability at NTP:
Anticipated Engagement on this Project:
Current Contract/Project InvolvementOrg Chart PositionStaff Member
Current % of
Project
Involvement
Project
Involvement
% at NTP
Senior Inspector
Donald Cass Inspector
23%
50%
100%
100%
Chad McMurray, PE, CCM, DBIA Project
Manager/Responsible
Charge Engineer
Chris Lee, CCM (QCS)Construction Manager
Graeme Davis
100%
0% - 100%
5% - 10%
25%
I I I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I
I
I
I
I I
I
I
I I
RFP Item 11: Ability and Availability to Meet Time Schedule
Walnut Avenue Bicycle and
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
RESPONSE:
Whitman Requardt & Associates, LLP (WRA) has identified our current workload for CEI services, and particularly
our workload that is managed out of our Lynchburg Office by the management staff that will be assigned to the Walnut
Avenue Project in our response to RFP Item 9. Please reference this response for WRA’s specific remaining workload
on outstanding VDOT and locally administered projects. Successful performance on the Town’s Walnut Avenue
Project hinges on the availability of the specific staff assigned to the project. As a Senior Vice President for WRA,
Principal-in-Charge Brian Henschel has the authority to commit resources to the Town’s project and pledge the
commitment of these resources for the duration of the project. As such, the availability of the key staff identified on
the Organizational Chart on the anticipated April 2022 NTP date, and for the duration of the project is as follows:
The greatest demonstration of ability to meet the time schedule for this project is a report card showing recent history
of success in delivering construction projects on time and on budget, and within the approved CEI Budget authorized:
Lee Highway Widening @ Exit 5 Ph. I $4 M Jan. 2017 300k
Lee Highway Widening @ Exit 7 Ph. I $7 M Jan. 2017 $600k
Reservoir Street Widening Project $3.7 M Jun. 2018 $300k
Spotswood Trail/Rte. 33 Widening $2.7 M Oct. 2018 $200k
Massanetta Springs Road Widening $3 M Sept. 2019 $250k
Crowe Drive Extension Project $1.5 M May 2019 $125k
Cedar Lee Middle School SRTS $430k May 2019 $700k
Woods of Warrenton Trail Project $700k Apr. 2021 $160k
Warrenton Branch Greenway Project $900k Oct. 2021 $150k
29th Street Bike Walk & Ped Project $550k Apr. 2021 $63k
Carnation Street Sidewalk Project $500k Nov. 2019 $64k
Arlington County On-Call Storm Water/Drainage Projects $5 M Dec. 2018 $530k
Wards Ferry / Logans Lane Improvements $5 M Apr. 2020 $630k
Safe Routes to School Phase I $390k Oct. 2015 $44k
Safe Routes to School Phase II $360k Sept. 2018 $64k
Lynchpin Industrial Park Pedestrian Improv.$230k Sept. 2016 49k
Mount Cross Road Improvements $3.5 M Jan. 2020 $600k
Riverwalk Trail Extension Project Ph. I $250k Dec. 2016 $25k
Riverwalk Trail Extension Project IV $400k Jan. 2020 $50k
City of Newport News 60th Street Water Tank Demolition $1.5 M Apr. 2020 $40k
Spotsylvania County VRE Parking Lot Station Upgrades $7.2 M Dec. 2015 $700k
Town of Orange Main Street Streetscape Project $660k Mar. 2021 $87k
Town of Hopewell Main Street Intersection Improvements $1.5 M Aug. 2019 $60k
City of Richmond
City of Lynchburg
City of Danville
On Time On
Budget
City of Bristol
Rockingham County
Fauquier County
WRA Experience On Time / On Budget Metrics
Locality Project / Contract
Construction
Contract
Value
Contract
Completion
Date
Construction WRA CEI
Task
Value
CEI
On-
Budget
REQUEST: Item 11: In 1 page, provide information that will indicate your firm’s current workload and your firm’s ability to meet
the time schedule for this project.
WRA Team Availability Matrix
Ro le Name F irm 202 1/Cu rrent Ass ig n ment Date Not es Av ail ab le
Pri ncipal-in-Bri an He n sc he l, PE , CCM , PMP W RA Loca lity CIC/Managemen t NTP 25 % Ava il able Charg e
PM/Resp. Charg e Chad McMu rray, PE , CCM , DB IA W RA VD OT 1-8 1 Des ign Bu il d, VDOT NTP 25 % Avail able Eng ineer Sa lem District W ide CEI Mgmt
Construction Chri s Lee , CCM QCS VD OT Salem District CM Role; NTP 50 % Avail able Manager Staff Man aaemen t
Sen ior Ins pector Graeme Dav is W RA RoanoKe County Plantati on Road NTP 100 % Av ail ab le Phase II
Inspector Do nald Cass W RA VD OT Lynchbu rg District/City of NTP 100 % Ava il ab le Danvill e Pavinn Schedu le
RFP Item 12: Qualifications
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
RESPONSE:
Whitman, Requardt & Associates, LLP (WRA) has extensive experience preparing Pre-Award Fee Proposals that
meet all VDOT Assurance and Compliance Office (ACO) requirements. WRA understands that each iteration that
requires correction can take weeks (or months) for response from VDOT; therefore, accurate, complete
documentation the first time is vital. WRA has successfully completed dozens of Pre-Award Fee Proposals with few
or no comments from ACO. In 2021, we have completed these Audits on contracts for LAP projects in Henrico County
(3 separate contracts), Stafford County, Central Shenandoah Planning District Commission, and the City of
Alexandria.
WRA understands that a successful Pre-Award Fee Proposal starts with a successful FAR Audit. The WRA Team all
have current, approved FAR Audit rates, as noted below:
Firm Home Office HO FCC Field Office FO FCC Approval Date
Whitman, Requardt & Associates, LLP 94.48% 0.03% 93.19% 0.01% 7/15/2021
Quinn Consulting Services, Inc. 157.17% 0.45% 117.20% 0.00% 6/6/2021
Froehling & Robertson, Inc.* 209.22% 2.36% - - 8/20/2020*
*Froehling & Robertson, Inc. has submitted their FAR Audit rates; however, they have not received the approval as of 11/18/2021.
EXPERIENCE WITH LOCALLY ADMINISTERED TIER 1 PROJECTS
WRA’s Construction Management and Inspection (CMI) Division provides CEI services out of all seven of our Virginia
Offices on VDOT and locally administered projects – and specifically delivers CEI services on locally administered
Tier 1 projects. CEI Services for this contract will be staffed and managed out of our local Lynchburg Office with peak
needs support from our similarly local Blacksburg Office. With nearly 40 total staff in those offices, including 13 local
CMI staff, WRA provides complete CEI Services from preliminary engineering through project close-out.
WRA has extensive experience providing CMI services for state, federal, and locally funded Locality Tier 1 projects -
all built, inspected, tested, and documented in strict accordance with each locality’s standards, specifications, codes
and ordinances, and when state and federal funding apply, VDOT’s LAP Manual. WRA provided CMI services
identical to those required under this RFP for over 30 different Virginia localities in 2019-2020, almost exclusively
as a prime consultant – including many local to the Town of Vinton such as Roanoke County, the City of Lynchburg
and the City of Danville. On these contracts, WRA completed or is in the process of completing 12 separate federally
funded Tier 1 LAP projects under project specific contracts just like the Town’s Walnut Avenue project, and 12
additional Tier 1 LAP projects under 6 separate on-call contracts with local governments. The majority of these
projects were federally funded and contained the similar project scope with identical scope of CEI services performed.
In depth write ups are contained in SF330 Section F; a sampling of these Tier 1 projects include:
• Roanoke County Plantation Road Bicycle, Pedestrian, and Streetscape Project, Phase 2: This on-going
$1.7M project to improve bicycle and pedestrian access includes streetscape and road diet features on a project-
specific contract and is nearly identical in scope and size to the Walnut Avenue Bicycle and Pedestrian
Accommodations Project.
• Town of Orange East Main Street Improvements Project: Completed in spring 2021, this $660,000 federally
funded streetscape project provided pedestrian accommodations in downtown Orange, very similar to Vinton.
• Town of Dillwyn Streetscape Project Phase IV: $1.1M federally funded Tier 1 streetscape project with close-
out completed Spring 2021 under a project-specific contract included extensive pedestrian improvements.
• Town of Farmville Main Street and Milnwood Avenue Intersection Improvements: $1.3M federally funded
intersection improvements project that included pedestrian accommodations not previously existing.
• Fauquier County Salem Avenue Roadway Improvements: $1.6M federally funded roadway realignment
project with late 2021 completion that includes pedestrian accommodations on a project specific contract.
• City of Lynchburg Blackwater Creek Trail Extension and Bridge over Langhorne Road: $1.4M federally
multi-use trail project that completed in Spring 2021 under a project specific contract.
REQUEST: Item 12: In 2 pages or less, please emphasize your qualifications in the following areas:
• Successful results from your firm’s most recent FAR Audit
• Experience with VDOT administered Tier 1 projects including compliance with project schedule and project budget.
RFP Item 12: Qualifications
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
As a result of this experience, which currently includes over 60% of WRA’s Virginia CMI Staff, WRA understands
VDOT’s requirements and processes, specifications, standards and test methods, which translates directly into
understanding federally funded Tier 1 projects under VDOT’s Locally Administered Program. WRA’s inspectors
confidently make appropriate decisions to keep projects moving toward on-time and on-budget completion, notifying
the Owner when conditions arise requiring decisions outside of their authority. WRA knows and has pre-established
relationships the VDOT personnel in the Salem District’s Construction, Civil Rights, Materials, and Location & Design
Divisions. WRA performs all required tasks on LAP projects, completing project records often with no modifications
needed and obtaining 100% full funding reimbursement.
WRA completes these projects in compliance with the project schedule and budget – both the construction
contractor’s budget and schedule, and WRA’s CEI Services budget and schedule. Please see our response to RFP
#11 for a report card of our recent on-time/on-budget completion of services on federally funded Tier 1 projects.
Please see below for a more comprehensive summary of our history providing CEI services on similar contracts:
Tier 1 Road Curb /
Ped/ADA SUP Urban
MOT
Utility
Reloc.
Land
scape
City of Richmond Annual A/E & Construction Services Various On-Going Fed/State
/Local
City of Newport News On-Call Engineering Various On-Going F / S / L
Fauquier County On-Call CEI Services Various On-Going F / S / L
Arlington County Construction Inspection Services BOA Various 2018 F / S / L
Henrico County Engineering Services - Transp. Projects Various On-Going F / S / L
City of Alexandria BOA - EOR Professional Services Contract Various On-Going F / S / L
City of Lynchburg On-Call Transp. and Retaining Walls Various On-Going F / S / L
City of Lynchburg Engineering Services - Transp. Projects Various 2017 F / S / L
City of Danville On-Call CEI Services Various On-Going F / S / L
City of Danville On-Call Materials Testing & HAZMAT Various 2018 F / S / L
City of Newport News Atkinson Boulevard Extension Project $50 M 2021 Federal
City of Virginia Beach Lesner Bridge Replacement $79 M 2018 Federal
Commerce Street Improvements ~$20 M On-Going Federal
East Riverfront Transportation Project $10 M 2018 State
City of Charlottesville Hillsdale Drive Extension Project $12 M 2019 Federal
Spotsylvania County VRE Parking Lot and Site Access Project $7 M 2016 Federal
Lee Highway Widening @ Exit 5 Ph. I $4 M 2017 State
Lee Highway Widening @ Exit 7 Ph. I $7 M 2017 Federal
Lee Highway Widening @ Exit 5 Ph. II $8 M 2020 Federal
Lee Highway Widening @ Exit 5 Ph. IB TBD On-Going Federal
Cedar Lee Middle School SRTS $1 M 2019 Federal
Marshall Streetscape Project $5 M On-Going Federal
Central Sports Complex Project $10 M 2021 State
Town of Luray Main Street Bridge Replacement D-B Project $6 M 2019 State
Loudoun County Town of Round Hill Main Street Project $6 M On-Going State
City of Lynchburg Wards Ferry / Logans Lane Improvements $5 M 2020 State
City of Danville Mount Cross Road Improvements $3.5 M 2020 Federal
Town of Farmville Main Street & Milnwood Rd Int. Improvements $2 M 2021 Federal
City of Hopewell Broadway & 21st Intersection Improvements $1 M 2019 Federal
Plantation Road Streetscape Project Ph. I $3 M 2018 Federal
Plantation Road Streetscape Project Ph. II $1.7 M On-Going Federal
Town of Clifton Forge Hickory Avenue Extension $1.5 M 2018 Federal
Town of Luray Main Street Bridge Replacement D-B $6 M 2019 State
Reservoir Street Widening Project $3.7 M 2018 State
Spotswood Trail/Rte. 33 Widening $2.7 M 2018 Federal
Massanetta Springs Road Widening $3 M 2019 Federal
Crowe Drive Extension Project $1.5 M 2019 State
Town of Blacksburg University Boulevard Widening $1 M 2015 State
City of Alexandria Holmes Run Bike Trail & Ped Path $4 M 2019 Federal
WRA Virginia Locality Experience Similarities to Town of Vinton Walnut Avenue Project CEI Contract
Locality Project / Contract Size Year
Complete Funding
Similar Scope LAP
Manual
Reqts
Full Time
On-Site
Inspection
Material
Testing
EEO /
Davis
Bacon
Contr. /
VDOT
Liaison
Locality On-Call CEI Contracts
Locality Project-Specfic Contracts
City of Richmond
City of Bristol
Fauquier County
Rockingham County
Roanoke County
■-■■■ -------------------------------------
RFP Item 13: Project Approach
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
RESPONSE:
Whitman, Requardt & Associates, LLP (WRA) believes that successfully performing on any project specific
contract must include a well-defined Project Approach. WRA approaches and organizes each project by first
thoroughly understanding the project scope and the scope of services desired by the Town. This approach begins
with a kick-off meeting to understand the priorities and goals for the project of the Town and the key project stake-
holders, the role WRA will play in delivering the project, the budgetary and time constraints, the communication flow,
and the decision making protocols. These key areas of understanding will be utilized to develop a project-specific
Construction Management Plan (CMP) to deliver the project successfully for the City. WRA’s CMP is organized to
guide the project from Notice to Proceed through project close-out. WRA will organize its services as follows:
Management Plan: The Management Plan identifies the leadership structure for the task, and steps WRA will take
to manage the project efficiently and effectively to deliver the project on time and on budget while assuring the Town’s
quality goals are met. WRA’s management structure has been refined over 106 years of business and implements
quality processes that lead to work being done right the first time – efficiencies that have resulted in WRA having one
of the lowest overhead rates in the industry. This Plan will identify the key management staff overseeing services.
Resource Plan: The Resource Plan describes the specific staff assigned to the project, their level of engagement,
and assures their availability to meet the demands of the project. Because this contract serves a local government
with a fixed budget, the Resource plan will focus on providing the right number of project staff at the right level
of experience with the right certifications, and only engage as much as needed to deliver the project as cost
efficiently as possible. The Resource Plan begins with identifying the timing and engagement requirements of
resource assignments shown on the Organizational Chart to provide the committed resources for project success.
Communication Plan: The Communication Plan identifies chains of communication that will be followed throughout
all phases of the project. This Communication plan will define the appropriate and efficient means of passing
information to the appropriate parties within the project, identifying key contacts and stakeholders and establishing
initial communications, including meeting with impacted property owners, utility owners and stakeholders as desired.
Risk Management Plan: Risk identification and mitigation process to manage risks that might threaten meeting
project budget, schedule, and quality goals, as well as compliance with requirements. WRA believes in a team effort
to identify and address risks at the earliest stages of the project, and continuously looks for threats to the project
goals throughout the project. Risk Management is a topic at all progress meetings, collaboratively seeking solutions.
Quality Assurance Plan: Quality construction is the ultimate goal of the project, and WRA will comply with the
Town’s standards and specifications, as well as local, state and federal codes and ordinances. Quality assurance will
comply with the VDOT LAP Manual requirement, including testing methods and frequencies, to ensure incorporated
materials meet and/or exceed the standards for quality, and non-compliant work is rejected and removed. Correction
of nonconforming work will be tracked and completed prior to project acceptance. WRA will develop a Quality
Assurance Plan (QAP) per the LAP Manual to ensure that the construction contractor is producing a quality product
that will guide the inspection and testing frequencies, and the correction of non-conforming work.
Document Management Plan: WRA believes that documentation is a key deliverable on every project, and
particularly when state or federal funding is involved. We will carefully develop a plan to manage the project records,
developing a Document Management System (DMS) to produce, store, and allow easy retrieval of all project
documentation, allowing 24/7 access to the electronic project records. WRA’s preferred DMS utilizes Google Drive
as a Project Team Site, and PlanGrid Software to create Inspector Daily Reports, track payments to compare against
the Contractor’s monthly pay application, organize project photos and other project documents, and collaborate on
issue resolution. WRA will maintain a Materials Book with all materials and certifications for a federal LAP Project.
Project Controls – Cost & Time: WRA understands the importance of completing the work on time and on budget.
The Project Controls plan describes the controls and systems established to monitor, track, project the final budget
and schedule conditions, and to ‘course correct’ and recover when either stray from the targets. This Plan includes
change management resources to perform independent analyses to protect the Town when issues arise.
Safety Plan: The Safety Plan will identify key safety concerns for the Contractor, CEI staff, Town personnel and
Traveling Public, and initiate a safety focus on all activities related to the construction. Safety is our priority!
REQUEST: Item 13: A project approach discussion is required for this project and shall be limited to a maximum of 1 page.
RFP Item 14: Additional Pages
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
RESPONSE:
WRA’s Construction Management and Inspections (CMI) division has administered projects throughout the
Commonwealth of Virginia for localities with many similarities to the Town of Vinton and the Walnut Avenue Bicycle
and Pedestrian Accommodations project. Most recently, we completed a similar streetscape project with the Town
of Dillwyn and are currently working with Roanoke County on the Plantation Road Phase 2 Streetscape project both
of which included very similar elements of storm drain work, paving, shared use path construction, curb and gutter
construction, pavement markings, signage, and landscaping. As such, WRA thoroughly understands the challenges
of managing LAP projects such as this and has thoroughly investigated the Project and is prepared to support the
Town of Vinton in proactively addressing the key issues and challenges on the project. Construction through areas
like this, with active businesses where access must be maintained, always has inherent risks and challenges.
Identifying and developing solutions to potential issues early-on is critical to assuring a successful project.
The key challenges that will require a proactive approach and leadership to address include:
• Maintenance of Traffic, Maintaining Access, and Limiting
Disruptions within Allowable Work Hours: WRA
understands it will be necessary to work with the businesses
and within the Maintenance of Traffic plan to provide and
maintain accesses to the businesses in the work area. An
effective approach to this WRA has implemented previously
and suggests for this project is to meet with the businesses a
few weeks prior to the work that will affect their accesses and
then meet with them regularly while the work is ongoing to
provide updates to how things will be changing. We have
found, in most cases, businesses are appreciative of the
efforts to make improvements but do like to stay informed of
how things change as the work progresses. Additionally, this
communication allows for WRA to relay concerns to the
contractor as well as needs the businesses may have for both
deliveries and customers. With the many different phases of
construction and changes in the Maintenance of Traffic with
shifts, temporary detours, two-way one-lane flagged traffic,
there will be frequent changes in traffic patterns that will need to be communicated to the businesses and the
Town.
• Maintaining Positive Drainage: In reviewing the project site, it is obviously a very flat profile with a tendency for
areas to hold runoff in large puddles. In constructing the new work, care will have to be taken to ensure that the
new work drains to the areas it is intended and does not create new areas that don’t drain properly or increase
the size of the areas that currently don’t drain properly. This will require tight tolerances on the new work and
potentially even adjustments to what is proposed to ensure the runoff reaches an inlet or conveyance that takes
the water where it is intended to go. Oftentimes, on projects like this, when storm drain installation begins,
unexpected utilities or unidentified items are found as the excavation occurs. Understanding that the proposed
storm drain is on a very flat grade (0.50%), opportunities to make field adjustments in height or depth to the storm
drain is limited and we will monitor this as it is installed to ensure the system will function as intended. If items
are identified during installation, which may require adjustments, WRA will work with the contractor and designer
to develop solutions which will minimize impact to cost and schedule.
REQUEST: Item 14: In addition to the page restrictions listed above, a maximum of 2 additional pages may be included in the
Expression of Interest. All pages are to be 8 1/2” X 11” and printed on one side with single-spaced type no smaller than 12 pitch.
Material delivery to fence company
using Alvaro’s market parking lot
RFP Item 14: Additional Pages
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits CEI | RFP #TOV-2022-003-
Whitman, Requardt & Associates, LLP
• Working Quickly to Resolve Plan Issues: With almost
every project, issues will arise during construction, which the
plans do not address. To minimize or prevent an impact to
the project, WRA will work with the Town and designer to
resolve these issues quickly. WRA staff regularly discusses
the project’s schedule and contractor’s planned work for each
week looking ahead for what work is next and any potential
items that may not work as planned due to additional
information that has been discovered during construction.
This look ahead allows the WRA Team to identify issues,
which may require plan revisions and begin working with the
designer to develop solutions based on the new information
that will work within the constraints of the project’s budget and
limits.
• Utility Removal/Relocations: As there are numerous
existing utilities that will have to be relocated and/or
demolished from the project limits, frequent communication
and coordination with the Utilities will be necessary to prevent
impacts to the contractor’s schedule and planned work. WRA
will help facilitate these communications and follow up with
the contractor, the utility, and the Town to ensure all
necessary steps are being taken and in a timely manner to
prevent conflicting utilities from impacting where the
contractor can work. On similar projects, WRA has found that
utilities require frequent contact to ensure their work doesn’t
impact the contractor’s schedule.
WRA holds regular meetings with the contractor ranging from
weekly to monthly depending on the criticalness of the phase of
work and to ensure that issues are identified, and action items
generated from these meetings. Communication with the Town,
utilities, and businesses are critical in ensuring the project moves
forward and is progressing in a positive manner. The WRA Team
is dedicated to keeping all stakeholders involved and informed
frequently and works to develop solutions when issues arise.
relocation and truck parked in proposed
project footprint at Bob’s restaurant
be maintained through construction
TAB 3:
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 3/2013) PAGE 1
ARCHITECT – ENGINEER QUALIFICATIONS
PART I – CONTRACT-SPECIFIC QUALIFICATIONS
1. TITLE AND LOCATION (City and State)
Walnut Avenue Bicycle and Pedestrian Accommodations Project 5th Street to Town’s West Limits CEI
Town of Vinton, VA
2. PUBLIC NOTICE DATE
October 22, 2021 RFP TOV-2022-003-PZ WA5thTWL
B. ARCHITECT-ENGINEER POINT OF CONTACT
4. NAME AND TITLE
Brian Henschel, P.E., CCM, PMP – Senior Vice President
5. NAME OF FIRM
Whitman, Requardt & Associates, LLP
6. TELEPHONE NUMBER
434.238.5956 (Cell)
7. FAX NUMBER
434.237.9283
8. E-MAIL ADDRESS
bhenschel@wrallp.com
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors)
9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT
PR
I
M
E
J-
V
S
-
a. X
Whitman, Requardt &
Associates, LLP
CHECK IF BRANCH OFFICE
1705 Enterprise Drive
Suite 100
Lynchburg, VA 24502
Project Management, Construction
Engineering and Inspection, Engineering
Support Services
b. X
Quinn Consulting
Services, Inc.
CHECK IF BRANCH OFFICE
3130 Halifax Road
South Boston, VA 24592
Construction Engineering and Inspection
Services
c. X Froehling &
Robertson, Inc.
CHECK IF BRANCH OFFICE
1734 Seibel Drive, N.E.
Roanoke, VA 24012
Geotechnical Engineering and
Laboratory Testing
d.
CHECK IF BRANCH OFFICE
e.
D.
ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached)
~
~
~
□
PRINCIPAL-IN-CHARGE |
QA/QC
Brian Henschel, PE, CCM, PMP
PROJECT MANAGER/RESPONSIBLE
CHARGE ENGINEER
Chad McMurray, PE, CCM, PMP, DBIA
CONSTRUCTION MANAGER
Quinn Consulting Services, Inc.
Chris Lee, CCM
13 Local, Available
Inspectors
PEAK NEEDS/
BACKUP INSPECTOR
Donald Cass
MATERIALS TESTING
LABORATORY
Froehling & Robertson, Inc.
Hunter English
CONSTRUCTION SUPPORT
Chad McMurray, PE, CCM,
PMP DBIA
SCHEDULING SPECIALIST
Steve Short, CCM
COST ESTIMATING
Brad Stipes, PE
SUBMITTAL REVIEW
D. ORGANIZATIONAL CHART OF PROPOSED TEAM
SENIOR INSPECTOR
Graeme Davis
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
Brian Henschel, PE, CCM, PMP Principal-In-Charge | QA/QC a. TOTAL b. WITH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
Whitman, Requardt & Associates, LLP (Lynchburg, Virginia)
16. EDUCATION (DEGREE AND SPECIALIZATION)
M.S. | Civil Engineering | Virginia Tech | 2007
17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
Professional Engineer: Virginia #35154
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Certified Project Management Professional/PMI (2005); Certified Construction Manager/CMAA (2010); DUAL DEQ Insp
19. RELEVANT PROJECTS
a.
(City and State)
City of Newport News Atkinson Boulevard and Bridge
(Newport News, VA) 2017 - 2021
(If applicable)
2017 - 2021
(Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Manager and Responsible Charge Engineer on $53M
I-
and utility relocation. Oversaw all construction management and inspection services
engineering support on the contract, including inspection and testing, engineering
roadway, environmental, storm water), project controls, geotechnical evaluations, and the review of all submittals/
Performed independent cost estimates and negotiated
and special provisions, resolving contract language disputes.
approvals, certified pay applications, monitored budgets, oversaw procurement phase services, and recommend
b.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Principal-in-Charge on 4 adjacent roadway widening projects on Route 11/Lee Highway
Responsible Charge Engineer on the first two phases. The $7.6M Exit 7 Ph. 1A (federally funded LAP), the $3.1
5 Ph. 1A (state funded), and the $8M Exit 5 Ph. 2 (federally funded) are complete.
Tier 1 Exit 5 Phase 1B project is currently in the procurement phase. Oversaw
staff, preliminary engineering support, construction-phase Engineering Support and Project Controls services; monitor
the inspection budget, ensured LAP and federal requirements met, oversaw testing and inspection and ensured
frequencies met, and recommended solutions to field issues. Oversaw Materials trackin
c.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
Roanoke County Plantation Road Bicycle, Pedestrian and
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Construction Phase Project Manager / Responsible Charge Engineer
(Phase I)
shared use paths, significant phased utility relocation during construction, drainage and re
LAP Manual and obtain full federal and state funding reimbursement. Coordinated with VDOT, ensured inspect
d.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE
Project Manager and LAP Coordinator on the Federally funded $12.4M LAP roadway widening and re-
project, including a round-about, a bridge, partial building demolition and retrofit, signals, SWM, and multi-
plan. Project Manager responsible for overseeing all WRA services performed under $1.6M CEI budget. Pre
construction performed constructability and specification review, participated in public information meetings, pre-
construction, served as RCE, developing the
cost estimates and back-up for 17 change orders with VDOT review, facilita
---------1....--~
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
Chad McMurray, PE, CCM, PMP, DBIA Project Manager/
Responsible Charge Engineer
a. TOTAL
27
b. WITH CURRENT FIRM
2
15. FIRM NAME AND LOCATION (City and State)
Whitman, Requardt & Associates, LLP (Bristol, Tennessee)
16. EDUCATION (DEGREE AND SPECIALIZATION)
B.S. | Civil Engineering | University of Tennessee |
1993
17. CURRENT PROFESSIONAL REGISTRATION (STATE AND
Professional Engineer: Virginia #039985, DC, MD
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Certified Project Management Professional; Certified Construction Manager; Design Build Institute Associate
19. RELEVANT PROJECTS
a.
(City and State)
Roanoke County Plantation Road Bike/Pedestrian/Streetscape
Phase II (Roanoke County, VA) 2017-2019
(If applicable)
2017-2019
(Brief scope size, cost, etc.)
Project Manager and Responsible Charge Engineer
Plantation Road to provide
installation of curb and gutter, installation of ADA ramps and pedestrian signals, and construction of a 10’ wide multi-
relocation coordination and assistance, VDOT LAP coordination, and Construction Engineering and Inspection services
b.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
Town of Farmville Main Street and Milnwood Road Intersection
(Town of Farmville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Manager/LAP Coordinator for this $3M federally funded LAP project to widen and reconstruct Route 15 in the
Town of Farmville and replace the tr
included ensuring the project was completed in acco
Plan (QAP).
c.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
(Town of Dillwyn, VA)
PROFESSIONAL SERVICES
2021
CONSTRUCTION
2021
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Manager/Responsible Charge Engineer
extend the existing sidewalk network in
services for installation of sidewalk, signage, asphalt pavement, pavem
and gutter, pedestrian railroad crossing, and a retaining wall.
the Contractor, and the Town to work through funding issues that the Town discovered after a
d.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
(City of Lynchburg, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Manager/Responsible Charge Engineer for an on-
overseeing project close-out services, including submission of fin
project close-
documentation and the materials certification, resolved field issues, and attended pr
Pedestrian Bridge over Langhorne Road Rehabilitation Project.
--~ ______J___L__ __
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Larry “Chris” Lee, CCM Construction Manager a. TOTAL
26
b. WITH CURRENT FIRM
2
15. FIRM NAME AND LOCATION (City and State)
16. EDUCATION (DEGREE AND SPECIALIZATION)
Southside Virginia Community College - Fire Science Program
17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
Certified Construction Manager, CMCI #4773 (EXP. 8/21/23)
VDOT Asphalt Field Level I & II (Exp. 12/31/22) VDOT Pavement Marking (Exp. 12/31/23) VDOT Soils and Aggregate Compaction
(Exp. 12/31/22) | VDOT Slurry Surfacing (Exp. 12/31/22) | VDOT Surface Treatment (Exp. 12/31/22) | VDOT GRIT Guardrail (Exp.
12/11/22) | ACI Concrete Field (Exp. 1/12/22) | Virginia DEQ Certification for Erosion and Sediment Control Inspection (Exp. 1/19/22)
| Virginia DEQ Stormwater Management (Inspector) Certification (Exp. 1/19/22) | Virginia DEQ DUAL Inspector (Exp. 1/19/22) | VDOT
Flagger Certification (Exp. 3/31/25) | VDOT Advanced Work Zone Traffic Control (Exp. 3/31/25) | Nuclear Gauge Safety Training |
Nuclear Hazmat Refresher (Exp. 1/29/22) | OSHA 10 Hour Safety Training | OSHA 30 Hour Safety Training
19. RELEVANT PROJECTS
a.
(City and State)
Franklin County, Summit View Phases 1 & 2, Franklin County, VA
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
2019
CONSTRUCTION (if applicable)
2019
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☐Check if project performed with current firm
As Construction Manager, provided oversight of an intersection realignment/safety improvement project. Performed QA review
and approval of the daily documentation. Made regular site visits to ensure contractor's compliance with the contract,
specifications, and VDOT LAP requirements. Provided coordination for the inspection forces to assure coverage of all activities.
Tracked the CEI budget. Provided schedule review and comments. Used previous experience and knowledge to give resolutions
for questions/issues raised during construction activities. Met with the client on a regular basis to ensure satisfaction with
services provided. This project involved the construction of a new economic development park in Franklin County, Virginia, to
b.
(City and State)
City of Lynchburg, Liberty Mountain Drive Extension LAP,
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
2019
CONSTRUCTION (if applicable)
2019
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☐Check if project performed with current firm
As Construction Manager, provided oversight of an intersection realignment/safety improvement project. Performed QA review
of the inspector's documentation. Completed documentation of project activities. Reviewed and approved the contractor's
monthly pay applications. Made regular site visits to ensured contractor's compliance with the contract, specifications, and
VDOT LAP requirements. Provided management and coordination for the inspection forces to assure coverage of all activities.
Tracked and maintained both the construction and CEI budgets. Provided schedule review and comments. Used previous
experience and knowledge to give resolutions for questions/issues raised during construction activities. Mediated monthly
progress meetings. Met with the client on a regular basis to ensure satisfaction with services provide. This project involved the
continuation of Liberty Mountain Drive to the Odd Fellows Road Interchange across Route 29/460. This road connects with
Candler’s Mountain Road and continues west through the Liberty University campus to Route 29 near Lynchburg Airport. The
c.
(City and State)
Hanover County, Cedar Lane Intersection Improvements,
Hanover County, VA
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
2019
CONSTRUCTION (if applicable)
2019
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☐Check if project performed with current firm
As Construction Manager, Mr. Lee provided oversight of the inspection staff, assurance of compliance with the Construction
Quality Assurance Program, and recommendations for solutions to issues as they arose during construction. Responsibilities also
included facilitation of project meetings, oversight of the proj
recommendations related to change orders and payment applications. The $4M federally funded Tier 1
d.
(City and State)
City of Richmond, Brook Road - Road Diet and Bicycle
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
2020
CONSTRUCTION (if applicable)
2020
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☒Check if project performed with current firm
As Project Lead, Mr. Lee provided oversight and coordination of the on-site inspection staff. Monitored the field staff’s activities
to ensure compliance with the contract, specifications, and the VDOT LAP requirements. Reviewed daily documentation of the
field staff for inspection findings. Tracked the budget for both construction cost and CEI services. The $1.3M federally funded
Tier 1 LAP project consisted of the construction of 3.5 miles of buffered and non-buffered bike lanes on Brook Road as well as
Malvern and Patterson Ave. Improvements included pavement striping and signage along the corridor. Vertical flexible
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
Graeme Davis Senior Inspector a. TOTAL b. WITH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
Whitman, Requardt & Associates, LLP (Lynchburg, Virginia)
16. EDUCATION (DEGREE AND SPECIALIZATION)
B.S. | Industrial Technology Engineering |
17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE)
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
DEQ Dual (ESC/SWM) Inspector (6/23); ACI Grade I Testing Tech (7/25); Nuclear Gauge Safety Training; OSHA 30-
Hour Safety; NHI Drilled Shaft Foundation Inspection Certificate; Intermediate WZ Traffic Control w/ LEO (2/24); VDOT
Certifications: Hydraulic Cement Concrete Field (12/22); Soil/Aggregate Field Comp. (12/21); Asphalt Field Levels I &
19. RELEVANT PROJECTS
a.
(City and State)
Roanoke County Plantation Road Bike/Pedestrian/Streetscape
Phase II Project (Roanoke County, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Senior Project Inspector for this $1.7M federally funded Tier 1 LAP project for improvements along
provide pedestrian accommodations, bicy
planned recreational facilities. Project entailed relocation of main waterline, installation of storm drain, installation of
and gutter, installation of ADA ramps and pedestrian signals, and construction of a 10’ wide multi-use path.
for providing all on-site inspection of construction work, QA/QC testing in accordance with the approved QA Plan
coordinating Independent Assurance Testing, monitoring and recording daily progress, and maintaining
in accordance with the VDOT LAP manual.
monthly pay applications and recomme
b.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
City of Charlottesville NDS Hillside Drive Extension,
(Charlottesville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Environmental Inspector / Project Records Manager on $12.4
Drive. Project included grading, a new
and reconstruction, a SWM basin, multiple BMP’s, sidewalk, shared use path, a round-
Responsibilities include inspection and testing of all project elements per the LAP Manual. Served as the E&S and
inspector on the project, performing weekly E&S inspections. Facilitated a DEQ permit inspection. Coordinated
E&S controls installed properly and
payments, generating pay estimates, maintaining submittal and RFI logs, assisting wi
c.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
(City of Charlottesville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Senior Inspector/Project Inspector
through open cut installation and jacking methods. Project included MOT on a high volume roadway. Performed
coordination, inspection and test monitoring for the new
contractor pay applications, maintained a daily diary, and attend progress meetings.
d.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
(Danville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Inspector
gas and water lines, and replace the pavement structure in a highly congested area in the City. R
inspections and testing, coordination wi
relocated. Coordinated with businesses, private pr
---------1....--~
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person)
Donald Cass Construction Inspector a. TOTAL
6
b. WITH CURRENT FIRM
5
Whitman, Requardt & Associates, LLP (Lynchburg, Virginia)
16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION
(STATE AND DISCIPLINE)
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
VDOT Soils & Aggr. Compaction(12/21); VDOT Asphalt Field Levels I & II (12/25); VDOT Concrete Field (12/22); VDOT
Pavement Marking (12/25); VDOT Slurry Seal and Surface Treatment (12/21); Intermediate Work Zone Safety & Flagger
(City and State)
a.
City of Lynchburg Langhorne Road Bridge Renovation and
Blackwater Creek Trail Extension Project (City of Lynchburg, VA) 2021
(If applicable)
2021
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Construction Inspector on $1.4 M LAP project to extend
Linkhorne Elementary School. Project included removing the existing bridge dec
handrails, waterline, grading, storm drainage items, retaining walls, fencing and landscaping. Responsible for
inspection and testing required on the project, ensuring conformance with plans and specs. Sch
Safety reviews, as well as environmental inspections. Prepared a daily diary with pay quantities in PlanGrid, ass
(City and State)
b.
VDOT Route 726 Totier Creek Bridge Replacement
(Albemarle County, VA) 2020
(If applicable)
2021
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Construction Inspector on $1.1M project
bridge. Project included clearing, grading, traffic detour, bridge construction and demolition and cofferdams
included work zone safety, inspection of all erosion and sediment controls, inspection of the work
quantities in SiteManager, coordination of schedules with the Contractor, resolution of field issues and ensuring compliance
with specifications, coordination with VDOT representatives. Oversaw correction of non-conforming work.
(1) TITLE AND LOCATION (2) YEAR COMPLETED
c.
City of Danville City Streets and State of Good Repair Paving
Projects
PROFESSIONAL SERVICES
Ongoing
CONSTRUCTION
Ongoing
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Inspector on
milling, surface preparation, paving, pavement marking, and traffic controls in an urban environment. R
performing all inspection and testing req
impacts. Assigned duties of assisting inspect
(City and State)
d. (Lynchburg, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE
Lead Quality Assurance Inspector on $11 M VDOT Design-Build contract to widen and realign a high-
intersection/roadway in Lynchburg. Responsible for Q
reporting work completed and quantities installed to ensure proper QA and
(City and State)
e.
VDOT Statewide Finals and Region I Final Estimates Contracts
(Bristol, Salem, Lynchburg and Staunton Districts) 2015 – Current
(If applicable)
N/A
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Inspector/Technician responsible for performing records audits on Final Estimates in the Lynchburg, Salem, Bristol, and
Staunton Districts. Reconciled
40 projects
IZI
IZI
IZI
~
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Steve Short, CCM Cost Estimator a. TOTAL b. WITH CURRENT FIRM
15. FIRM NAME AND LOCATION (City and State)
16. EDUCATION (DEGREE AND SPECIALIZATION)17. CURRENT PROFESSIONAL REGISTRATION
(STATE AND DISCIPLINE)
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
VDOT Concrete Field (12/24); VDOT Asphalt Field Levels I & II (12/26); Intermediate Work Zone & Flagger and LEO
(3/22); DEQ DUAL Inspector (3/22); VDOT Pavement Markings (12/26); VDOT Soils & Aggregate Compaction (12/26);
(City and State)
a.
DC Department of Transportation Pre-Construction Cost
Estimating Task (Washington, D.C.)Ongoing
(If applicable)
Ongoing
(Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Cost Estimator for a task with DDOT to provide pre-construction phase cost estimating as an independent estimate
for comparison with project bids and to establish funding. Prepared quantity take-offs, assumed crew and equipment
resources, and prepared unit price cost estimates for work on the project to prepare an estimate of the total project
value. Prepared reports for submission to DDOT. Prepared detailed cost estimates for the $5.5 M Kennelworth
(City and State)
b. (Montgomery, Prince George’s & Frederick Counties, MD)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE
Cost Estimator assisting with the preliminary estimating for the Build Alternatives (excluding the No-Build Alternative)
for the I-495 & I-270 Managed
The Study alignment was divided into distinct segments along I-495 and I-270 and cost estimates were developed for
each segment for each Alternative. The segment limits are I-495 in Virginia from the southern limit of the American
(City and State)
c. (Western, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Cost Estimator providing budget estimate and constructability/construction sequence reviews for portions of the $2
Billion I-81 improvements program featuring 65 proposed projects ranging from <$1 Million up to almost $250 Million.
Reviewed conceptual plans, developed high level budgetary estimates based on anticipated project lengths and
project features, and assembled recommended construction sequence comments to be used in anticipating individual
(City and State)
d. (Bristol, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Estimator & Construction Manager during the design phase and Construction Manager during the construction
phase of $3M project to improve the I-81 on and off ramps at Exit 5 (Ph. 1B). Performed cost estimating to develop a
design-phase budget of the project, quantity take-offs to prepare the bid tabs for advertisement and to ensure entire
scope of work was captured and assisted in bid document and specification assembly. Performed constructability and
biddability reviews, and recommended modifications to the contract documents prior to advertisement. On Phase II,
Performed cost estimating to develop a design-phase budget of the project, quantity take-offs to prepare the bid tabs
for advertisement and to ensure entire scope of work was captured and assisted in bid document and specification
assembly. Performed constructability and biddability reviews, and recommended modifications to the contract
documents prior to advertisement. During construction, performed independent cost estimates of all change orders,
and prepared all back-up documentation for VDOT review and approval. Reviewed and provided recommendations
(City and State)
e. (Various Locations in VA and MD)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Cost Estimator estimating costs and preparing bids for numerous projects for DC Department of Transportation,
National Park Service, FHWA (Eastern Federal La
Administration, private firms and other government agencies, including a Georgetown Streetscape project, the DC
□
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
Bradford J. Stipes, PE Submittal Review a. TOTAL b. WITH CURRENT FIRM
15.FIRM NAME AND LOCATION (City and State)
Whitman, Requardt & Associates, LLP (Blacksburg, Virginia)
16. EDUCATION (DEGREE AND SPECIALIZATION)
B.S./ Civil Engineering/Virginia Tech/1988
17. CURRENT PROFESSIONAL REGISTRATION
(STATE AND DISCIPLINE)
Professional Engineer: Virginia
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Advanced Work Zone Traffic Control Training (2016), Guardrail Installation, Replacement and Repair (2017)
(City and State)
a. Streetscape Improvements (Roanoke County, VA)
PROFESSIONAL SERVICES
2020
CONSTRUCTION
2021
(3)BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Manager for the County enhancement project that includes design and construction plan development for the
addition of shared use paths, pedestrian safety improvements, and landscaping for the Route 115 Corridor (Plantation
Road) between I-81 and US Route 11/220 (Williamson Road). Responsible for all aspects of roadway/trail design;
drainage and stormwater management design; public involvement; and related disciplines necessary to complete the
(City and State)
b. (City of Roanoke, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
Project Manager for the 1.7-mile shared use path in the City of Roanoke. The project includes a Norfolk Southern
Railway underpass, a 660’ bridge spanning the Roanoke River, significant retaining walls, overland trail segments,
and path design through an existing neighborhood street network. This project included all aspects of planning and
final construction plans, including structure design, drainage, erosion and sediment control, utilities, landscaping, and
stormwater management.
(City and State)
c. (City of Roanoke, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE
Project Manager responsible for designing 0.7-miles of shared use path adjacent to a heavily-developed urban
collector street in the City of Roanoke. Project involves significant drainage design that optimizes the use of existing
drainage infrastructure and is sensitive to property impacts.
(City and State)
d. (Town of Blacksburg, VA)
PROFESSIONAL SERVICES
2011
CONSTRUCTION
2012
(3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm
Project Manager for approximately 1,200 feet of “infill” trail design along a 2,000-foot trail corridor along North Main
Street between Red Maple Drive and Woodbine Drive. The trail design included developing the trail into a 10-foot
wide asphalt shared-use path in accordance with “Guide for the Development of Bicycle Facilities” (AASHTO 1999
edition). The project included both local and state funds and was a designated Revenue Sharing Project through
VDOT’s Local Assistance Division.
(City and State)
e. Replacement of Route 232 Bridge over I-81,
(Montgomery & Pulaski Counties, VA)
PROFESSIONAL SERVICES
Ongoing
CONSTRUCTION (If applicable)
2021
(3) BRIEF DESCRIPTION (Brief scope size, cost, etc.) AND SPECIFIC ROLE
Roadway Design Manager responsible for managing all aspects of highway design for this major transportation
improvement project, which consists of 1.1 miles of improvements along I-81 and the replacement of the 1,660-foot
I-81 NB and SB bridges over the New River and the Route 232 bridge over I-81. Responsibilities included roadway
and safety design, geotechnical engineering, public involvement, and coordinating drainage, stormwater management,
maintenance of traffic, traffic engineering and R/W Appraisal & Acquisition.
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 1
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(Roanoke County, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA)
provided construction engineering and inspection
services to develop bicycle, pedestrian and streetscape
improvements for two separate phases advertised as
separate projects for the 1.05-mile section of Route 115
(Plantation Road), from the Route 11/460 (Williamson
Road) intersection to the I-81 (Exit 146) interchange. The
first phase, completed in 2018, was a $2.9 M federally
funded Locally Administered Project (LAP) featuring
realigning lane widths, adding a median and curbing,
curb and sidewalk/shared use path, ADA and
pedestrian features, drainage, utility relocation, a
modular block retaining wall with handrail, paving and
striping, and landscaping.
The second phase (still under construction) was a $1.7M
federally funded LAP project and included a similar scope
of work. WRA was responsible for the design,
procurement assistance, contract administration and complete construction engineering and inspection services for all
aspects of roadway and shared use path, drainage, stormwater management and erosion control. Utility relocations
included significant pre-construction and construction phase out-of-plan utility coordination with private and public
utilities, as well as in-plan water and sewer relocation. All design and CEI functions were performed in compliance with
VDOT’s LAP Manual, with regular coordination with the VDOT Salem District, ensuring compliance with VDOT
requirements for a federally funded LAP project to ensure full funding reimbursement. WRA prepared the bid packages,
facilitated the pre-bid conference, and assisted the County throughout the bid phases of both projects. WRA attended
the bid openings, reviewed the bids received, organized bid tabs, and recommended Award for both phases.
During the construction phase, WRA provided full construction engineering and inspection services on the project,
ensuring compliance with the VDOT LAP Manual for a federally funded construction project. WRA provided the
Responsible Charge Engineer (Brian Henschel – Phase I, Chad McMurray – Phase II), a Construction Manager (Steve
Short – Phase I) and all required inspectors (Graeme Davis – Phase II) to provide all inspections, testing and
documentation, as well as all requirements of the LAP Manual. WRA administered the contract, performed all inspections
and testing at the required frequencies per the approved QA Plan, reviewed maintenance of traffic and work zone safety,
performed erosion and sediment control and environmental permit inspections, including storm water management
inspections, and coordinated schedules with the Contractor and all County departments. WRA completed all project
documentation, including a daily diary and tracking all materials received on the project, issuing materials certifications
in accordance with the LAP Manual. WRA reviewed all Civil Rights documentation, ensuring submittal of all required
forms and documentation, and performing Davis Bacon wage rate reviews, and coordinated with VDOT Salem District
Civil Rights Section. WRA reviewed and certified pay applications, reviewed the project schedule, notified the contractor
of construction quality deficiencies, and oversaw the correction of any and all non-compliances. WRA facilitated Progress
Meetings, reported on project status to the County, and prepared reports for distribution by the County.
WRA’s provided full certified staff on site, and performed field geotechnical and materials testing, including testing of
embankment fill, pipe backfill, miscellaneous concrete and structural concrete placement, base stone pavement, and
monitoring asphalt pavement density testing, providing the necessary testing equipment and nuclear gauges required to
perform the testing. WRA contracted with an AMRL and AASHTO accredited laboratory to perform all required laboratory
testing. WRA staff possessed Department of Environmental Quality (DEQ) certifications in Erosion and Sediment Control
and Stormwater Management in order to perform required environmental, permit, and stormwater management
inspections.
WRA performed the final inspection on Phase I, and prepared a punchlist of remaining activities, and recommended
acceptance to the County and VDOT. WRA prepared and submitted final project documentation and remained engaged
in the project through full financial close-out and 100% full funding reimbursement to the County.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 2
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(City of Danville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) was selected
to provide complete Construction Engineering and Inspection
services for the City of Danville on the Mount Cross Road
Improvements Project, a $3M federally funded LAP project to
widen and provide vertical and horizontal realignment of
Mount Cross Road from Old Mount Cross Road to Dimon
Drive. The project included multi-phase Maintenance of
Traffic, pavement demolition, grading, drainage, curb and
gutter, ADA and pedestrian access features, utility relocation
including the relocation of two water vaults, bioretention
facilities, other Storm Water Management features and
landscaping while maintaining access to private properties
and businesses, and an entrance to an Averett University
recreational facility.
During the design and procurement phases, WRA performed
constructability reviews on the plans at the 90% design phase
and a bidability review on the proposed contract documents,
comments and coordinated with the EOR for the incorporation of recommendations. WRA provided out-of-
submission and approval o
constructability issues would occur once construction began. Recorded work on a UT-
to ensure compliance with Buy America, an
relocations. WRA performed inspections on building
participated in the pre-
the preconstruction conference. WRA coordinated and reviewed Contractor’s pre-construction submittals.
and testing the work, and coordinating with the Contractor, the City, and VDOT to ensu
Coordinator and Construction Manager, a Responsible Charge Engineer and LAP Coordinator on behalf of th
re
oversaw the testing and inspection program, performed all on-
was responsible
businesses and roadways, which included an entrance to the Averett University
project, and other public a
maintaining the daily diary and certifyin
ensuring the SWPPP remained up to date. WRA coordinated with
prepared a final punchlist, and recommended acceptance of work on the project, remaining engaged through project close
out and records submission. WRA facilitated regular interim and final LAP compliance r
an FHWA CAP Audit, providing information responsive to FHWA questions.
financial clos-out of the project, including full 100% funding reimbursement to the City.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER # 3
21. TITLE AND LOCATION (Town and State) 22. YEAR COMPLETED
(Town of Dillwyn, VA)
PROFESSIONAL SERVICES 2021 CONSTRUCTION (If applicable) 2021
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) provided Construction
Engineering and Inspection Services during the construction and close-
out phase for the Town of Dillwyn Streetscape Phase IV Ext./Phase V
Project, a $1.1 Million federally funded LAP project that involved
installation of sidewalks, ADA ramps, pedestrian crossings, and retaining
walls to improve pedestrian access in downtown Dillwyn. The project
included multi-phased traffic control, drainage structures, a railroad
crossing, 2,000 LF of curb and sidewalk, pedestrian and ADA features,
signing and landscaping. WRA provided complete construction
engineering and inspection services, coordinating with the Town and
VDOT to perform all required testing and inspection, and reporting to the
Engineer of Record.
During construction, WRA provided complete CEI services, administering
the construction phase of the contract, inspecting and testing the work,
and coordinating with the Contractor, the Town, and VDOT to ensure all
work was completed in accordance with the plans, specifications and the
VDOT LAP Manual. WRA provided a Responsible Charge Engineer and
Locally Administered Project Coordinator to coordinate LAP compliance
with VDOT, a Construction Manager for project construction oversight,
and a full time Project Inspector to perform all required testing and inspections and complete project documentation and
materials certifications. WRA received and transmitted all submittals and RFI’s to the Engineer of Record, and received
and distributed responses.
WRA facilitated the Preconstruction Conference and Progress Meetings, developed the Quality Assurance Plan (QAP),
oversaw the testing and inspection program, performed on-site testing and coordinated all required QA laboratory testing.
WRA rejected non-co
coordinated all Independent Assurance (IA) testing and coordinated with VDOT for regular LAP compliance reviews.
WRA was responsible for work zone safety, including daily reviews of traffic controls. WRA was r
maintaining the documentation system, including preparing a daily diary with pay items, certifying materials and issuing
materials certification numbers, tracking submittals, maintaining the daily diary and certifying monthly pay applications,
and ensuring compliance with federal Civil Rights requirements. WRA performed environmental reviews to ensure
compliance with permits and E&S controls, including ensuring the SWPPP remained up to date. WRA coordinated with
the Contractor, Town and VDOT on all changes and to resolve field disputes, performing independent analysis of all
contractor proposed change orders and contract language interpretations. WRA prepared the required back-up
documentation for Town and VDOT review for all change orders. WRA reported progress to the Town and VDOT for
public distribution. Served as lead liaison with VDOT project reviews for LAP compliance. WRA coordinated with the
Town and VDOT to perform a final walkthrough, prepare a final punchlist, and recommended acceptance of work on the
project, and remained engaged with the project through final project close-
WRA performed an independent audit of its records to assure the Town that all payments were correct and project
documentation was complete and ready for submission.
The project was completed on time and on budget, and within the approved design and CEI budgets.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (1/2004)
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 4
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(City of Charlottesville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) Whitman,
Requardt and Associates, LLP (WRA) is providing complete
Construction Engineering and Inspection services for the City of
Charlottesville on the Hillsdale Drive Extension Project, a
$12.4M federally funded LAP project that includes roadway
widening and new alignment to extend Hillsdale Drive from
Hydraulic Road to Greenbrier Drive, parallel to the Route 29
corridor. The project includes reconstructing and widening
existing roadway, building new roadway through highly
developed existing property, a bridge over Meadow Creek, 600
LF of retaining wall with architectural treatment and color
coating, a round-about, partial building demolition and building
retrofit to allow road construction through an existing shopping
center, signalized intersections, bus stops, storm drainage, a
multi-phase MOT plan, utility relocation, new storm water
management structures and relocating an existing storm water
management basin, drainage, curb and sidewalk, lighting,
landscaping and paving, including stamped concrete pavement.
During the design and procurement phases, WRA performed
constructability reviews on the plans at the 60% and 90% design
phase and a bidability review on the proposed contract
documents. WRA performed field reviews to note existing site
conditions and performed inspections on building retrofit work to
prepare for tenant relocation prior to the construction phase.
Coordinated with building inspection officials and the Engineer
of Record. Monitored utility relocation prior to and during early
phases of construction to ensure no conflict with upcoming
construction work. WRA attended and participated in the pre-bid
meeting, reviewed the bid documents, performing a detailed bid
analysis for the City and VDOT to support Award. Attended
Citizen Information Meetings and a Project Stakeholder meeting
and participated in responding to citizen concerns.
During the construction phase, WRA provided the complete CEI
Staff responsible for administering the contract, inspecting and
testing the work, and coordinating with the Contractor, the City,
and VDOT to ensure all work was completed in accordance with
the plans and specifications and compliant with the VDOT LAP Manual and UCI Program Administration Guide. WRA
provided a Responsible Charge Engineer and Locally Administered Project Coordinator on behalf of the City to coordinate
LAP compliance with VDOT, a full time Construction Manager for project construction oversight, a full time inspection
staff of up to four inspectors to perform all required testing and inspections at the required frequencies and complete all
project documentation and materials certification, a scheduler to review the schedule submissions, and engineering
support staff to support the engineer of record with structural inspections of the building and bridge, geotechnical
engineers to evaluate soft soils, and traffic engineering support for the signals and lightings.
coordinated the work with the Contractor, developed and implemented the Quality Assurance Plan (QAP), oversaw the
testing and inspection program, performed all on-site testing and coordinating all required laboratory testing. Responsible
for work zone safety, including daily reviews of vehicular and pedestrian traffic in and around the open businesses and
roadways, which included an entrance to a US Post Office, a high-volume warehouse and production plant, several
retirement homes and a Senior Community Center, and dozens of businesses adjacent to the project. Responsible for
numbers, tracking submittals, maintaining the daily diary and certifying monthly pay applicatio
compliance with permits and E&S controls, including ensuring the SWPPP remained up to date. Coordinated with the
Contractor, City and VDOT on all changes and to resolve field disputes, performing independent analysis of all contractor
proposed change orders and contract language interpretations. Reported progress to the City and VDOT for public
distribution. Served as lead liaison with VDOT during weekly and monthly project reviews for LAP compliance, as well
as a successful Federal Compliance Assessment Program (CAP) review that found no issues of concern. WRA addressed
citizen concerns and comments throughout the project and
WRA coordinated with the City and VDOT to perform a final walkthrough, prepare a final punchlist, and recommended
acceptance of work on the project, and remains engaged with the project through final project close-out.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 5
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(City of Bristol, Virginia)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) provided
construction management and project inspection services for the
City of Bristol, Virginia’s Route 11/Lee Highway roadway widening
program along the Route 11 corridor that runs through the City,
widening the existing roadway from two to four lanes. The Route 11
Widening Project Phase 2 project is an $8M federally funded LAP
roadway widening and improvement of intersections project that
included multiple MOT phases, installation of a share use path,
drainage structures and storm water management facilities,
extensive utility relocation and retaining walls. The project had
VDOT oversight and was built to the requirements of VDOT’s LAP
Manual. This project was performed after the successful completion
of WRA’s CEI Services on two prior projects, the $6.2M federally
funded Lee Highway Widening at Exit 7 Phase 1A and the $2.9M
State funded Lee Highway Widening at Exit 5 Phase 1A. WRA is
also providing the same services on the upcoming Phase 1B project, which includes upgrades at the I-81 Exit 5 off-ramps
and intersections, during which WRA has performed extensive preconstruction services in preparation to provide full CEI
services during construction, slated to start in Spring 2022.
On the Phase 2 project, WRA provided a Responsible Charge Engineer (Chad McMurray), LAP Coordinator,
Construction Manager (Steve Short), Project Controls Staff, Engineering Support, and an inspection staff of four
inspectors (including Quinn Consulting Services) to oversee all aspects of the projects. WRA’s project management
role included the Project Manager serving as a Responsible Engineer and LAP Coordinator on behalf of the City, ensuring
full compliance with the LAP Manual. In this role, WRA facilitated the partnering and risk management process, led
progress and scheduling meetings, oversaw all project activities and inspected and tested all project work, interacted with
businesses and property owners, including a heavily used public park. WRA maintained all project documentation, setting
up a document management system to store and allow access to project information. WRA maintained the project
Materials Book to federal and state standards and issued Locality Tracking (LT) materials certification numbers. WRA will
complete all documentation and materials information and submit to VDOT for review. WRA was responsible for all review
of Civil Rights documentation to meet federal requirements and coordinated with VDOT regarding this compliance.
WRA performed all inspections and testing to the frequency required in the LAP Manual, running embankment and base
aggregate density testing, and field concrete tests, and prepared all required test reports. WRA rejected non-compliant
work and coordinated corrective actions with the Contractor. WRA provided the project safety officer and performed
regular work zone safety and environmental inspections throughout the project. Coordinated with contractor to ensure
access to all businesses and properties remained open through multiple traffic phases and traffic configurations.
WRA oversaw the contract administration of the project, ensuring compliance with plans and specifications, preparing
contractual documents, performing independent analyses of change orders and preparing for signature, reviewing and
recommending approval of pay applications. WRA’s Project Controls Engineer reviewed the project schedule and
updates, time impact analyses and monitored cost and schedule controls, and responded on behalf of the City. WRA
provided Engineering Support services, and reviewed the Contractor’s submittals, responded to RFI’s, and provided
design assistance in preparing field changes to the plans. WRA’s geotechnical engineer reviewed subgrade and
recommended undercut of unsuitable soils.
On the Phase 2 project, WRA’s engineering support services included preliminary engineering efforts, including preparing
the Traffic Management Plan, compiling contract documents and bid quantities, performing constructability and biddability
reviews, facilitating pre-bid meetings, and assisting with the procurement phase of the project.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
b. (1) FIRM NAME
(2) FIRM LOCATION
(3) ROLE
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 6
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(Town of Farmville, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) provided Construction Engineering and Inspection Services during
the construction and close-out phase for the Town of Farmville Milnwood Road and Main Street Intersection
Improvements Project, a $1.3 Million federally funded LAP project that involved widening the intersection of Milnwood
Road and Main Street in downtown Farmville, adding right and left turn lanes, and installing a new traffic signal. The
project included multi-phased traffic control and temporary traffic signals, drainage and storm water management,
1,300 LF of curb and sidewalk, pedestrian and ADA features, road widening and paving, utility relocations, signing and
landscaping. WRA provided complete construction engineering and inspection services, coordinating with the Town
and VDOT to perform all required testing and inspection, and reporting to the Engineer of Record.
During construction, WRA provided complete CEI services, administering the construction phase of the contract,
inspecting and testing the work, and coordinating with the Contractor, the Town, and VDOT to ensure all work was
completed in accordance with the plans, specifications and the VDOT LAP Manual. WRA provided a Responsible
Charge Engineer and Locally Administered Project Coordinator to coordinate LAP compliance with VDOT, a
Construction Manager for project construction oversight, and a full time Project Inspector to perform all required testing
and inspections and complete project documentation and materials certifications. WRA received and transmitted all
submittals and RFI’s to the Engineer of Record and received and distributed responses.
WRA facilitated the Preconstruction Conference and Progress Meetings, developed the Quality Assurance Plan
(QAP), oversaw the testing and inspection program, performed on-site testing and coordinated all required QA
laboratory testing. WRA rejected non-conforming work and oversaw corrective actions to bring all work into full
compliance. WRA coordinated all Independent Assurance (IA) testing and coordinated with VDOT for regular LAP
compliance reviews. WRA was responsible for work zone safety, including daily reviews of traffic controls. WRA was
responsible for maintaining the documentation system, including preparing a daily diary with pay items, certifying
materials and issuing materials certification numbers, tracking submittals, maintaining the daily diary and certifying
monthly pay applications, and ensuring compliance with federal Civil Rights requirements. WRA performed
environmental reviews to ensure compliance with permits and E&S controls, including ensuring the SWPPP remained
up to date. WRA coordinated with the Contractor, Town and VDOT on all changes and to resolve field disputes,
performing independent analysis of all contractor proposed change orders and contract language interpretations.
WRA prepared the required back-up documentation for Town and VDOT review for all change orders. WRA reported
progress to the Town and VDOT for public distribution. Served as lead liaison with VDOT project reviews for LAP
compliance. WRA coordinated with the Town and VDOT to perform a final walkthrough, prepare a final punchlist, and
recommended acceptance of work on the project, and remained engaged with the project through final project close-
out and full funding reimbursement from VDOT. WRA performed an independent audit of its records to assure the
Town that all payments were correct and project documentation was complete and ready for submission.
The project was completed on time and on budget, and within the approved design and CEI budgets.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 7
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(City of Lynchburg, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) provided
construction engineering and inspection services for the City
of Lynchburg on the $5 M Wards Ferry Road and Logans
Lane Improvements project, administered by the City as a
Revenue Sharing LAP. The project included widening and
adding turn lanes to Wards Ferry Road at the Intersection
with Timberlake Road, installing a new signalized
intersection at Timberlake, realigning Logans Lane and the
Route 501 SB off-ramp including installation of a round-
about, and reconstructing entrances to businesses and at
Heritage High School. The project included a detour of the
ramp, utility relocation, earthwork, roadway construction,
stormwater management facilities, drainage and a jacked
pipe, SUP and sidewalk, and other pedestrian facilities. The
project included rebuilding the Intersection with Timberlake
Road and Leesville Road, including a new traffic signal,
installation of additional turn lanes, and other pedestrian
features.
including a new traffic signal, and installation of additional turn lanes.
WRA provided a Project Manager/Responsible Charge Engineer (Brian Henschel), a Construction Manager, a Project
Inspector and assisting inspectors (Donald Cass)
during the construction phase, and a materials testing labora
issues, and interacted with businesses, the High School, and property owners. W
ensuring compliance with plans and specifications and ensuring correction of all non-
Quality Assurance Plan (QAP) and submitted to the VDOT Lynchburg District for review, assigning te
Locali
VDOT for review.
W
facilitating the pre-
Citizens Information Meetin
accurate.
During construction, WRA performed a
concrete compressive strength and permeability tests and reinforcing steel characteristics tests. WRA rejected non
work zone safety and environmental inspections (E&S and permit com
traffic configurations. WRA remained engaged through full project close-out a
including final VDOT project acceptance.
performed a detailed independent take-
similar reviews of each change order, and recommended costs and time extension for City approval.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (1/2004) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 8
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Blackwater Creek Trail Extension Project
(City of Lynchburg, VA)
PROFESSIONAL SERVICES
2021
CONSTRUCTION (If applicable)
2020
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA)
provide complete design, procurement, construc
on the $1.4M federally funded LAP project to extend the existing Blackwater Creek shared-
Entrance parking lot across the existing abandoned Langhorne Road Railway Trestle and continuing
Linkhorne Middle School parking lot, extending the trail approximately ½ mile with a 10’ asphalt path.
the extension of the path across the existing 300’ long, 3-
Langhorne Road, and included removing the existing decking, performing minor rehabilitation to the steel struc
installing a timber bridge deck, railing, and pedestrian fencing. The project included grading, drainage, trail construction
landscaping, signage, benches, and ADA compliant pedestrian features.
WRA performed the complete design for the project, including extensive public involvement with
and adjacent property owners was a vital part of the design process.
phase, assembling the bid document (including compiling the bid t
Award, coordinating with VDOT extensively to receive authorization to Award, and c
Contract.
engineer’s estimate.
During the construction phase, WRA provided complete construction engineering
with the LAP Manual for a federally funded project. WRA placed a Responsible Charge Engineer (Chad McMurray), a
Construction Manager, a Project Inspector and assisting inspectors (Donald Cass), and engineering sup
LAP requirements for funding reimbursement.
WRA prepared a project specific Quality Assurance Plan (QAP) for t
The WRA team facilitated the Preconstruction conference and progress meetings, ensured
specifications, ensured compliance with the requirements of VDOT’s LAP Manual including
VDOT, scheduled work with the contractor, performed work zone safety and environmental inspections, coordinat
laboratory testing, maintained all VDOT documentation to be audit-ready, maintained a Materials Book to VDOT
including issuing materials certifications Locality Tracking (LT) Numbers. WRA reviewed
VDOT reimbursement, developed solutions to field challenges, prepared
including independent cost estimates and back-up documentation, responded
performed CPM schedule review.
WRA CMI staff coordinated extensively with the WRA Engineer of Record and engineering support staff
accomplish the goals of the City. Due to unanticipated exis
coordinated with the EOR to develop field solutions at a
minimum cost and time impact to the City and to the
Contractor.
WRA performed a final walk-through inspection and prepared
a punchlist for City and VDOT acceptance and managed the
project close-out phase. WRA remained engaged with the
project through VDOT’s review of the final records, and
through full financial close-out and 100% funding
reimbursement from VDOT. WRA coordinated with VDOT
for regular audits of project documentation and materials
certifications, and also served as the City’s representative
during a Federal CAP Review that occurred after project
construction was complete.
The successful completed project was awarded the “2020
Best New Facility – Population 50,001 – 100,000” by the
Virginia Recreation and Park Society.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (1/2004) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.)
20. EXAMPLE PROJECT KEY
NUMBER
# 9
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
(Town of Orange, VA)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Whitman, Requardt & Associates, LLP (WRA) was selected to provide design, procurement assistance, and full CEI
services for the Town of Orange to design, bid, and oversee construction on a $660,000 federally funded LAP project to
install pedestrian and streetscape improvements along East Main Street in downtown Orange. The project consisted of
construction of a new traffic signal, curb and gutter, sidewalk and other ADA accessible features, utility installation and
pedestrian signal work, together with all appurtenance’s utility relocations and incidental items to complete the project.
The project included ADA accessibility improvements including adjusting the locations of crosswalks to make them more
perpendicular to the pedestrian user and incorporating curb bump-outs to reduce the crossing width, replacement of the
existing sidewalk with colored concrete sidewalk, replacement of the existing curbs, driveways and curb ramps,
landscaping improvements, and signing and pavement marking improvements. Street lighting was installed under the
VDOT Culpeper Districtwide CEI Contract, through which WRA also performed the inspection.
This federally and VDOT funded project is administered and constructed under VDOT’s Locally Administered Program
(LAP) meeting the requirements of the LAP Manual. WRA had extensive participation in the procurement phase,
assembling the bid document (including compiling the bid table, assembling the bid package, and incorporating all
appropriate contract language and special provisions), reviewing the bids, performing a bid analysis and recommending
Award, coordinating with VDOT extensively to receive authorization to Award, and coordinating with the Town to Award
the Contract.
During the construction phase, WRA provided full construction engineering and inspection services on the project, ensuring
compliance with the VDOT LAP Manual for a federally funded construction project. WRA provided the Responsible Charge
Engineer, a Construction Manager and all required inspectors to provide all inspections, testing and documentation, as
well as all requirements of the LAP Manual. WRA administered the contract, performed all inspections and testing at the
required frequencies, reviewed maintenance of traffic and work zone safety, performed erosion and sediment control and
environmental permit inspections, including storm water management inspections, and coordinated schedules with the
Contractor and all County departments. WRA completed all project documentation, including a daily diary and tracking all
materials received on the project, issuing materials certifications in accordance with the LAP Manual. WRA reviewed all
Civil Rights documentation, ensuring submittal of all required forms and documentation, and performing Davis Bacon wage
rate reviews, and coordinated with VDOT Culpeper
applications, reviewed the project schedule, notified the contractor of construction quality deficiencies, and oversaw the
correction of any and all non-compliances. WRA facilitated Progress Meetings, reported on project status to the Town,
and prepared reports for distribution by the Town.
WRA’s provided full certified staff on site, and performed field geotechnical and materials testing, including testing of
embankment fill, pipe backfill, miscellaneous concrete and structural concrete placement, base stone pavement, and
monitoring asphalt pavement density testing, providing the necessary testing equipment and nuclear gauges required to
perform the testing. WRA contracted with an AMRL and AASHTO accredited laboratory to perform all required laboratory
testing. WRA provided staff possessing Department of Environmental Quality (DEQ) certifications in Erosion and Sediment
Control and Storm Water Management in order to perform required environmental, permit, and storm water management
inspections.
WRA prepared a project specific Quality Assurance Plan (QAP) for the delivery of the project for T
The WRA team is responsible for facilitating the Preconstruction conference and progress meetings, ensuring compliance
with plans and specifications, following the requirements of VDOT’s LAP Manual, scheduling work with the contractor,
performing work zone safety and environmental inspections, coordinating lab testing, maintaining all VDOT documentation
to be audit-ready, assuring LAP compliance, issuing materials certifications including Locality Tracking (LT) Numbers,
reviewing the monthly pay application for VDOT reimbursement, developing solutions to field challenges, change order
coordinated with VDOT for regular audits of project documentation and materials certifications. WRA performed the final
walk-through inspection for Town and VDOT acceptance, prepared all final documentation, and managed the project close-
out phase through full financial close-out and 100% funding reimbursement.
a. (1) FIRM NAME (2) FIRM LOCATION
(3) ROLE
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (1/2004) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, if not specified.
20. EXAMPLE PROJECT KEY
NUMBER
10
21. TITLE AND LOCATION (City and State) City of Richmond Brook Road, Road Diet – Bicycle
Accommodations Improvement Project | Richmond, Virginia
22. YEAR COMPLETED
PROFESSIONAL SERVICES
2020
CONSTRUCTION (if applicable)
2020
23. PROJECT OWNER’S INFORMATION
a. PROJECT OWNER
City of Richmond
b. POINT OF CONTACT NAME
Jian Xu
c. POINT OF CONTACT TELEPHONE NUMBER
(804) 646-5402
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost).
Project Details:
♦ Start Date: March 2019
♦ Completion Date: September 2020
Project Description:
This $1.3 million-dollar federally funded Tier 1 LAP project
administered by the City of Richmond included the addition of a
3.5-mile protected bicycle lane on Brook Road, from Azalea
Avenue to Charity Street in Richmond, Virginia. The project was
accomplished by implementing a “road diet”, which removed
one lane of travel in each direction while maintaining
intersection capacity by retaining critical turn and thru lanes.
This project is a critical link in the city-wide bike network and
the design used parked cars and plastic posts on each side of the
street to protect bike riders.
Services Provided:
Quinn Consulting Services (QCS) provided on-site
inspection services, Quality Assurance testing, and
office engineering and maintained up to date project
documentation on this complex bicycle lane
improvement project in accordance with the VDOT LAP
Manual for a federally funded project. Provided full CEI
staff for the project, including a Construction Manager
(Chris Lee), Project Inspector, and part time Project
Records Manager.
Responsibilities on this project included support for the
development of the project Quality Assurance Plan,
Quality Assurance services, on-site inspection services,
materials approval, testing, tracking and management,
management of traffic signage and pavement markings,
monitoring the maintenance of traffic (MOT),
maintaining an up-to-date materials notebook,
writing/initiating daily reports, managing paper and
electronic files, stakeholder coordination, and overall project management.
Key Project Elements
Bicycle/ Pedestrian Lane Construction
On-Site Construction Inspection
Materials Approvals and Testing
Stakeholder Coordination
Environmental Compliance
Work Zone Review and Oversight
Project Documentation/ Daily Reports
Quality Assurance Management and Inspection
Maintenance of Traffic Monitoring
Multiple Funding Sources
VDOT Locally Administered Project
Project Documentation/Daily Reports
25. FIRM’S FROM SECTION C INVOLVED WITH THIS PROJECT
a.
(1) FIRM NAME
Quinn Consulting Services, Inc.
(2) FIRM LOCATION
Chantilly, VA
(3) ROLE
Prime-Consultant
STANDARD FORM 330 (REV. 3/2013) PAGE 4
G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
26. NAMES OF KEY PERSONNEL
(From Section E,
Block 12) CONTRACT
(From Section E,
Block 13)
“Example Projects Key” section below before completing
table. Place “X” under project key number for
Brian Henschel, PE, CCM, PMP Principal-In-Charge X X X X X X X X X
Chad McMurray, PE, CCM, DBIA Project Manager/RCE/Scheduling Spec.X X X X X X
Chris Lee, CCM | QCS Construction Manager X
Graeme Davis Senior / Project Inspector X X
Donald Cass Peak Needs/Backup Inspector X X X
Steve Short, CCM Cost Estimating X X
Brad Stipes, PE Submittal Review X X
29. EXAMPLE PROJECTS KEY
NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F)
1 Roanoke County Plantation Road Bicycle / Pedestrian /
Streetscape Project Phase I & II 6 Town of Farmville Main Street and Milnwood Avenue
Intersection Improvements Project
2 Project 7 City of Lynchburg Wards Ferry Road and Logans Lane
Improvements Project
3 Town of Dillwyn Streetscape Phase IV Project 8 City of Lynchburg Blackwater Creek Trail Extension &
Langhorne Road Bridge Project
4 City of Charlottesville Hillsdale Drive Extension Project 9 Town of
Project
5 City of Bristol Route 11 / Lee Highway Widening Phase
1A, 1B, II 10 City of Richmond Brook Road – Road Diet / Bicycle
Accommodations Project
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
Established in 1915, Whitman, Requardt & Associates, LLP (WRA) is a nationally-recognized engineering, architectural,
environmental planning, and construction management firm, and was recognized as the 2016 Mid-Atlantic Design Firm of
the Year by the Engineering News-Record. WRA has provided Construction Engineering and Inspection (CEI) services for
VDOT and other federal, state, and local clients since its inception, providing services throughout Virginia and across the
Mid-Atlantic region with over 750 Engineers, Construction Managers and Inspectors (200+ employees in Virginia). WRA has
a staff of over 60 VDOT-certified construction management personnel in Virginia, (with 90 additional Inspectors and CEI staff
in Maryland) including 16+ CEI staff in and around the Town of Vinton Area and almost 20 engineering support staff
nearby. WRA has experience providing Quality Assurance, Quality Control, and Independent Assurance inspection services
for VDOT and local governments on local, state and federally funded Design-Bid-Build and Design-Build projects.
Tennessee, with our corporate office in Baltimore, Maryland. Service for this contract will be managed out of our nearby
Lynchburg Office, with additional support available out of our equally local Blacksburg Office. With these available and local
management and field staff, WRA offers the following CEI services:
•
• Materials Testing and Test Reporting
• Geotechnical Investigations and Evaluations
• Final Estimate Reviews and Project Close-out
• Office Engineering and Project Records Management
• Contract Administration and Management
• Dispute Resolution and Claims Analysis
• Specialized Engineering and Bridge Safety Inspections
• Materials Certification and Document Review
• Shop Drawing Review/Design & Submittal Review
•
• Civil Rights Compliance Review
• Environmental and SWM Inspections
• Design-Build QA, QC, IA/IV and support services
• Pre-Construction/Project Controls, including:
o CPM Scheduling for Contract Time Determination
and Construction Phase Review
o Constructability and Bidability/Specification Review
o Bid Analysis & Bid Addendum Support
o Estimating, Budgeting, and Cost Monitoring
o
SCORING CRITERIA #1: TEAM’S QUALIFICATIONS AND EXPERIENCE WITH SIMILAR SERVICES
WRA has extensive experience providing CEI services for state, federal, and locally funded Locality and VDOT projects,
many similar to the Town of Vinton’s Walnut Avenue Bicycle and Pedestrian Accommodations Project - all built, inspected,
tested, and documented in strict accordance with each owner’s standards, specifications, codes and ordinances, and when
state and federal funding apply, VDOT’s LAP Manual. WRA provided CEI services identical to those required under this RFP
for VDOT and over 30 different Virginia localities in 2020-2021, almost exclusively as a prime consultant.
In Virginia, WRA’s Virginia CMI Division earned over 60 Contracts for $75M of total CEI services in
the last 5 years, managing and delivering on over 200 Task Orders (70 in 2020 alone). Many of
these tasks are directly for VDOT under VDOT District Wide and project specific contracts. WRA
currently holds a prime contract in the VDOT Culpeper District, plus sub-contracts on eight (8)
separate current VDOT District Wide construction engineering inspection contracts, with an
additional nine VDOT sub-contracts within the past five years. This list includes a current Salem
Districtwide CEI sub-contract, on which WRA placed multiple inspectors and a Responsible Charge
Engineer on projects throughout the District, including the major I-81 Design-Build project in
Roanoke, a bridge rehabilitation and a bridge maintenance project, and several maintenance
schedules. WRA places 30 different CEI personnel on these VDOT contracts annually. On these
DW contracts, in addition to traditional inspection staff, WRA also places specialized staff that are
utilized more and more frequently by VDOT and localities: Civil Rights specialists, ITS and signal
specialists, Office Engineers/Project Records Managers, utility inspectors, Final Estimate
Reviewers, Project Controls specialists, Design-Build IA/IV inspectors/managers, and more. WRA was a prime on a VDOT
Statewide Utilities contract that included placement of inspectors on utility relocation projects. WRA is currently a repeat
subconsultant on a VDOT Statewide Maintenance contract that includes placing inspectors on various maintenance and
asset management projects. WRA is a subconsultant on two major VDOT project-specific CEI contracts in the VDOT Salem
District: the $48 M I-81 NBL Bridge over the New River at Exit 105 (Project Inspector), and the recently completed $39M
Southgate Interchange project in Blacksburg (Lead Grade Inspector). WRA is known for documentation expertise and serves
as a prime and subconsultant on VDOT Statewide Final Review contracts. Between the current Finals contracts and a
previous Regional Finals Contract, WRA was the Prime Consultant responsible for closing out almost 500 VDOT projects
valued at approximately $1.3B in construction.
While WRA has an impressive history of providing CEI services for VDOT, WRA’s primary partner in providing CEI
services have been localities just like the Town of Vinton. WRA is currently providing CEI services for 30 separate
• Richmond (x2)
• Fredericksburg (x2)
• NOVA(xG)
• Culpeper (Prime+Sub)
• Salem
• Lynchburg (x2)
• Hampton Roads (x2)
• Regional Bridge
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
Virginia localities, and WRA’s Virginia CMI Division currently holds a Present Workload of over $5.6 M in CEI fees on Virginia
locality projects (and over $5 M as a prime) all on approved task orders – and all using resources that are not reflected on
the Organizational Chart, or will be completed by the date the contract would be executed. For these localities, WRA has
completed over 100 LAP Projects, all while earning full funding reimbursement from VDOT and FHWA on 100% of the
projects. Sample clients, which include four in the area surrounding the Town of Vinton, includes:
Many of these contracts feature federally funded Tier 1 project-specific projects, just like the Town’s Walnut Avenue Pro
On these contracts, WRA completed or is in the process of completing 12 separate federally funded Tier 1 LAP projects under
project specific contracts just like the Town’s Walnut Avenue project, and 12 additional Tier 1 LAP projects under 6 separate
on-call contracts with local governments. The majority of these projects were federally funded, and contained the similar
project scope with identical scope of CEI services performed. In depth write ups are contained in SF330 Section F; a
sampling of these Tier 1 projects include:
• Roanoke County Plantation Road Bicycle, Pedestrian, and Streetscape Project, Phase 2: This on-going $1.7M
project to improve bicycle and pedestrian access includes streetscape and road diet features on a project-specific contract
is nearly identical in scope and size to the Walnut Avenue Bicycle and Pedestrian Accommodations Project.
• Town of Orange East Main Street Improvements Project: Completed in spring 2021, this $660,000 federally funded
streetscape project provided pedestrian accommodations in downtown Orange, very similar to Vinton.
• Town of Dillwyn Streetscape Project Phase IV: $1.1M federally funded Tier 1 streetscape project with close-out
completed Spring 2021 under a project-specific contract included extensive pedestrian improvements.
• Town of Farmville Main Street and Milnwood Avenue Intersection Improvements: $1.3
intersection improvements project that included pedestrian accommodations not previously existing.
• Fauquier County Salem Avenue Roadway Improvements: $1.6M federally funded roadway realignment project with
late 2021 completion that includes pedestrian accommodations on a project specific contract.
• City of Lynchburg Blackwater Creek Trail Extension and Bridge over Langhorne Road: $1.4M federally multi-use
trail project that completed in Spring 2021 under a project specific contract.
WRA also has a Project Controls group that performs pre-construction and construction phase CEI services for VDOT and
locality projects throughout the state. WRA prepares bid quantities and documents, writes and/or assembles specifications,
attends pre-bid meetings and issues Addenda, and performs constructability and biddability reviews. WRA supplies staff for
VDOT and localities that prepare pre-advertisement CPM schedules, provide bid recommendations such as bidding and
procurement methods, and incentive/disincentive analysis. WRA assists in preparing specifications for dozens of projects,
including recent efforts on the $53M City of Newport News Atkinson Boulevard over I-64 and CSXT, the $48M VDOT I-81 NB
Bridge over the New River at Exit 105, the $14M VDOT Route 603 Widening in Montgomery County, the $30M VDOT Odd
Fellows Road Interchange in Lynchburg, and the $17M VDOT Snowden Bridge Replacement in Amherst County. For the
$12M City of Charlottesville Hillsdale Drive Extension project, WRA staff performed constructability review, recommended
spec language, participated in a pre-
On the $53M Atkinson Blvd project, WRA performed constructability and a VE stu
WRA also provided these services on 20+ projects for the VDOT Lynchburg District to support its Project Controls Engineer.
As a result of this experience, which currently includes over 60% of WRA’s Virginia CMI Staff, WRA understands VDOT’s
requirements and processes, specifications, standards and test methods, which translates directly into understanding
federally funded Tier 1 projects under VDOT’s Locally Administered Program. WRA’s inspectors confidently make appropriate
decisions to keep projects moving toward on-time and on-budget completion, notifying the Owner when conditions arise
requiring decisions outside of their authority. WRA knows and has pre-established relationships the VDOT personnel in the
Salem District’s Construction, Civil Rights, Materials, and Location & Design Divisions. Through these relationships, formed
through completing dozens of LAP projects in the Salem and adjacent VDOT District, WRA performs all required tasks
▪ Roanoke County ▪ Town of Farmville ▪ City of Charlottesville ▪ City of Bristol
▪ City of Roanoke ▪ Town of Dillwyn ▪ Fauquier County ▪ City of Chesapeake
▪ City of Lynchburg ▪ Rockingham County ▪ Loudoun County ▪ Southampton County
▪ City of Danville ▪ Augusta County ▪ City of Alexandria ▪ City of Fairfax
▪ City of Harrisonburg ▪ City of Richmond ▪ Arlington County ▪ Town of Warrenton
▪ Town of Clifton Forge ▪ Town of Orange ▪ Town of Leesburg ▪ Town of Luray
Some of WRA's Current & Recent Local Government Clients
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
on LAP projects, completing project records - often with no modifications needed - and obtaining
reimbursement for our local clients.
Please see below for a more comprehensive summary of our history providing CEI services on similar contracts:
With this demonstrated LAP and VDOT expertise and experience in providing the same CM Services requested by the Town,
WRA has developed an organizational structure to manage the contract with the Town, and deliver the projects assigned
under individual tasks with the same highly experienced CM personnel that successfully managed the contracts and delivered
the projects shown above. This Team is led by the Project Manager. Please see Tab 4: SF330 Part I: Section D for our
CMI Services Organizational Chart.
SCORING CRITERIA #3: QUALIFICATIONS OF THE PROJECT MANAGER
The WRA Team is led by Project Manager and Responsible Charge Engineer Chad McMurray, PE, CCM, PMP, DBIA, who
engineering and QA Management. Mr. McMurray has been working on VDOT and local government projects since 2004
Tier 1 Road Curb /
Ped/ADA SUP Urban
MOT
Utility
Reloc.
Land
scape
City of Richmond Annual A/E & Construction Services Various On-Going
City of Newport News On-Call Engineering Various On-Going F / S / L
Fauquier County On-Call CEI Services Various On-Going F / S / L
Arlington County Construction Inspection Services BOA Various 2018 F / S / L
Henrico County Engineering Services - Transp. Projects Various On-Going F / S / L
City of Alexandria BOA - EOR Professional Services Contract Various On-Going F / S / L
City of Lynchburg On-Call Transp. and Retaining Walls Various On-Going F / S / L
City of Lynchburg Engineering Services - Transp. Projects Various 2017 F / S / L
City of Danville On-Call CEI Services Various On-Going F / S / L
City of Danville On-Call Materials Testing & HAZMAT Various 2018 F / S / L
City of Newport News Atkinson Boulevard Extension Project $50 M 2021 Federal
City of Virginia Beach Lesner Bridge Replacement $79 M 2018 Federal
Commerce Street Improvements ~$20 M On-Going Federal
East Riverfront Transportation Project $10 M 2018 State
City of Charlottesville Hillsdale Drive Extension Project $12 M 2019 Federal
Spotsylvania County VRE Parking Lot and Site Access Project $7 M 2016 Federal
Lee Highway Widening @ Exit 5 Ph. I $4 M 2017 State
Lee Highway Widening @ Exit 7 Ph. I $7 M 2017 Federal
Lee Highway Widening @ Exit 5 Ph. II $8 M 2020 Federal
Lee Highway Widening @ Exit 5 Ph. IB TBD On-Going Federal
Cedar Lee Middle School SRTS $1 M 2019 Federal
Marshall Streetscape Project $5 M On-Going Federal
Central Sports Complex Project $10 M 2021 State
Town of Luray Main Street Bridge Replacement D-B Project $6 M 2019 State
Loudoun County Town of Round Hill Main Street Project $6 M On-Going State
City of Lynchburg Wards Ferry / Logans Lane Improvements $5 M 2020 State
City of Danville Mount Cross Road Improvements $3.5 M 2020 Federal
Town of Farmville Main Street & Milnwood Rd Int. Improvements $2 M 2021 Federal
City of Hopewell Broadway & 21st Intersection Improvements $1 M 2019 Federal
Plantation Road Streetscape Project Ph. I $3 M 2018 Federal
Plantation Road Streetscape Project Ph. II $1.7 M On-Going Federal
Town of Clifton Forge Hickory Avenue Extension $1.5 M 2018 Federal
Town of Luray Main Street Bridge Replacement D-B $6 M 2019 State
Reservoir Street Widening Project $3.7 M 2018 State
Spotswood Trail/Rte. 33 Widening $2.7 M 2018 Federal
Massanetta Springs Road Widening $3 M 2019 Federal
Crowe Drive Extension Project $1.5 M 2019 State
Town of Blacksburg University Boulevard Widening $1 M 2015 State
City of Alexandria Holmes Run Bike Trail & Ped Path $4 M 2019 Federal
WRA Virginia Locality Experience Similarities to Town of Vinton Walnut Avenue Project CEI Contract
Locality Project / Contract Size Year
Complete Funding
Similar Scope LAP
Manual
Reqts
Full Time
On-Site
Inspection
Material
Testing
EEO /
Davis
Bacon
Contr. /
VDOT
Liaison
Locality On-Call CEI Contracts
Locality Project-Specfic Contracts
City of Richmond
City of Bristol
Fauquier County
Rockingham County
Roanoke County
---------------------------------------
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
in every county in the Bristol and Salem Districts as well as numerous projects throughout the Commonwealth, providing
expertise to VDOT and local governments in various roles. In these roles, he has been responsible for leading teams of
construction inspectors and engineers. Mr. McMurray prepares price proposals; equips and deploys those resources; and
then remains engaged with the assigned staff and the client task managers and project managers to assure quality through
task completion.
In his current role with WRA, he serves as Project and Program Manager for WRA’s CEI services in the Southwest Region
of Virginia, managing contracts and projects for local governments and VDOT, including throughout the Salem District. He
coordinates staffing assignments for the Construction Managers, Inspectors, and Engineering Support Staff that report to
him, and has the authority as an Associate with WRA to commit resources under his supervision. He also mentors and trains
the staff, assuring the quality of the work produced. He has served as the QA Manager on multiple large Design-Build
projects, including the current I-81 Widening from Exit 141 – Exit 143, along with coordinating inspection staff in sub-
consultant roles on multiple VDOT District Wide contracts. Importantly to this contract, he has also coordinated consultant
inspection staff for multiple other local government clients for project specific and on-call contracts, including federally funded
Tier 1 LAP projects just like the Walnut Avenue project. These localities have included Roanoke County, the City of Bristol,
City of Lynchburg, and Towns of Farmville and Dillwyn. Specific projects he has served as the RCE on include:
• $1.7 M Federally Funded Tier 1 Roanoke County Plantation Road Bicycle/Pedestrian/Streetscape Phase II Project
• $1.4 M Federally Funded Tier 1 City of Lynchburg Blackwater Creek Trail Extension and Bridge over Langhorne Road
• $1.3 M Federally Funded Tier 1 Town of Farmville Main Street and Milnwood Avenue Intersection Improvements
• $5 M Federally Funded Tier 1 City of Bristol Lee Highway Widening at Exit 5, Phase 1B Project
These projects are either complete or will be sufficiently completed by the time the Walnut Avenue Project starts to ensure
he has time to complete the duties of the Project Manager and Responsible Charge Engineer.
With this extensive background serving as a Project Manager and RCE, Mr. McMurray provides the following strengths:
Has personally served in a large variety of roles in the Salem District for VDOT and local governments on federally funded
Tier 1 projects – and knows the work, has established relationships already with the VDOT LAP Section, and understands
the challenges unique to project in the Vinton area well.
Understands the importance of being available and responsive to his Team and to the Town. He prides himself on being
available to provide guidance and support for his staff as well as being engaged with the Project Owner to assure
expectations are being met and that requests are met as quickly as possible.
Understands the necessity of timely invoices and real-time burn rate tracking to help in monitoring budgets. Because
budgets are tight and CEI budgets need to stay on target, it is important to maintain real-time tracking of hours burned to
provide status reports. Likewise, invoicing needs to be kept current to allow monitoring expenditures for the project.
Has served as the sub-consultant PM/RCE on 2 VDOT CEI contracts, leads the Southwest Region CEI group for WRA
including Bristol, Salem, and Lynchburg areas, locality on-call contracts, and led 3 Design-Build contracts as QAM.
Mr. McMurray is a proven collaborator, and will orchestrate a seamlessly performing team, regardless of the composition
of the team members.
Mr. McMurray will be the primary point of contact for the Town
evaluations, and will serve as a technical resource as needed. Mr. McMurray has the demonstrated experience needed to
recruit, train, assign, oversee, and invoice for the Walnut Avenue Project.
SCORING CRITERIA #2: PERSONNEL’S EXPERIENCE IN SIMILAR TYPES OF SERVICE
Assisting Mr. McMurray to assure quality and client satisfaction for the overall services performed on the project will be
Principal-in-Charge Brian A. Henschel, PE, CCM, PMP, who has over 26 years of experience in contract, project and
program management, inspection coordination, responsible charge engineering and project controls. Mr. Henschel remains
fully VDOT-certified as an Inspector including as a DEQ Dual Inspector, and will be a valuable, unbilled resource to Mr.
McMurray and to the Town in assuring successful project delivery. Currently, Mr. Henschel is WRA’s Virginia Locality Project
Division Manager, and has served in a Project Manager role on the successful completion of over 75 LAP projects. He has
been the Client’s primary Point of Contact, provided general quality oversight, performed inspector assignment coordination
and staff scheduling on both a regional and statewide basis for 30+ localities. Notable LAP contracts and projects that Mr.
Henschel has serves as the Principal-in-Charge and Quality Assurance Manager for include:
• The $53M City of Newport News Atkinson Boulevard Project, which included $4.6 M CM Services and Engineering
Support budget and completed in late 2020 in time for Mr. Henschel to devote his time the Town’s projects.
• The $12.4
Responsible Charge Engineer and oversaw a $1.5 M CM Services and Engineering Support Budget.
• The City of Richmond On-Call Contract, including placing dozens of inspectors on at least 20 LAP Projects
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
• 10 Separate Local Government On-Call Contracts, and 20 Separate LAP Project Specific Contracts
Providing technical field guidance and managing construction projects and staff will be Construction Manager Chris Lee,
CCM. The Construction Manager will report directly to the Mr. McMurray, will be responsible for assigning inspection and
testing duties on the projects, and for ensuring inspectors are trained, equipped, and supported during construction. Mr. Lee
is an employee of Quinn Consulting Services, Inc. (QCS), WRA’s DBE subconsultant. He has over 26 years of construction
experience, including extensive experience as a VDOT inspector. For the last 10 years, he has served as a Construction
Manager for VDOT and local governments throughout the Salem area, including for the City of Lynchburg, Franklin County,
Hanover County and the City of Richmond, as well as being assigned as a Construction Manager for the VDOT Salem District
Mr. Lee will oversee the activities of the inspector on the project, and all assisting inspectors and engineering support. As
noted in the RFP, these projects are primarily transportation related, but may involve other types of construction.
Inspection Staff: The Town’s Walnut Avenue Project is best managed by a single, highly involved Project Inspector with
experience leading federally funded Tier 1 LAP projects. WRA is proposing Graeme Davis, who has served as a Project
Inspector for Tier 1 projects with Roa
Mr. Davis is currently the Project Inspector on the Roanoke County Plantation Road Bicycle, Pedestrian and Streetscape
Phase II project, which is nearly identical in scope and size to the Town’s project. Mr. Davis lives in Bedford County, and is
easily accessible and local to the Town. He is highly experienced at all phases of project management, including inspecting
and testing the work for conformance with the plans and specifications, coordinating with the contractor to resolve field issues,
serving as the field contact for the Project Owner, overseeing all project documentation and materials tracking and certifica-
tions, and remaining engaged with projects through project close-out. Mr. Davis is a leader in WRA’s e-Construction
initiatives, and particularly the implementation of PlanGrid and other technologies to enhance CEI services.
While we believe that a single inspector overseeing all field inspections and responsibilities will provide the best value to the
Town, we have identified Inspector Donald Cass as a back-up inspector for when Mr. Davis is off site due to training or
approved leave. There may also be brief periods where a second inspector is beneficial, such as during paving operations
or if a night shift is employed for activities such as utility tie-ins. Mr. Cass also has extensive local government experience,
including multiple projects with both the City of Lynchburg and the City of Danville. WRA also has 16 CEI staff in addition
to those shown on the Organizational Chart that are within commuting distance of the Town and have similar levels of
experience providing services on LAP projects, providing assurance to the Town that WRA will have the staff required to
meet the Town’s needs. The inspectors will report to the CM, under the overall oversight of the RCE.
Engineering Support: WRA is a full-service engineering and design firm and has all engineering support capabilities in-
house. WRA regularly reviews shop drawings and RFI’s, and processes submittals including materials submittals during the
construction phase of projects. WRA has selected Brad Stipes, PE as our submittal review support staff; he has over 20
years with WRA, providing these same construction phase services for localities such as Roanoke County and the City of
Roanoke. WRA also has a wealth of experience providing Project Controls and Constructability review services for local
governments and VDOT and is available to perform any project controls service during the preconstruction and construction
phases. Steve Short, CCM is a Construction Manager with extensive experience providing
independent estimates for change orders, with VDOT required back-up information), constructability and value engineering
reviews for VDOT and local governments on projects, including federally funded Tier 1 LAP’s. Chad McMurray will also
serve as a scheduling expert, bringing significant experience providing pre-construction scheduling and time determination,
construction phase schedule review and schedule impact analysis, and post-
experience for LAP and VDOT projects. This Engineering Support team will be available to Mr. Henschel whenever the Town
needs these services.
Quinn Consulting Services, Inc. (QCS) is a 100% woman-owned DBE/SWAM firm that offers Construction
Inspection, Construction Management, and NACE Certified Coating Inspection services to federal, state,
municipal, and private clients. Headquartered in Chantilly, Virginia, Quinn has supported over 100 Locally
Administered, VDOT District-Wide, Regional and/or project specific inspection contracts since 1997. Quinn
Lynchburg and Salem area inspection staff have supported numerous VDOT and Locally adminstered
projects including secondary road maintenance, bridge replacement and interstate improvement projects for
LAP projects and VDOT District-Wide on call contracts. Quinn is the prime consultant on the District Wide CEI contract in the
Lynchburg District, and has numerous inspectors placed on the Salem District Wide CEI Contract as a sub-consultant
including several projects in the City of Roanoke and surrounding the Town of Vinton. They perform regularly on the
Statewide Finals Contract and have held a Regional Bridge Rehabilitation Contract. LAP Construction contracts supported
include projects in Franklin County, as well as contracts including: the Chesterfield County Professional Engineering Services
for Road Construction and Related Projects contract, the City of Richmond On-Call CEI contract, the
Construction Management and Inspection Services contract, an On Call Construction Management and Inspection Services
and Saunders Road/Bridge Street Bridge Replacement contracts for the City of Hampton, and the Logmill Road
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
Improvements Project for Prince William County. Other services provided under VDOT District-wide and LAP contracts over
the last few years include permit inspections, constructability reviews; schedule reviews; biddability reviews; project closeouts;
materials book audits; and NACE coating inspection and consulting.
WRA has extensive experience working with QCS on LAP projects across Virginia, including the City of Bristol’s Lee Highway
Widening at Exit 5 Phase II project, an $8 M federally funded Tier 1 project. WRA and QCS has also teamed in the City of
Richmond, Prince William County, as well as VDOT projects including the Lynchburg District Wide CEI contract, the DDOT
Martin Luther King, Jr. Rehabilitation Project, and a MDTA Statewide CMI Services contract. Given this extensive teaming
experience, and with WRA’s commitment to meeting the contracts 12% DBE Goal, WRA has given a major role to QCS, who
will provide the Construction Manager on the project. With this assignment, WRA can assure the Town that our team will
exceed the 12% DBE Goal with a projected involvement of over 15%. Through this experience working together, where
both WRA and QCS have each taken the lead and managed staff from the other firm, we are confident that the practiced
working relationship between firms will lead to a seamless project organizational structure.
While WRA has full-service capability to provide the CM Services required in the RFP, we have teamed with
SWaM subconsultant Froehling & Robertson, Inc. (F&R) to provide laboratory testing services on the
contract. F&R has extensive capabilities in geotechnical and materials testing in field and laboratory
environments. F&R has an in-house laboratory accredited by AASHTO Re:Source (Materials Reference
Laboratory - AMRL), Cement and Concrete Reference Laboratory (CCRL), and will provide all laboratory
materials testing. To consistently produce a high-quality product, F&R has developed and implemented an
internal Quality Assurance (QA) Program for the materials testing laboratories which has been approved and used on several
past projects. WRA has an extensive history of teaming with F&R, particularly in the Vinton area, including for the City of
Lynchburg, the City of Danville and other LAP projects throughout Virginia.
The staff presented meet or exceed the qualifications for knowledge, skills and abilities, and have demonstrated experience
performing all features of work identified for each classification in the RFP. Staff were carefully selected for their experience
on projects similar to the Town’s Walnut Avenue Project, previous history working with localities, their availability (available
no later than Contract NTP), their location (within a one-hour commute of the Town), and for compliance with position
requirements. As demonstrated in the following chart, Senior Staff, including the Principal in Charge and Construction
Manager have all of the certifications required for the inspector positions. The WRA Team believes these certifications are
critical, demonstrating that our senior staff understand the requirements of each inspector position, and because it enables
our management staff to fill in for inspection staff that are absent due to training, illness or vacation.
Experience alone does not qualify an inspector. While the RFP does not require full VDOT certification, the WRA Team
knows that fully certified inspectors are significantly more useful to the Town, as they are enabled to inspect the widest variety
of project elements. Therefore, the WRA Team is proud to offer an inspection staff that is, with only minor exceptions, fully
certified in all 14 VDOT-required certs, including DEQ Inspector.
Finally, experience and certifications must be combined with availability; WRA’s proposed inspection staff will all be available
within months of the anticipated Contract NTP. WRA focuses on keeping our inspectors available by retaining them. In the
last 11 years, WRA’s Virginia CMI group has not laid off or furloughed even one inspector due to lack of work –
meaning that once an inspector or staff member is assigned to this project, the Town can feel confident that this resource will
remain engaged with the project throughout the life of the contract – from NTP through full, final financial close-out.
We believe this Team of local, available and experienced inspectors and CEI staff has the experience to manage the Town’s
Walnut Avenue Project, using an approach that is proven to have success. WRA believes that successfully performing on
any on-call contract starts with a well-defined Project Approach. Understanding the scope of work and the challenges to
WRA Team Experience / Availability Matrix
Qj Certification at Contract NTP
u
C: ~ C a, -U,ci. if -~ aa a ~ ~ ., E c, 8, i :;; ~ !; < I--~ Role Name "' ! :E E~ ojj"' Project Experience Qj Q,I ~ a, .c: -Ill .5 ~ ~ 0 :I: -'C > ~OC, C. 'C " ., ., 18 IE al :I: II) ~~ a: ~ "' -5 u::: ~ II) ~o c., ~
w II)~ <( ii: u i '::. ... ., ~ II) c., u .5
PIC/QA Brian Henschel 26 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Div isio n Lead, Lo ca lity PM , V DOT PM
PM/RCE Chad McMurray 27 ✓ ✓ ✓ ✓ ✓ PM , RCE, Design-Bui ld 0A Ma nage r
CM Chris Lee 26 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ V DOT DBB/D B an d Loca lit y p ro j ects CM
Sr. lnsp. Graeme Davis 8 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Loc alit y , Ro ad ay, Br id ge, e-Co n st ru ctio n
Inspector Donald Cass 6 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Ro adw ay , Signa l, Lo ca lit y , Mate r ia ls
Cost Est. Steve Short 24 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Cos t es timat es o n Co mpl ex LAP Jo bs
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
achieving that scope, WRA approaches and organizes each project by developing a project-specific
Management Plan (CMP) to deliver the project successfully for the Town. WRA’s CMP is organized to guide the project
through the construction phase to project close-out. Our detailed Understanding of Task requirements to succeed on an LAP
project, as well as details on our Approach through the CMP, including our Resource Staffing Plan that provides further details
on our project staff resources and their planned assignment to the Town, are included in the RFP Response No. 13 -
Approach of this Proposal. In general, the CMP is broken into components necessary to managing, staffing, and performing
on the project, and include the following sections: Management Plan, Communication Plan, Resource Plan, Risk
Management Plan, Project Controls (Cost and Time), Quality Assurance Plan, Document Management Plan, and
Safety Plan. Please see RFP Response No. 13 for further details on our Project Approach.
SCORING CRITERIA #4: ORGANIZATIONAL CAPABILITY
A key to providing CEI services on a project-specific LAP Contract in a timely manner is having the resources assigned and
dedicated to the project,
The Town’s current RFP will Award a contract for the Walnut Avenue Project, which we anticipate a value of no more than
$200,000 maximum (and likely far less). A higher value is assumed for the purposes of demonstrating capacity. WRA has
750 personnel in the Mid-Atlantic Region and earns around $180 Million in fees annually. The CEI portion of our company
has demonstrated it has the Organizational Capacity to be selected on (and deliver on) $135M in CEI contracts in the last 5
years. WRA’s resources include over 200 total staff members in Virginia alone, which is comprised of at least 60 construction
approximately $35 Million/year. WRA is proposing to self-perform approximately 80% of the contract (with 15% to DBE sub-
consultant QCS and <5% to Laboratory F&R), meaning that the $160,000 maximum anticipated earnings on this contract
would be well less than 1% of WRA’s Virginia capacity. We currently do not anticipate needing our extensive resources from
other offices to supply resources for this Contract (though they are available if the need arose). When needed, Mr. McMurray
as an Associate for the company directly supervising the staff in the Southwest Virginia Region has the authority to assign
the staff of the firm as necessary to the contract (or hire new staff) to ensure the resources required by the Town
Specifically and most importantly, Mr. McMurray can dedicate and commit to the key staff shown on the Org Chart remaining
engaged through project completion. As a further measure of confidence, WRA has a total of 16 CEI personnel within
commuting distance of the Town, which our team is fully capable and ready to deploy; this includes personnel out of WRA’s
Lynchburg and Blacksburg Offices. These required resources only represent a tiny fraction of the Team’s Virginia resources.
The Staffing Plan below identifies how these additional (and all currently employed) personnel will be available to the Town
of Vinton for the duration of the project, providing assurance to the Town that the WRA Team has not only the capacity, but
the available resources to meet all requested positions and complete all work in a timely manner.
STAFFING PLAN – PLAN TO ASSURE THE TOWN OF AVAILABLE RESOURCES
Key to Success – The Construction Management Plan (CMP) – The WRA Team recognizes that success on the Town of
Vinton’s CEI contract will rely on a strong Construction Management Plan (CMP) that clearly defines a strategy to resource
and manage the Contract, in order to ensure that the resources pledged in this Proposal are available for the inspection
services requested by the RFP when called upon. WRA has developed a CMP specifically for this Town project-specific
contract, with components including: 1) Resource/Staffing Plan, 2) Communication Plan, 3) Risk Management Plan, 4) Cost
and Schedule Controls, 5) Quality Assurance Plan, and 6) Document Management Plan, and 7) Safety Plan. Together, these
plans will ensure resources are acquired, trained, qualified, retained and available when needed, and that the resources
will have the leadership and guidance needed to provide the quality service expected by the Town. We believe that our
success in developing and implementing Construction Management Plans on previous contracts further demonstrates our
capacity and capability to perform the work in the quantities requested by this Contract, along with the experience of our
company and our individual Team members.
RESOURCE PLAN
The Resource Plan describes the specific staff assigned to the project, their level of engagement, and assures their
availability to meet the demands of the project. Because this contract serves a local government with a fixed budget, the
Resource plan will focus on providing the right number of project staff at the right level of experience with the right
certifications, and only engaged as much as needed to deliver the project as cost efficiently as possible. WRA believes that
projects are best served by resources that are local and fully available to the project. The entire construction management
staff proposed for these projects are local and fully available to the Town’s projects. Further information on selecting the
right resource(s) for the Town are as follows:
Responding with the Right Number of Inspectors at the Right Level/Classification: The selected consultant must have
the capacity to respond to the needs of the project, including the number and classification of staff (classification/role)
required to provide efficient services at the rate authorized by the Town. Meeting this challenge means having a large, well-
rounded Team with a deep ‘bench’ of staff members at each position. WRA, a full-service construction management and
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
engineering firm with over 750 regional employees, has the capacity to support a large term on-call contract with the
resources available. WRA has at least 16 Construction Support Services staff that operate out of our Lynchburg and
Blacksburg offices and are within convenient reach the project, which does not include approximately 20 additional
engineering support staff that live and work in the same region.
Responding with the Right Availability of Inspectors at the Right Level of Engagement: Having the right number and
classification of inspector is only useful to the Town if those proposed staff are available when needed by the Town. WRA
commits the proposed inspectors to the Town and has developed a Resource Plan to ensure those staff remain available
as needed. Another component of the Right Availability is the Right Level of Engagement. The Walnut Avenue Project is
may not require full time inspection for the entire duration of the project, or brief periods of the project may benefit from a
part-time second inspector; the selected consultant must be able to provide staff for both the duration and the percent
involvement the Town needs to manage its budgets. WRA is highly experienced at providing inspectors on both a short-
term and part-time basis and works diligently to maintain sufficient surplus and part time work to be able to offer staff as
needed. WRA provided part time inspection coverage recently with a single inspector covering both the City of Lynchburg
Safe Routes to School Phase 1 project as well as the City of Danville Riverwalk Trail Extension project, both federally funded
Tier 1 LAP projects. WRA provided similar efficiency with a single inspector for the City of Newport News, covering both the
state funded Prince Drew Road Reconstruction and the federally funded Chesapeake Avenue Bike Trail project. In these
cases, the inspector spent time on both projects daily to cover critical operations, but at only half the expense of a full-time
inspector. WRA will work with the Town, and when selected, the Contractor to determine a resource schedule that provides
maximum value at the minimum cost to the Town.
Responding with the Right Staff Experience: Capacity and availability of staff is only valuable if the selected consultant
has the experience to match the Town’s needs. In releasing project-specific CEI Services RFP, the Town is looking for a
consultant that can respond with staff specifically experienced with the scope and type of project covered by the Walnut
Avenue project. WRA has a Team specifically capable and ready to respond to the diverse projects that could be assigned
during the course of the Contract.
Responding with Inspectors with the Right Familiarity with the Town, its policies, procedures and expectations:
Having staff and experience is only helpful to the Town if this staff, having learned the Town’s policies, procedures, and
expectations for performing the work, is retained by the selected consultant, and the same staff remains engaged to build
on these learned experiences throughout the life of the Contract. High rates of turnover mean additional training by both
consultant and Town management staff, and the loss of valuable lessons learned. WRA has developed a detailed Retention
Plan to ensure that the quality employees assigned to the Town’s project remains employed by WRA and available for use
throughout the Contract.
The most critical key to maintaining the available staff that we have committed in this Proposal - on Day 1 and through the
duration of the Contract - is retention. WRA has a successful long-term retention plan currently in place – WRA’s
Construction Management and Inspection Division has not laid off or furloughed a single employee due to lack of
work in Virginia – a track record spanning over eleven years. The clear result is the ability to return the same quality
resources to the Town year after year. This achievement has occurred through careful planning and an ingrained corporate
commitment to long-term employment each time we hire an employee. The result is a staff that is content and secure in their
positions, not looking for other employment
while wondering what will happen after the next
job completes which has also attracted higher
quality talent as WRA has become an employer
of choice.
It also means that if an inspector is removed
from a project due to reduced project workloads
in the winters, that same inspector will be
available back to the Town when work picks up
the next season. This action saves the Town
budget during project shutdowns/ slowdowns
and provides the value of the project knowledge
and experience of the same inspector
remaining available. WRA has achieved this by
shifting inspectors to short-term assignments
with other owners or industries (such as utility
relocation, which can be less weather
sensitive), as well as by cross training our staff
STANDARD FORM 330 (REV. 3/2013) PAGE 5
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACHED ADDITIONAL SHEETS AS NEEDED.
in other engineering disciplines. Similarly, we have trained others to perform independent final records reviews for project
close-out, or to assist our engineering staff with CADD drafting. WRA will coordinate with the Town to understand the
resources needed based upon the project schedule for each location and will develop a plan with maximum efficiency.
The final result of this resource planning is that WRA always has quality inspectors available when the client requests them.
The proof can be seen in our Resource Chart from 2019/2020 – our inspection staff on primary assignment experienced the
normal rise and fall associated with a typical construction season (blue curve) – yet our total staff grew from almost 50 at the
beginning of 2019 to over 70 by the end of the 2020 (orange curve) – even increasing through the COVID pandemic. The
orange section of the curve demonstrates our ‘held in ready’ staff, the number of staff available at any given time, on alternate
assignments in anticipation of receiving notification from one of our clients that a new project or task is ready. WRA pledges
to ‘maintain the orange’ so that the Town always has the consultant resources it needs to meet its staffing requirements.
This process and plan has led to a remarkable history of responding to tasks, and completing projects on time and on budget
– both the construction contract and the CEI services contract. A ‘report card’ of our on-time and on-budget completion of
CEI services can be found in our response to RFP Question #11.
These methods have produced demonstrable evidence of our Team’s capability to respond. Highlights of our
responsiveness on VDOT and local government contracts includes:
• 100% Response Rate on both our VDOT Culpeper District Wide CEI Contract (2018 – Current) and on our VDOT
Statewide Finals Review Contract (2011 –
consultants for VDOT to choose to request services from; WRA responded to and was selected on 100% of the tasks
requested on both contracts, which includes 23 Tasks on the Culpeper District Wide, and over 500 Tasks on the Finals
Contracts. This indicates rapid response, with the right resources, every time.
• Rapid Progression from Task Request to Signed Task Order. On the current Culpeper District Wide CEI Contract,
the average time from issuing of task request to signed task order is only 15 days. That means the process of VDOT
requesting a task - often to multiple consultants - receiving proposed staff resumes, conducting interviews of proposed
staff with multiple consultants, selecting the WRA resource, generating a task order and obtaining agreement on the
budget for that task order, and obtaining formal approval and final signature, is just over 2 weeks. WRA focuses fair
and accurate budget estimates that its partners can agree to quickly, and without multiple iterations.
• Extensive Experience with VDOT Pre-Award Audits. With dozens of LAP projects for 30 separate clients, with many
large projects that exceed the $200,000 fee limit for a VDOT Pre-Award Audit that must pass through VDOT’s ACO, WRA
has extensive experience providing the exact information required quickly and accurately, including all appropriate back-
up information, needed for prompt approval from VDOT. When each iteration of the review from VDOT can take a month
(or months!), it is vital to reduce the number of reviews to the absolute minimum. WRA’s clients have remarked that our
review process is quicker and more straightforward than others they have experienced.
• Only Days Until Boots Hit the Ground. WRA has history of responding to clients’ needs quickly and being ready to
respond with assigned staff extremely rapidly. Recent examples in addition to the ones noted previously include:
o City of Bristol Lee Highway Widening, Phase 1A: WRA was notified of its Award on the first of its two contracts
for the $20M Lee Highway Widening program shortly before Christmas and was facilitating the Preconstruction
Conference with the Contractor immediately after New Year’s. In that time, WRA agreed on a Contract, and had
agenda).
o Town of Clifton Forge Hickory Avenue Extension Project: The Town had not arranged for CM Services by
the time of Contract Award, and VDOT encouraged the Town to contact multiple consultants that they knew as
trustworthy (including WRA). WRA had a Contract with the EOR and an inspector on the ground within a week
of initial contact.
o VDOT Task Responsiveness: WRA has responded to numerous VDOT immediate-need task requests with
inspectors starting within days, including a 2020 short-term Bridge Inspector request (2 days), an emergency
rockslide repair in the Culpeper District (2 days), and additional paving inspectors in the Lynchburg District (24
hours).
o City of Newport News Atkinson Boulevard over I-64 and CSXT: The Atkinson Boulevard project experienced
the opposite problem. The entire CM Team for a $53 M project was identified and ready to mobilize, and there
was a delay to starting construction that lasted months. WRA maintained availability of the assigned staff by
finding them alternate, short term assignments, and mobilized them as needed when the project fully started.
ST
A
N
D
A
R
D
F
O
R
M
3
3
0
(R
E
V
.
3
/
2
0
1
3
)
PA
G
E
5
H.
A
D
D
I
T
I
O
N
A
L
I
N
F
O
R
M
A
T
I
O
N
30
.
PR
O
V
I
D
E
AN
Y
AD
D
I
T
I
O
N
A
L
IN
F
O
R
M
A
T
I
O
N
RE
Q
U
E
S
T
E
D
BY
TH
E
AG
E
N
C
Y
.
AT
T
A
C
H
E
D
AD
D
I
T
I
O
N
A
L
SH
E
E
T
S
AS
NE
E
D
E
D
.
•
On
T
i
m
e
&
O
n
B
u
d
g
e
t
D
e
l
i
v
e
r
y
–
of
b
o
t
h
t
h
e
C
o
n
s
t
r
u
c
t
i
o
n
C
o
n
t
r
a
c
t
,
a
n
d
t
h
e
C
M
S
e
r
v
i
c
e
s
:
Th
e
g
r
e
a
t
e
s
t
de
m
o
n
s
t
r
a
t
i
o
n
o
f
a
n
a
b
i
l
i
t
y
t
o
c
o
m
p
l
e
t
e
wo
r
k
i
n
a
t
i
m
e
l
y
m
a
n
n
e
r
a
n
d
o
n
b
u
d
g
e
t
i
s
a
r
e
p
o
r
t
c
a
r
d
s
h
o
w
i
n
g
r
e
c
e
n
t
h
i
s
t
o
r
y
.
WR
A
’
s
s
u
c
c
e
s
s
a
t
d
e
l
i
v
e
r
i
n
g
c
o
n
s
t
r
u
c
t
i
o
n
p
r
o
j
e
c
t
s
o
n
t
i
m
e
a
n
d
o
n
b
u
d
g
e
t
,
a
n
d
w
i
t
h
i
n
t
h
e
a
p
p
r
o
v
e
d
C
E
I
B
u
d
g
e
t
a
u
t
h
o
r
i
z
e
d
is
on
t
h
e
pr
e
v
i
o
u
s
pa
g
e
.
WR
A
w
i
l
l
b
r
i
n
g
t
h
i
s
s
a
m
e
a
p
p
r
o
a
c
h
t
o
p
r
o
j
e
c
t
d
e
l
i
v
e
r
a
n
d
b
u
d
g
e
t
m
a
n
a
g
e
m
e
n
t
t
o
t
h
e
T
o
w
n
’
s
W
a
l
n
u
t
A
v
e
n
u
e
P
r
o
j
e
c
t
.
SO
F
T
W
A
R
E
P
R
O
G
R
A
M
S
Th
e
W
R
A
T
e
a
m
i
s
f
u
l
l
y
a
u
t
o
m
a
t
e
d
t
o
s
e
r
v
e
th
e
To
w
n
,
i
n
c
l
u
d
i
n
g
a
n
e
x
t
e
n
s
i
v
e
n
e
t
w
o
r
k
o
f
c
o
m
p
u
t
e
r
s
y
s
t
e
m
s
a
n
d
s
o
f
t
w
a
r
e
t
o
ac
c
o
m
p
l
i
s
h
a
l
l
a
s
p
e
c
t
s
o
f
w
o
r
k
i
n
t
h
e
r
e
q
u
e
s
t
e
d
s
e
r
v
i
c
e
s
f
o
r
t
h
e
p
r
o
p
o
s
e
d
c
o
n
t
r
a
c
t
.
P
l
e
a
s
e
n
o
t
e
t
h
e
f
o
l
l
o
w
i
n
g
:
•
Pl
a
n
G
r
i
d
: WR
A
’
s
C
M
I
d
i
v
i
s
i
o
n
h
a
s
i
n
c
o
r
p
o
r
a
t
e
d
t
e
c
h
n
o
l
o
g
y
i
n
t
o
o
u
r
C
E
I
s
e
r
v
i
c
e
s
,
s
i
n
c
e
ou
r
t
e
a
m
i
s
p
r
i
m
a
r
i
l
y
m
o
b
i
l
e
a
n
d
re
q
u
i
r
e
s
t
h
e
a
b
i
l
i
t
y
t
o
a
c
c
e
s
s
p
r
o
j
e
c
t
s
r
e
g
a
r
d
l
e
s
s
o
f
l
o
c
a
t
i
o
n
.
WR
A
c
o
n
d
u
c
t
ed
a
t
w
o
-ye
a
r
p
i
l
o
t
p
r
o
g
r
a
m
u
t
i
l
i
z
i
n
g
Pl
a
n
G
r
i
d
on
mu
l
t
i
p
l
e
V
D
O
T
a
n
d
l
o
c
a
l
i
t
y
pr
o
j
e
c
t
s
an
d
i
s
n
o
w
f
u
l
l
y
i
m
p
l
e
m
e
n
t
i
n
g
Pl
a
n
G
r
i
d
.
T
o
d
a
t
e
W
R
A
h
a
s
u
t
i
l
i
z
e
d
P
l
a
n
G
r
i
d
o
n
tw
e
n
t
y
(
2
0)
s
e
p
a
r
a
t
e
p
r
o
j
e
c
t
s
w
i
t
h
i
n
f
i
v
e
(
5
)
d
i
f
f
e
r
e
n
t
V
D
O
T
d
i
s
t
r
i
c
t
s
a
n
d
f
o
r
o
v
e
r
a
d
o
z
e
n
l
o
c
a
l
i
t
i
e
s
.
W
R
A
a
n
d
o
u
r
c
l
i
e
n
t
s
ha
v
e
s
e
e
n
t
h
e
b
e
n
e
f
i
t
s
o
f
t
h
i
s
c
l
o
u
d
-ba
s
e
d
c
o
n
s
t
r
u
c
t
i
o
n
m
a
n
a
g
e
m
e
n
t
s
o
f
t
w
a
r
e
t
e
n
-fo
l
d
.
W
R
A
h
a
s
s
e
e
n
t
h
e
u
t
i
l
i
z
a
t
i
o
n
of
Pl
a
n
G
r
i
d
e
l
i
m
i
n
a
t
e
t
h
e
n
e
e
d
f
o
r
m
u
l
t
i
p
l
e
s
e
t
s
o
f
p
l
a
n
s
,
s
p
e
c
if
i
c
a
t
i
o
n
bo
o
k
s
,
m
a
n
u
a
l
s
,
a
n
d
h
a
r
d
-co
p
y
d
o
c
u
m
e
n
t
s
i
n
a
n
in
s
p
e
c
t
o
r
’
s
t
r
u
c
k
.
T
h
e
W
R
A
t
e
a
m
i
s
n
o
w
a
b
l
e
t
o
h
a
v
e
a
l
l
p
r
o
j
e
c
t
a
n
d
c
o
n
s
t
r
u
c
t
i
o
n
m
a
n
a
g
e
m
e
n
t
i
n
f
o
r
m
a
t
i
o
n
r
e
a
d
i
l
y
av
a
i
l
a
b
l
e
o
n
o
n
e
d
e
v
i
c
e
an
d
i
n
o
n
e
l
o
c
a
t
i
o
n
t
o
a
i
d
i
n
t
h
e
q
u
a
l
i
t
y
m
a
n
a
g
e
m
e
n
t
o
f
o
u
r
p
r
o
j
e
c
t
s
.
AD
D
I
T
I
O
N
A
L
P
A
G
E
S
We
h
a
v
e
e
l
e
c
t
e
d
t
o
u
s
e
t
h
e
2
a
d
d
i
t
i
o
n
a
l
p
a
g
e
s
a
l
l
o
w
e
d
o
n
t
h
e
r
e
s
p
o
n
s
e
t
o
d
e
t
a
i
l
s
p
e
c
i
f
i
c
c
h
a
l
l
e
n
g
e
s
w
e
s
e
e
o
n
t
h
e
W
a
l
n
u
t
Av
e
n
u
e
P
r
o
j
e
c
t
,
a
n
d
o
u
r
p
r
o
p
o
s
e
d
m
e
a
n
s
o
f
a
d
d
r
e
s
s
i
n
g
t
h
o
s
e
c
h
a
l
l
e
n
g
e
s
t
o
b
r
i
n
g
a
b
o
u
t
s
u
c
c
e
s
s
d
e
l
i
v
e
r
y
o
f
t
h
e
p
r
o
j
e
c
t
t
o
th
e
T
o
w
n
a
n
d
t
o
t
h
e
c
o
m
m
u
n
i
t
y
o
n
-ti
m
e
a
n
d
o
n
-bu
d
g
e
t
.
No
v
e
m
b
e
r
1
8
,
20
2
1
Br
i
a
n
H
e
n
s
c
h
e
l
,
P
E
,
C
C
M
,
P
M
P
– Se
n
i
o
r
V
i
c
e
P
r
e
s
i
d
e
n
t
p
~
TAB 4:
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 3/2013) PAGE 6
ARCHITECT-ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER (If any)
PART II – GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER
2b. STREET
1705 Enterprise Drive, Suite 100 5. OWNERSHIP
a. TYPE
Partnership 2c. CITY 2d. STATE 2e. ZIP CODE
b. SMALL BUSINESS STATUS
N/A 6a. POINT OF CONTACT NAME AND TITLE
7. NAME OF FIRM (If block 2a is a branch office)
Whitman, Requardt &
6b. TELEPHONE NUMBER
434-237-9280 6c. E-MAIL ADDRESS
bhenschel@wrallp.com
(if any)
Norton, Bird and Whitman (1915); Whitman, Requardt and Smith (1925) 1915/1925 04-497-7437
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM’S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
Code b. Discipline a. Profile
Code b. Experience Index Number
see below)(2) BRANCH
74 1 3
26 7
36 6
3 5
91 1 Cost Estimating; Cost Engineering & Analysis; Parametric 5
20 6
15 Construction Inspectors/Managers 131 20 E03 Electrical Studies & Design 5
21 7
20 7
2 G01 Garages; Vehicle Maintenance Facilities; Parking Decks 6
2 6
4 7
15 8
3 3
45 6
12 7
51 Safety / Occupational Health Engineer 1 O01 Office Buildings; Industrial Parks 7
19 8
13 5
56 Specifications Writer 0 R03 Railroad; Rapid Transit 6
74 6
122 1 7
18 6
8
S09 Structural Design; Special Structures 7
6
5
TOTAL 752 23 Water Supply; Treatment & Distribution 8
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index number shown at right)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
8
b. Non-Federal Work 10
c. Total Work 10
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a. SIGNATURE b. DATE
c. NAME AND TITLE
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 3/2013) PAGE 6
ARCHITECT-ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER (If any)
PART II – GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER
2b. STREET
100 5th Street, Suite L2000 5. OWNERSHIP
a. TYPE
Partnership 2c. CITY 2d. STATE 2e. ZIP CODE
b. SMALL BUSINESS STATUS
N/A 6a. POINT OF CONTACT NAME AND TITLE
7. NAME OF FIRM (If block 2a is a Branch Office)
Whitman, Requardt & Associates, LLP 6b. TELEPHONE NUMBER
423-573-1956 6c. E-MAIL ADDRESS
mrussell@wrallp.com
(if any)
Norton, Bird and Whitman (1915); Whitman, Requardt and Smith (1925) 1915/1925 04-497-7437
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM’S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
Code b. Discipline a. Profile
Code b. Experience Index Number
see below)(2) BRANCH
74 3
26 7
36 6
10 Chemical Engineers 3 C13 Computer Facilities; Computer Service 5
91 1 Cost Estimating; Cost Engineering & Analysis; Parametric 5
20 6
15 Construction Inspectors/Managers 131 3 E03 Electrical Studies & Design 5
21 7
20 7
2 Garages; Vehicle Maintenance Facilities; Parking Decks 6
2 6
4 7
15 8
3 3
45 7
12 7
51 Safety / Occupational Health Engineer 1 O01 Office Buildings; Industrial Parks 7
19 8
13 5
56 Specifications Writer 0 R03 Railroad; Rapid Transit 6
74 6
122 R06 Rehabilitation (Buildings; Structures; Facilities) 7
18 6
8
S09 Structural Design; Special Structures 7
6
5
TOTAL 752 4 8
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index number shown at right)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
a. Federal Work 8
b. Non-Federal Work 10
c. Total Work 10
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a. SIGNATURE b. DATE
c. NAME AND TITLE
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 PAGE 6
ARCHITECT-ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER (If any)
PART II – GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM (OR BRANCH OFFICE) NAME
Whitman, Requardt & Associates, LLP
3. YEAR ESTABLISHED
1915
4. UNIQUE ENTITY IDENTIFIER
04-497-7437
2b. STREET 5. OWNERSHIP
a. TYPE
Partnership 2c. CITY 2d. STATE 2e. ZIP CODE
b. SMALL BUSINESS STATUS
N/A 6a. POINT OF CONTACT NAME AND TITLE
7. NAME OF FIRM (If block 2a is a branch office)
Whitman, Requardt & Associates, LLP 6b. TELEPHONE NUMBER
540-951-3727 6c. E-MAIL ADDRESS
bstipes@wrallp.com
(if any)
Norton, Bird and Whitman (1915); Whitman, Requardt and Smith (1925) 1915/1925 04-497-7437
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM’S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
Code b. Discipline a. Profile
Code b. Experience
c. Revenue
Index Number
see below)(1) FIRM (2) BRANCH
74 1 3
26 7
06 CADD Technicians 36 1 B01 Barracks; Dormitories 5
3 5
91 5 Cost Estimating; Cost Engineering & Analysis; Parametric 5
12 Computer Programmers 20 1 E02 Educational Facilities; Classrooms 6
131 1 3
21 7
20 7
2 6
2 6
4 7
37 Land Surveyors 15 H07 Highways; Streets; Airfield Paving; Parking Lots 8
3 2
45 7
42 Planners: Urban/Regional 12 I05 Interior Design; Space Planning 7
1 7
19 1 6
13 5
55 Specifications Writer 0 R03 Railroad; Rapid Transit 6
56 Structural Engineers 74 1 R04 Recreation Facilities (Parks, Marinas, Etc.) 6
122 5 7
18 1 6
8
7
5
5
TOTAL 752 17 Water Supply; Treatment & Distribution 8
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index number shown at right)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
8
b. Non-Federal Work 10
c. Total Work
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a. SIGNATURE
November 2021
John Maddox, P.E. – Senior Vice President
1. SOLIC ITATION NUMBER (if any)
ARCHITECT -ENGINEER QUALIFICATIONS I 11 •
PART II -GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. F IRM (OR BRANCH OFFI CE) NAM E
Quinn Consultin Services Inc.
2b. STREET
3130 Halifax Road, Suite A
2c. CITY
South Boston
2d . STATE 2e. ZIP CODE
VA 24592
3 YEAR ESTABLISH ED
1997
• I
' ' 5. OWNERSH IP
a. TYPE
Corporation
b. SMALL BUSINESS STATUS
DBE 626289
6a . POI NT OF CONTACT NAME AND TITLE 7 . NAME OF FIRM (If block 2a is a branch office)
John Anthon Williams, Vi · · ional Mana er
6b . TELEPHONE NUMBER -
(434)222-4903 uinn-consultin .com
Ba . 8b. YR. ESTABLISHED 8c. DUNS NUMBER
N/A
9 . EMPLOYEES BY DISCIPLINE
c. No of Employees
b. Discipline (1)FIRM (2)BRANCH
oz Administrative 21 1
12 Civil Engineer 11 1
15 Construction Coating 137 47 Ins ector
16 Construction Manager 12 2
48 Project Manager 6 2
Total 187 53
802
ClS
C18
H07
T02
T06
10 . PROFILE OF FIRM 'S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
b . Experience
Bridges
Construction Management (Design
Build)
Cost Estimating; Cost Eng &
Anal sis
Highways; Streets; Parking Lot
Testing and Inspection
Tunnels & Subways
11 . ANNUAL AVERAGE PROFESSIONAL
SERVICES REVENUES OF FIRM FOR
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
LAST 3 YEARS 1. Less than $100,000
(Ins ert revenue index number shown at right) 2. $100,000 to less than $250,000
6. $2 million to less than $5 million
7. $5 million to less than $10 million
-a-. -F-e-de_r_a_l w-ork ________ 6 ____ _. 3. $250,000 to less than $500,000 8. $10 million to less than $25 million
b. Non-Federal Work 10 4. $500 ,000 to less than $1 million
-c-. _T_o_ta_l _W_o~r~k-----+----~1~0 -----1 5. $1 million to less than $2 million
9. $25 milli on to less than $50 million
10 . $50 million or greater
11/02/2021
7
0
8
8
s
AUTHORIZED FORLOCAL RE PRODUCTION STANDARD FORM 330 (6/2004)
ARCHITECT - ENGINEER QUALIFICATIONS 1. SOLITICATION NUMBER (If any)
TOV-2022-003-PLZ WA5thTWL
PART II - GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work)
2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER
Froehling & Robertson, Inc. (F&R)1881 006870208
2b. STREET 5. OWNERSHIP
1734 Seibel Drive, N.E.a. TYPE
CORPORATION
2c. CITY 2d. STATE 2e. ZIP CODE b. SMALL BUSINESS STATUS
Roanoke VA 24012 N/A
6a. POINT OF CONTACT NAME AND TITLE 7. NAME OF FIRM (If block 2a is a branch office)
Jessyca B. Woodruff, P.E., Branch Manager
Same as in Block 2A6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS
540.344.7939 JWoodruff@fandr.com
8a. FORMER FIRM NAME(S) (if any)8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER
Not Applicable
9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM’S EXPERIENCE AND ANNUAL
AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
Code b. Discipline
c. No. of Employees a.
Profile
Code b. Experience
C. Revenue
Index Number
(see below)(1) Firm (1) Branch
02 Administrative 53 2 A10 Asbestos Abatement 3
08 CADD Technician 1 0 C15 Construction Management 3
12 Civil Engineer 45 5 E09 Environmental Impact Studies, Assessments 5
15 Construction Inspector 143 10 E13 Environmental Testing & Analysis 6
16 Construction Manager 12 3 H03 Hazardous, Toxic, Radioactive Waste
Remediation 3
23 Environmental Engineer 1 0 L01 Laboratories 5
24 Environmental Scientist 12 2 M03 Metallurgy 5
26 Forensic Engineer 1 0 S05 Soils & Geologic Studies 8
27 Foundation/Geotechnical Eng.31 3 T02 Testing & Inspection Services 8
30 Geologist 3 1
36 Industrial Hygienist 5 2
62 Water Resources Engineer 0 0
Drillers / Driller Helpers 18 5
Total 326 33
11. ANNUAL AVERAGE PROFESSIONAL SERVICES
REVENUES OF FIRMS FOR LAST 3 YEARS
(insert revenue index number shown at right)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 Million to less than $5 Million
2. $100,000 to less than $250,000 7. $5 Million to less than $10 Million
a. Federal Work 6 3. $250,000 to less than $500,000 8. $10 Million to less than $25 Million
b. Non-Federal Work 8 4. $500,000 to less than $1 Million 9. $25 Million to less than $50 Million
c. Total 9 5. $1 Million to less than $2 Million 10. $50 Million or greater
12. AUTHORIZED REPRESENTATIVEThe foregoing is a statement of facts
a. SIGNATURE b. DATE
November 12, 2021
c. NAME AND TITLE
Michael W. Matthews, P.E., President & COO
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016)
TAB 5:
SCC Certificates and
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
fetafr filnrpnrafinn filnmmissinn
CERTIFICATE OF FACT
1 Cert:gy the Following.from the Records of the Commission:
On August 10, 2000, WHlTMAN, REQ..,UARDT &ASSOClATES, LLP, a Maryland regLStered
limited liability partnership, filed in the Clerk's Office of the CommLSsion a statement of
regLStration as a foreign regLStered limited liability partnership.
As of the date below, statement of cancellation have not been filed in this office by
WHlTMAN, REQYARDT &ASSOClATES, LLP, this statement ofregLStration LS in ejJect.
Nothing more LS hereby certifted.
Signed and Sealed at Richmond on this Date :
July 17, 2020
Bernard J. Logan, lnterim Clerk of the Commission
CERTIFICATE NUMBER : 2020071714707599
May 7, 2021
Dan Voeltner
801 S Caroline Street
Baltimore, MD, 21231
RE:WHITMAN, REQUARDT & ASSOCIATES, LLP
ID:K0003824
FILING NO:2105073236637
WORK ORDER NO:202105071632437
Dear Customer:
This is your receipt for $50.00 to cover the fee for filing an annual continuation report for the
above-referenced registered limited liability partnership.
The annual continuation report was filed on May 7, 2021.
If you have any questions, please call (804) 371-9733 or toll-free 1-866-722-2551.
Sincerely,
Bernard J. Logan
Clerk of the Commission
COMMONWEALTH OF VIRGINIA
STATE CORPORATION COMMISSION
Office of the Clerk
RECEIPT
Delivery Method: Email
TYLER BUILDING, 1300 EAST MAIN STREET, RICHMOND, VA 23219-3630 ◆◆◆◆ WEBSITE: scc.virginia.gov
E~P,lR ES ON
02-28-2022
COMMONWEALTH of VIRGI .IA
Department of Professionaland Occup atio nal Regul ation
9960 Mayland Drive , Suite 400 , Richmond,VA 23233
Tele phone: (804) 367-8500
NUMB ER
0411000774
BOARD FOR ARCHITECTS 1 PHOFESSJONALENGINEERS , LAND SURVEYORS , CERTIFIED INTERIOR DESIGNERS
.. .AND LANDSCAPE ARCHITECTS
BUSlNESS .ENTltY BRANCH OFFICE REGISTRATION
WHITMAN REQUARDT AND ASSOCIATES LLP
· 1705 ENTERPRISE DR STE 100
LYNCHBURG , VA 24502
Status can be verified a t http://www.dpor.virginia.gov
(SEE REVERS E SIDE FOR PRIV ILEGES AND INSTRUCTIONS)
.IUIIUI ~?v~.?r~~J}!c?.~.~1~~i~
BOARD FOR APELSCIDLA
BUSINESS ENTITY BRANCH OFFICE REGISTRATION
NUMBER : 04.11000774 EXPIRES ; 02 -28 -2022
PROFESSIONS : ENG
WHITMAN REQlJARDT AND ASSOCIAT
1705 ENTERPRiSE DR STE mo
LYNCHBUAG ;VA 24502 ..
St atus ca n be ve rified at h ttp://www.dpor.virginia.gov
11.IIIJII
DPOR-PC (02/2017)
DPOR-LIC (02/2017)
(DETACH HE RE)
COMMOM#EALTH of VJIRGINIA
~ Department of Professional\nd O~cupatio~_~l ~eg ul~tiQ~'--=--
J •; 9960 Mayland Drive, Suire :f00 ;:R.ic~JIJQn~:yA,. 232'.?3 ··• ~-
Telephone: (8 □4-:'367-8506-:; ( ·\, J : <;-. :-. .--:::, ·-·
NUMBER
0411001228
BOARD FOR ARCHITECTS , PRO.FESSIONAL ENGINE:E:RS, LAND SURVEYORS, CERTIFIED INTERIOR DESIGNERS
PROFE
f\, . AND LANDSCAPE ARCHITECTS
l BUSINESS ENTITY BRANCH OFFICE REGISTRATION
:--::r ):::~ -~-:1:::::Y :: ~:: ~~:-1/:
::•· ~--·::::·
WHITMAN, REQUARDT AND ASSOCIATES LLP
. ;,100 5TH ST STE L2000
E3HISTOL, TN 37620
Status can be verified at http://www.dpor.virginia.gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
11.11 ■111
DPOR-LIC (02/201 7 )
/
E;XPIRESON
02-28-2022
COMMONWEAJLTH of VIRGINIA Department of Professional and Occupational Regulation 9960 Mayland Drive, Suite 400.; Richmond, VA 23233 Telephone: (804) 367-8500 NUMBER
0411000608
BOARD FOR ARCHITECTS, PROFESSIONAL ENGINEERS, LAND SURVEYORS, CERTIFIED INTERIOR DESIGNERS- . AND'LANDSCAPE ARCHITECTS
BUSINESS•ENTITY BRANCM OFFICE REGISTRATION
WHITMAN REQUARDT & ASSOCIATES LLP
1700 KRAFT DRIVE
SUITE 1200
BLACKSBURG, VA 24060
Status can be verified at http://www.dpor.virginia.gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
&IJl9J1t
DPOR-LIC (02/2017)
[
,. l [ l
11/16/21, 4:34 PM VIRGINIA - SCC
https://cis.scc.virginia.gov/EntitySearch/BusinessInformation?businessId=71579&source=FromEntityResult&isSeries = false 1/2
Entity Information
Entity Information
Entity Name:QUINN CONSULTING SERVICES INCORPORATED
Entity ID:04925517
Entity Type:Stock Corporation
Entity Status:Active
Series LLC:N/A
Reason for Status:Active and In Good Standing
Formation Date:10/24/1997
Status Date:12/01/2008
VA Qualification Date:10/24/1997
Period of Duration:Perpetual
Industry Code:0 - General
Annual Report Due Date:N/A
Jurisdiction:VA
Charter Fee:$50.00
Registration Fee Due Date:Not Required
Registered Agent Information
RA Type:Individual
Locality:ARLINGTON COUNTY
RA Qualification:Member of the Virginia State Bar
Name:JOHN H QUINN JR
Registered Office Address:2208 S KNOLL ST, ARLINGTON, VA, 22202 - 2134,
USA
Principal Office Address
Address:14160 NEWBROOK DRIVE, SUITE 220, CHANTILLY,
VA, 20151 - 0000, USAPrivacy Policy (https://www.scc.virginia.gov/privacy.aspx) Contact Us
(https://www scc virginia gov/clk/clk contact aspx)
11/16/21, 4:34 PM VIRGINIA - SCC
https://cis.scc.virginia.gov/EntitySearch/BusinessInformation?businessId=71579&source=FromEntityResult&isSeries = false 2/2
Title Director Name Address
Last
Updated
COB/P/T Yes ELIZABETH
QUINN VICINSKI
14160 NEWBROOK DRIVE, SUITE 220,
CHANTILLY, VA, 20151 - 0000, USA
09/15/2017
Secretary No FRANCISCA I
OTERO
888 17TH STREET NW, SUITE 640,
WASHINGTON, DC, 20006 - 0000, USA
09/15/2017
Principal Information
Current Shares
Total Shares:5000
Filing History RA History Name History Previous Registrations
Garnishment Designees Image Request
Back Return to Search Return to Results
Back to Login
(https://www.scc.virginia.gov/clk/clk_contact.aspx)
(https://www.facebook.com/VirginiaStateCorporationCommission)
(https://twitter.com/VAStateCorpComm)
Privacy Policy (https://www.scc.virginia.gov/privacy.aspx) Contact Us
(https://www scc virginia gov/clk/clk contact aspx)
oc ___ )c ___ )
EXPIRES ON
02-28-2022 \L,Vl'Y.11.l'YJlVJ.. � o/o/ JC.,ftLJl n OH o/. .11.nuu �Jl.h\ Department of Professional artd Oecµpati9nal ReguJ�tibn, 9960 Mayland Drive, Suite 400, Ricilrnqnd. VA 2�213 · · Telephone: (804) 367-8500 NUMBER
0411001544
BOARD FOR ARCHITECTS, PAOFESSJONAL ENGINEERS, LAND SURVEYORS, CERTIFIED INTERIOR DESIGNERS
AND L;;ANPSCAPE ARCHITECTS . BUSINESS SNTITY BRANCH OFFICE REGISTRATION
QUINN CONSULTING SERVICES INCORPORATED
3130 HALIFAX RD STE A
11.IIIJ.Lt
SOUTH BOSTON, VA 24592
Status can be verified at http://www.dpor.virginia.gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
CO. 1MD1'WEi\i..TrJ of YlRGJNIA .f.lJl!lllf f>t!t•:11'11111:111 or Pn11c,,-iu11al itnd Oc,·u11.11l11n:;iil Kt1J,mhuJon •
BOARD FOR APELSCIDLA
BUSINESS ENTITY BRANCH OFFICE REGISTRATION
NUMBER: 0411001544 EXPIRES: 02-28-2022
PROFESSIONS: ENG _4.ffl�� -QUINN CONSUL TING SERVICES INCO . �-3130 HALIFAX AD STE A
SOUTH BOSTON, VA 24592
Status can be verified athttp://www.dpor.virginia.gov DPOR-PC (0212017J
DPOR-LIC (02/2017
(DETACH HERE)
[ l
11/16/21, 4:34 PM VIRGINIA - SCC
https://cis.scc.virginia.gov/EntitySearch/BusinessInformation?businessId=49484&source=FromEntityResult&isSeries = false 1/2
Entity Information
Entity Information
Entity Name:FROEHLING & ROBERTSON, INCORPORATED
Entity ID:00272112
Entity Type:Stock Corporation
Entity Status:Active
Series LLC:N/A
Reason for Status:Active and In Good Standing
Formation Date:10/11/1924
Status Date:11/13/2009
VA Qualification Date:10/11/1924
Period of Duration:Perpetual
Industry Code:0 - General
Annual Report Due Date:N/A
Jurisdiction:VA
Charter Fee:$2480.00
Registration Fee Due Date:Not Required
Registered Agent Information
RA Type:Individual
Locality:RICHMOND CITY
RA Qualification:Member of the Virginia State Bar
Name:J. THOMAS O'BRIEN Jr.
Registered Office Address:411 E Franklin St Ste 600, Spotts Fain Pc,
Richmond, VA, 23219 - 2200, USA
Principal Office Address
Address:3015 Dumbarton Rd, Henrico, VA, 23228 - 5831,
USAPrivacy Policy (https://www.scc.virginia.gov/privacy.aspx) Contact Us
(https://www scc virginia gov/clk/clk contact aspx)
11/16/21, 4:34 PM VIRGINIA - SCC
https://cis.scc.virginia.gov/EntitySearch/BusinessInformation?businessId=49484&source=FromEntityResult&isSeries = false 2/2
Title Director Name Address
Last
Updated
Yes ARNOLD M
PROCTOR JR
3015 DUMBARTON RD,
HENRICO, VA, 23228 - 0000,
USA
09/17/2019
Yes G RANDOLPH
WEBB Jr.
401 49TH ST, VIRGINIA BEACH,
VA, 23451 - 2826, USA
10/07/2021
President, COO No MICHAEL W
MATTHEWS
3015 DUMBARTON RD,
HENRICO, VA, 23228 - 0000,
USA
10/07/2021
Secretary, Treasurer,
Chief Financial Officer
No TERESA L
CAREY
3015 DUMBARTON RD,
HENRICO, VA, 23228 - 0000,
USA
10/07/2021
Chief Executive Officer,
Board Chairman
Yes SAMUEL S
PROCTOR
3015 DUMBARTON RD,
HENRICO, VA, 23228 - 0000,
USA
10/07/2021
Principal Information
Current Shares
Total Shares:1100000
Filing History RA History Name History Previous Registrations
Garnishment Designees Image Request
Back Return to Search Return to Results
Back to Login
(https://www.scc.virginia.gov/clk/clk_contact.aspx)
(https://www.facebook.com/VirginiaStateCorporationCommission)
(https://twitter.com/VAStateCorpComm)
Privacy Policy (https://www.scc.virginia.gov/privacy.aspx) Contact Us
(https://www scc virginia gov/clk/clk contact aspx)
oc ___ )c ___ )
Signed and Sealed at Richmond on this Date:
«DATE»
Joel H. Peck, Clerk of the Commission
CISECOM
Document Control Number: «O2»
CERTIFICATE OF GOOD STANDING
I Certify the Following from the Records of the Commission:
That «Entity Name» is duly incorporated under the law of the Commonwealth of Virginia;
That the date of its incorporation is «Date of Formation/Registration»;
That the period of its duration is perpetual [or expires on {date}]; and
That the corporation is in existence and in good standing in the Commonwealth of Virginia as of
the date set forth below.
Nothing more is hereby certified.
That FROEHLING & ROBERTSON, INCORPORATED is duly incorporated under the law of the
Commonwealth of Virginia;
That the date of its incorporation is October 11, 1924;
That the period of its duration is perpetual; and
That the corporation is in existence and in good standing in the Commonwealth of Virginia as of
the date set forth below.
Nothing more is hereby certified.
May 10, 2019
1905105476
~fof:e filnrpnrafinn filnttttttiz:sinn
COMMONWEALTH .. ofYIRGINIA Department of Professiona[�zj\l {)¢cµpiti¢#�l�;u1lt1,�h \ • 9960 Maylan��:p;�;:i�:�)�{1��,�t��p� 2�2?J •••• ···· ··NUMBER
0411000053
. . BOARD FOR ARCHITECTS, PROFESSIONAL ENGINEERS, LAND SURVEYORS, CERTIFIED INTERIOR DESIGNERS
< �Gb1N$;;tt:tNtif,a� ���1�1:����STRATION
FROEHLING ROBERTSON INC 1734 SEIBEL DR N E ..................... _ VA.24012_.
Status can be verified at http://www.dpor.virginia.gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
JIJl ■lt COMMONWEALTH of VIRGXNl!A
Department of Professional and Occupational Regulation
BOARD FOR APELSCIDLA
BUSINESS ENTITY BRANCH OFFICE REGISTRATION
NUMBER: 0411000053 EXPIRES: 02-28-2022
'lillif IN
Status can be verified at http://www.dpor.virginia.gov
11.118.llt
.•.•:::.::::.;;:,:::::;:::•:: '1,_�;.ec�n,Oireci
DPOR-PC (02/2017)
DPOR-LIC (02/2017)
(DETACH HERE)
H rrr:\:._
·::· '::'!=-:;:.:
i,%~r:J~:i,_tr_.· ----------------
COMMONWEALTH ofVIRGINIA
Department of Professional Jd Occu.p~ti~~al R~gul~tibn \
9960 Mayland Drive, Suite~O;Ricticiond/Vfi. 23233 . . ..... ·
Telephone: (80i:t)367-85Q{l J · ··
NUMBER
0402035154
BOARD FOR ARCHITECTS ;PHOFESSIONALENGINEERS , LAND SURVEYORS , CERTIFIED INTERIOR DESIGNERS .. .... .. .. AND LANDSCAPE ARCHITECTS
···•·••. l?RQFES$10NAL,.E .NGINEER LICENSE
BRIAN ANDREW HENSCHEL
.. l03 CAROL CT
. FOREST , VA 24551
Status can be verified at http://www.dpor.virginia .gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
llillJ.Lt
DPOR-LIC (02/2017)
':. :ol-31-2022 COMMO WE�:fH of YIRpI '. .. IA. Department of Professional arid Occµp.ation,al Regulatioh: ,, i[
9960 Maylan��:Pv:�:e�i�::��i·:;�:fociP:: VA 2�i�:� (:,, ·::i:i:�:i/i' NUMBER
0402039985
BOARD FOR ARCHITECTS, PROFESSIONAL ENGINE�RS, LAND SURVEYORS, CERTIFIED INTERIOR DESIGNERS.. -'}' 'AND'LANbSCAPE ARCHITECTS
, t:�0Fess1ONAL E�GINEER LICENSE
·:"': :_. ·:·::
CHADWICK RYAN MCMURRAY .,. ... �• ,..318 GOLF RIDGE DR < :;'••·.KINGSPORT, TN 37664
::} . ,··.:. �::
Status can be verified at http://www.dpor.virginia.gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
�■Sll C��.�r����21
;cc�;.,����!�i� BOARD FOR APELSCIDLA PROFESSIONAL ENGINEER LICENSE NUMBER: 0402039985 EXPIRES: 01-31-2022 ;tt aA&i���fui�ND�6_M��R;Y"
1<1t,1GsPOF.n:::-:rN-37664 · · __ b
.11.119..Jlt
DPOR-LIC (02/2017)
(DETACH HERE)
[ l
EXPIRES ON
10-31-2023 COMMONWEALTH of VI GIN!A Department of Professional aod Oecupati0nal Regulation 9 60 Mayland Drive. uite·40 , Richmond. VA 23233 Telephone: (80;i) 367-8 00 NUMBER
0402026425
BOARD FOR ARCHITECTS, PROFESSIONAL ENGINEERS, LAND SURVEYORS, CERTIFIED INTERIOR DESIGNERS
AND LANDSCAPE ARCHITECTS
PROFESSIONAL ENGINEER LICENSE
BRADFORD JAY STIPES
1700 KRAFT DRIVE
SUITE 1200
BLACKSBURG, VA 24060
Status can be verified at http://www.dpor.virginia.gov
(SEE REVERSE SIDE FOR PRIVILEGES AND INSTRUCTIONS)
.11.11 ■11
DPOR-LIC (02/2017)
· [..._________,,] 9 . . [ l
TAB 6:
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
TOV-2022-003-PZ WA5thTWL Page 15
EXHIBIT 1
FIRM DATA SHEET
Funding: F (S=State F=Federal) Project No.: RSTP-149-250, UPC 111649
Project Name: Walnut Avenue Bicycle and Division: VDOT Salem District
Pedestrians Accommodations Project – 5th Street EOI Due Date: November 18, 2021
to Town’s West Limits
The prime consultant is responsible for submitting the information requested below on all firms on
the project team, both prime and all sub consultants. All firms are to be reported on one combined
sheet unless the number of firms requires the use of an additional sheet. Failure to submit all of the
required data may result in the Expression of Interest not being considered.
SWaM Status Receipts
* YD = DBE Firm Certified by DMBE N = DBE or SWaM Firm Not Certified by DMBE
NA = Firm Not Claiming DBE or SWaM Status
YS = SWaM Firm Certified by DMBE. Indicate whether small, woman-owned, or small business.
DMBE is the Virginia Department of Small Business and Supplier Diversity
Whitman, Requardt & Associates, LLP
1705 Enterprise Drive, Suite 100
Lynchburg, VA 24502 NA 106 Years $180,000,000
Quinn Consulting Services, Inc.
3130 Halifax Road
South Boston, VA 24592
DBE/SWaM #626289
Froehling & Robertson, Inc.
1734 Seibel Drive, N.E.
Roanoke, VA 24012
SWaM #649650
YD/YS
DBE/SWaM
Woman-owned
YS/SWaM
Minority-owned
$25,903,23423 Years
140 Years $29,000,000
TAB 7:
Certification Regarding
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
TOV-2022-003-PZ WA5thTWL Page 17
EXHIBIT 3
CERTIFICATION REGARDING DEBARMENT
PRIMARY COVERED TRANSACTIONS
(To be completed by a Prime Consultant)
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
1)The prospective primary participant certifies to the best of its knowledge and belief, that
it and its principals:
a)Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency.
b)Have not within a three-year period preceding this proposal been convicted of or
had a civil judgment rendered against them for commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public
(Federal, State or local) transaction or contract under a public transaction; and have
not been convicted of any violations of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification, or destruction of
records, making false statements, or receiving stolen property.
c)Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the offenses
enumerated in paragraph 1) b) of this certification.
d)Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State or local) terminated for cause or default.
2)Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation to
this proposal.
The undersigned makes the foregoing statements to be filed with the proposal submitted on
behalf of the offeror for contracts to be let by the Commonwealth Transportation Board.
Signature Date Title
Name of Firm
11/18/2021 Senior Vice President
Whitman, Requardt & Associates, LLP
EXHIBIT4
CERTIFICATION REGARDING DEBARMENT
LOWER TIER COVERED TRANSACTIONS
(To be completed by a Sub-consultant)
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town's West Limits
1) The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
2) Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
The undersigned makes the foregoing statements to be filed with the proposal submitted on
behalf of the offeror for contracts to be let by the Commonwealth Transportati9n Board.
Quinn Consulting Services, Inc.
Name of Firm
TOV-2022-003-PZ WA5thTWL
11/2/2021
Date
President
Title
Page 18
TOV-2022-003-PZ WA5thTWL Page 18
EXHIBIT 4
CERTIFICATION REGARDING DEBARMENT
LOWER TIER COVERED TRANSACTIONS
(To be completed by a Sub-consultant)
Construction Engineering and Inspection Services for
Walnut Avenue Bicycle and Pedestrian Accommodations Project
5th Street to Town’s West Limits
1)The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
2)Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
The undersigned makes the foregoing statements to be filed with the proposal submitted on
behalf of the offeror for contracts to be let by the Commonwealth Transportation Board.
Signature Date Title
Name of Firm
ϭϭͬϭϮͬϮϬϮϭ ZĞŐŝŽŶĂůsŝĐĞWƌĞƐŝĚĞŶƚ
&ƌŽĞŚůŝŶŐΘZŽďĞƌƚƐŽŶ͕/ŶĐ͘
~
TAB 8:
DBE Commitment and
RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian
Accommodations Project – 5thStreet to
Town’s West Limits CEI
November 9, 2021
Elizabeth Quinn Vicinski
President
Quinn Consulting Services, Inc.
14160 Newbrook Drive, Suite 220
Chantilly, VA 20151
Re:Request for Proposal
Construction Engineering and Inspection Services – Walnut Ave Bicycle and Ped Accommodations Project
RFP No.: TOV-2022-003-PZ WA5thTWL
Dear Ms. Quinn Vicinski:
Whitman, Requardt & Associates, LLP (WRA) is pleased to confirm our commitment to work with Quinn Consulting
Services, Inc. (QCS) on the above referenced project.
QCS is requested to provide Construction Engineering Inspection Services. WRA anticipates the percentage of these
services to be fifteen percent (15%) of the professional services contract. WRA understand that QCS is certified by
the Virginia Department of Small Business and Supplier Diversity as a Disadvantaged Business Enterprise (DBE) and
as a Small, Women and Minority (SWaM) owned business, with the certification number of 626289.
We look forward to QCS providing these services throughout the duration of this contract. If you have any further
questions, you may contact me at (434) 238-5956.
WRA will not discriminate on the grounds of race, color or national origin in the selection of contractors for any award
or contract. Minorities will be afforded full opportunities to submit bids and will not be discriminated in consideration
of any awards or contract.
Very truly yours,
WHITMAN, REQUARDT & ASSOCIATES, LLP
Brian A. Henschel, PE, CCM, PMP
Senior Vice President, Construction Management Services
1705 Enterprise Dr i ve , Suite 100
Whitman, Requardt & Associates, LLP
Engineers · Architects · Environmental Planners Est. 1915
Lynchburg , VA 24502
www .wrallp .com · Phone : 434 .237 .9280 · Fax: 434 .237 .9283
Quinn Consulting Services Incorporated
November 10th , 2021
Mr. Brian Henschel, PE, CCM, PMP
Senior Vice President, Construction Management Services
Whitman, Requardt & Associates, LLP
1705 Enterprise Drive, Suite 220
Lynchburg, VA 24502
Reference: Request for Proposal
Construction Engineering and Inspection Services -Walnut Avenue Bicycle and Pedestrian
Accommodations Project (RFP No.: TOV-2022-003-PZ-WASthTWL)
Dear Mr. Henschel:
Quinn Consulting Services, Inc., a registered Virginia DBE/WBE/SWAM business (#626289), is pleased to
confirm our commitment to work with Whitman, Requardt & Associates, LLP (WRA) on the above
referenced project.
Quinn Consulting Services, Inc. will provide Construction Engineering Inspection Services in support of this
project. We anticipate the percentage of these services to be fifteen percent (15%) of the professional
services contract. Quinn is certified by the Virginia Department of Small Business and Supplier Diversity as
a Disadvantaged Business Enterprise (DBE) and as a Small, Women and Minority (SWaM) owned business,
with the certification number 626289.
Thank you for including Quinn on your team, and we look forward to working with you on this contract .
President
14160 Newbrook Drive, Suite 220, Chantilly, VA 20151 I Phone: 703.818.0721 I Fax: 703.818.9392
11/15/21, 2:37 PM Directory Listing
https://directory.sbsd.virginia.gov/#/directory 1/2
(http://www.virginia.gov)
Directory Listing
MWAA last
updated on
NOV 08,
2021 04:17
AM EST
Certification Type
NIGP
NAICS
City
ZIP Code
Business Category
All contains
Match found 1
Sort by: Company name
Show entries: 5
Reset filtersApplied Filters
Quinn Consulting Services
Incorporated
Elizabeth Quinn Vicinski
14160 Newbrook Drive, Suite 220
Chantilly, VA 20151
Phone: (703) 818-0721
Fax: (703) 818-9392
equinn@quinn-consulting.com
(mailto:equinn@quinn-consulting.com)
www.quinn-consulting.com (http://www.quinn-
consulting.com)
Certification Number: 626289
SWaM Certification Type:
Small Start Date: 04-24-2018
Women-Owned Start Date: 04-24-2018
SWaM Expiration Date: 04-24-2023
NIGP Code and Description:
92500 ENGINEERING
SERVICES,
PROFESSIONAL
95826 Construction Management
Services
90700 ARCHITECTURAL AND
ENGINEERING
SERVICES, NON-
PROFESSIONAL
Quinn Consulting
I VIRGINIA DEPARTMENT OF ~ ~fit .. -~El,,~J
( )
( )
( )
( )
[ V
C V
11/15/21, 2:37 PM Directory Listing
https://directory.sbsd.virginia.gov/#/directory 2/2
DBE Certification Type:
DBE Start Date: 04-01-1998
DBE Fed Type: DBE/WBE
DBE/ACDBE Certifying Agency: SBSD
NAICS Code and Description:
Pcard: N
Business Category: Architectural and
Engineering Services
237310 Construction project
management, highway,
street and bridge
construction
237990 Construction project
management, mass transit
Exhibit C
Whitman, Requardt & Associates (WRA), LLP
Scope of Work and Fee
Construction Engineering, Management, and Inspections Services Proposal
for RFP # TOV-2022-003-PZ WA5thTWL
Walnut Avenue Bicycle and Pedestrian Accommodations Project –
5th Street to Town’s West Limit: UPC 111649
April 19, 2022
Page 1 of 5
Town of Vinton – Walnut Avenue Bicycle and Pedestrian Accommodations – 5th Street to Town
West Limits Project
Town Project # RSTP-149-250, UPC 111649
FHWA Project # RSTP-2158 (457)
Contract Number: TOV-2022-003-PZ WA5thWL
Construction Phase Services
Proposed Scope of Work
Submittal April 19, 2022
Whitman, Requardt & Associates, LLP (WRA), proposes to provide professional construction engineering,
management and inspection services to the Town of Vinton (Town) for the construction of the Walnut Avenue
Bike/Pedestrian Project as set forth in the Construction Plans and Project Manual prepared by Mattern & Craig for this
project. Generally these proposed services include the following:
Construction Engineering
Construction Inspection
Construction Management
Locally Administered Projects (LAP) Coordination
WRA notes that our proposed services will comply with VDOT’s Policies, Procedures and Guidelines, and will be
performed in accordance with VDOT’s Locally Administered Projects Manual (most recent edition is February 2018)
and/or VDOT’s UCI Program Admin Guide, as appropriate. Please note the following for further description of the
proposed services:
PRE-CONSTRUCTION SERVICES
Facilitate and record meeting minutes for the Pre-Construction Conference with the Contractor. The initial Erosion
and Sediment Control Conference will be held in conjunction with the Pre-Construction Conference and WRA will
assist in the facilitation and discussion of the E&S requirements and inspections for the project.
Attend other Pre-Construction Meetings as requested by the Town
Review plan and contract documents as requested by the Town
CONSTRUCTION PHASE SERVICES
Administration
Provide support to Mattern & Craig design and engineering support staff for construction administration as needed.
Assist the Town with the review of all Change Order requests and develop independent cost estimates. Coordinate
as necessary with VDOT to obtain State (County and Town) approval. Review and respond to Notices of Intent
(NOI) to File Claim (up to three NOI’s before additional funding may be required). Full Claim Analysis may
require additional funding.
Provide Progress Reports for the Town, and, as reasonably requested, VDOT.
Responsible Charge Engineering
Perform role of Responsible Charge Engineer on the project during construction as defined by VDOT, making
responsible charge decisions to the extent delegated by the Town of Vinton.
Inspection
Provide fully VDOT-certified inspectors with experience in all areas of work covered by this project, including Work
Zone safety, erosion and sediment control, OSHA safety, concrete placement, aggregate compaction, asphalt
paving, utility relocation, lighting, architectural and landscaping features.
Scope of Services and Fee Proposal
UPC 111649 – Walnut Avenue
April 19, 2022
Page 2 of 5
Provide a Locally Administered Program Coordinator to coordinate between the Town’s LPA and VDOT,
overseeing project-level compliance with requirements of the LAP Manual, and providing (or recommending)
correspondence or notification to VDOT at critical points in the project.
Facilitate and respond to VDOT’s reviews, which are expected to occur roughly monthly. Coordinate with Town
staff regarding the items noted and oversee correction of agreed-upon items.
Ensure compliance of all work with the plans and specifications. Key components of project include embankment
fill, drainage, retaining wall installation, utility relocation, curb and gutter and sidewalk, subgrade, asphalt paving,
lighting and landscaping.
Reject Non-conforming work and require rework and/or a reduction or adjustment in price.
Coordinate with appropriate parties for any Special Inspections as required.
Communicate as appropriate with local businesses and neighborhoods associations to ensure access to their
properties and minimal disruption to daily routines. Maintain communication on impacts and schedule throughout
the project.
Lead and facilitate project progress and scheduling meetings. Record meeting minutes.
Sampling and Testing Materials & Materials Tracking
Review and approve materials submitted on Form C-25, Source of Materials. Update and maintain these forms,
identifying federally required acceptance methods for each material.
Perform sampling and testing of materials in accordance with the VDOT Materials Manual of Instructions, as well
as Chapter 13 of the LAP Manual. WRA will self-perform concrete field tests. WRA may self-perform or contract
out sub-grade compaction, stone density, and asphalt density. Perform at frequencies as identified in LAP Manual
Appendix 13.2-G.
Contract with an AASHTO Accredited Lab to perform materials testing to include: concrete cylinder breaks,
concrete permeability tests, reinforcing steel properties, testing asphalt cores for density.
Develop a Quality Assurance Plan (QAP) for submission and approval by VDOT. The QAP will be developed as
part of the larger Construction Management Plan (CMP).
Produce test reports to be included as part of the permanent file.
Coordinate with VDOT as desired to allow for Independent Assurance/Independent Verification testing, giving
VDOT an opportunity to perform comparison testing if desired.
Reject or recommend appropriate penalty or reduction in payment for materials that do not meet required properties
and/or characteristics.
Ensure compliance with the Domestic Material specification (Buy America) on all steel products.
Maintain a Materials Notebook (TL-142) with an accounting of all materials used on the project, as well as a
summary of all necessary information needed to certify each material. Utilize VDOT Approved Lists, the VDOT
QA/QC Program, Manufacturer’s Certifications, and, where required, review and assign Locality Tracking (LT)
numbers to confirm certification.
Project Documentation
Provide all documentation identified in Appendix 13.1-D of the LAP Manual, starting with a Daily Diary of all work
performed on the project. Thoroughly photograph work on the project.
Develop and maintain a documentation tracking system, including the review status of all submittals.
Create a project team site using WRA’s hosted project intranet site (SecureShares), which would allow 24-hour
access to all project documentation for all project team members.
Review and recommend approval or modification of the monthly pay estimate. Ensure that materials used have
proper certification to allow payment, that Civil Rights documentation is up to date, and that environmental
Scope of Services and Fee Proposal
UPC 111649 – Walnut Avenue
April 19, 2022
Page 3 of 5
commitments are met. Issue a certification each month with the submission of the Pay Application for the Town to
submit to VDOT for funding reimbursement.
Evaluate and pay applicable Materials-on-Hand per invoices and applicable Fuel / Price Adjustments.
Review Civil Rights documentation (see Civil Rights section below)
Provide updates for the Town to VDOT on project progress, cost estimates & Civil Rights compliance, including
attending internal progress meetings and/or preparing biweekly correspondence to update Town staff on progress.
Write letters or other correspondence for the Town as requested.
Perform independent cost analyses of all Change Orders using statewide cost data, producing documentation
suitable for a Non-Federal Oversight (NFO) project in a format acceptable to the Town and VDOT (Including PCO’s
and VDOT Form C-10). Provide recommendations for acceptance or rejection of Contractor cost proposals.
In case of disputes, collect and maintain data to protect the Town’s interests and withstand federal/state audit in
case of a Claim.
Civil Rights and DBE Compliance
Evaluate Civil Rights requirements on the project, including if a DBE goal exists (requiring the Contractor to
complete Form C-63).
Review Prevailing Wage Rates, and perform Davis Bacon Interviews quarterly.
Receive and confirm Contractor Certified Payrolls meet Davis Bacon prevailing wages.
Receive Form C-28 Hourly Wage Rates prior to the second estimate and every 90 days thereafter.
Receive Form C-57 Total Project Employment monthly for the first three months of project
Confirm copy of Company EEO meeting minutes is on file with VDOT Civil Rights, and that an EEO Officer has
been designated.
Prepare Schedule B documentation as needed to ensure compliance with DBE requirements.
Check that EEO Bulletin Board is set up on the project and meets requirements.
Confirm that prime’s sub-contracts over $10,000 include EEO requirements, including FHWA-1273.
Follow all other requirements noted in LAP Manual Appendix 17C.
Environmental Compliance
Perform environmental compliance inspections as needed.
Perform environmental inspections using Form C-107 and the Minimum Standards.
Engineering Support
Review Contractor’s Baseline Schedule submission and all schedule updates and revisions. Review Schedule
Impact Analysis (SIA) submissions, up to two (2) requests for additional time. Perform schedule maintenance and
response required by the Contract Special Provision and ensure copies of documents are provided to the
appropriate parties.
Provide copies of erosion and sediment control inspections to Roanoke County Department of Development
Services.
PROJECT CLOSE-OUT
Create a Final Completion Punchlist, and participate in the Final Inspection of the project.
Coordinate with VDOT Civil Rights to ensure all close-out documentation is acquired.
Draft the Form C-5 and Road Inventory Notification Form MD4.01 for the Town.
Prepare any appropriate As-built information and drawings for the Town.
Scope of Services and Fee Proposal
UPC 111649 – Walnut Avenue
April 19, 2022
Page 4 of 5
Complete the Materials Certification using Form TL-131 for the Town at the end of the project, certifying for future
federal or state audits that all materials used on the project have been placed and tested in accordance with the
contract specifications.
Complete and submit final documentation. Recommend final payment to the Town for Final Invoicing.
EXCLUSIONS
Items Furnished by the Town of Vinton at no cost to WRA:
All reports, drawings, Contract Documents, maps, standard survey information, preliminary engineering data and
correspondence, and other pertinent information to performing services on the project.
Access to Town facilities and a Town Contact for coordination as needed
A project field office with basic office amenities including a copier/scanner/fax machine, work stations and file and
equipment storage areas (either directly or via the construction contractor).
A nuclear gauge storage facility (either directly or via the construction contractor). If not provided, WRA can
facilitate storing the guage at an off-site storage facility.
Items Not Included in the Scope of Work:
Inspection Services beyond the currently anticipated 300 days Substantial completion date. Construction Duration
longer than the currently anticipated July 2022 to July 2023 (subject to change) timeframe.
Services as Responsible Land Disturber or VSMP Permit inspections.
Field surveying of existing features and utilities or locating proposed project features. Also not included is
Surveying equipment.
The budget does not include detailed claims analysis, though this service is available upon authorization by the
Town.
Project Team:
The Project Team was developed based on the plans and specifications produced for the Town of Vinton by Mattern
& Craig describing the scope and time limits of the project. The WRA Team includes WRA as the consultant
Construction Engineering and Inspection firm. WRA will also contract with ECS, Inc. to provide certain laboratory testing
services. Assigned staff members and their roles include:
Project Manager/Responsible Charge Engineer – Chad McMurray, P.E., CCM, PMP . Mr. McMurray heads
up WRA’s Virginia LAP construction engineering inspection services, and has provided LAP Coordination and
support to localities throughout Virginia. His role on this project will be to provide LAP support on this project, such as
overseeing Civil Rights reviews, issuing Locality Tracking (LT) numbers to certify materials, reviewing the Project
Schedule, and, as a value-added service, will be available to train Town personnel as desired in various aspects of
administering LAP projects. Responsibilities as Project Manager will include Administration of the consultant contract,
Quality Assurance of the services performed by our team, regular interaction with the Town to ensure the WRA Team
is exceeding client expectations, coordination with VDOT and other stakeholders to facilitate project progress, and
technical support to the Project Team as needed.
Construction Manager – Chris Lee (Quinn Consulting Services). Mr. Lee has nearly 30 years of program and
project management experience in construction management, inspection, and contractor roles over the course of his
career. Mr. Lee will assign and oversee inspection staff, resolve field questions and issues, and coordinate with the
Town and VDOT. In addition to Construction Management and Inspection duties, Mr. Lee will also be available to
assist with LAP coordination duties. He will be a valuable resource in ensuring that the Town and the project remains
in full federal and state compliance at all times.
Scope of Services and Fee Proposal
UPC 111649 – Walnut Avenue
April 19, 2022
Page 5 of 5
Lead Senior Inspector – TBD: WRA will provide a fully VDOT-certified Senior Inspector once the official dates for
start of construction have been established. The Senior Inspector will be responsible for conducting or coordinating
all testing and inspection services on site on a full-time basis. WRA also employs over 15 other VDOT certified
inspectors within commuting distance of the project to assist with peak inspection and testing needs.
QA Laboratory: WRA will subcontract with ECS as the approved testing laboratory to meet the testing requirements
in the LAP Manual. ECS is an AMRL and CCRL certified laboratory in the tests that will be required to meet the testing
requirements. These certifications are available upon request.
Fee Proposal:
WRA will perform the scope of services with the staff listed above, augmented or replaced with approved alternatives
as required or requested by the Town of Vinton, based on Fixed Billable Rates (FBR) for the hours expended plus
approved direct expenses with a not-to-exceed budget limit. An FBR table has been prepared for WRA and is available
upon request.
Fixed Billable Rates are based on an average of certified payroll hourly rates for employees who may be assigned to
the project plus our FAR audited overhead rates and a 10% profit. Back-up documentation to justify these rates is
available if requested.
Direct expenses are also estimated, with supporting back-up available upon request. Anticipated direct expenses
include: the testing laboratory invoices (ECS), truck leases and mileage, a cell phone allowance, and the nuclear gauge
rental. Cell phones are included at the VDOT maximum rate of $45.00/month. Truck leases are based on a 36-month
lease, and mileage is based on the current federal rate. The nuclear gauge rental quote is for a month-to-month rental
of a gauge. The costs of all other testing equipment (field soils and concrete testing), basic office equipment such as
a computer and air card, Personal Protective Equipment, and standard mechanical field measuring devices are
included in our fixed billable rates. Back-up for direct expenses is available if requested.
Looking at the anticipated schedule for construction, and the services requested in the RFP, and using these Fixed
Billable Rate Table and anticipated Direct Expenses, we have prepared the attached Budget Spreadsheet. The
spreadsheet indicates our assumptions regarding hours per month for each assigned position, overtime per month,
and laboratory and other direct expenses per month. These items sub-total into an estimated monthly expenditures,
and sum into a project total budget for services between the end of the procurement phase (July 2022) and the end of
construction and project close-out (Project Completion in June 2023, with minor time for project close-out processes).
Services outside of this time period may result in the requirement for additional funding. As indicated on this form, we
anticipate a total project budget of $254,200.00.
We look forward to working with the Town of Vinton on this important project. If you have any questions, or need any
additional information, please let me know. Please do not hesitate to contact me at (434) 237-9280.
Very truly yours,
Whitman, Requardt and Associates, LLP
Chad McMurray, P.E., CCM, PMP
Associate / Project Manager
Enclosures
Construction NTP:
Substantial Completion:(300 days)
Final Completion:20 21 20 23
Total Working Days per Month:
Position Firm
ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT ST OT
Responsible Charge Engineer WRA $161.27 $162.88 8 5 5 4 4 4 4 4 4 4 4 8 6 64 0 $10,376.17 $0.00
Construction Manager QCS $104.62 $0.00 $105.66 32 58 53 53 50 36 18 17 42 50 55 55 40 558 0 $58,613.73 $0.00
Senior Construction Inspector WRA $73.43 $90.71 $74.16 $91.61 32 184 35 168 42 168 42 160 40 144 18 144 136 168 21 160 30 176 33 176 33 40 1,856 294 $137,019.17 $26,728.13
Construction Inspector WRA $63.09 $77.94 $63.72 $78.72 0 0 $0.00 $0.00
Construction Inspector Trainee WRA $50.36 $62.21 $50.87 $62.83 0 0 $0.00 $0.00
Engineering Support - Senior WRA $176.32 $178.09 0 0 $0.00 $0.00
Engineering Support - Junior WRA $133.42 $134.76 0 0 $0.00 $0.00
WRA $161.27 $162.88 0 0 $0.00 $0.00
WRA $98.00 $98.98 0 0 $0.00 $0.00
Administrative Assistant WRA $51.61 $63.67 $52.12 $64.30 0 0 $0.00 $0.00
WRA 0 0 $0.00 $0.00
0 0 0 0 72 0 247 35 226 42 225 42 214 40 184 18 166 0 157 0 214 21 214 30 235 33 239 33 86 0 2,478 294 $206,009.07 $26,728.13
Monthly Labor Costs:
Total Resources per Month:0.00 1.25 1.25 1.25 1.25 1.25 1.25 1.25 1.25 1.25 1.25 1.25 0.25
Truck Leases (WRA)*$740.00 $10,175.00
PlanGRID Subscription $1,595.00
Leased Truck Mileage $0.325 $223.44
Nuclear Gauage
Monthly Totals:$11,993.44
QNTY
Concrete Strength Cylinders 21.0 Sets $80.0/set
Concrete Permeability Cylinders 0.0 Sets $1,100/set
Reinforcing Steel Characteristics Test $500/set
Standard Proctor 1.0 Sets $500/set
Sub-Consultants
QNTY
Monthly Totals:
Budgeted Monthly Total:
% of Total Budget
Cumulative % of Budget:
Cumulative Total:
8/1/22 Town of Vinton - Walnut Avenue UPC 111649
5/28/23 Fee Proposal (4/18/2022) - CEI Services - Project Award through Project Close-out (Updated 2022/23 Rates)
6/27/23
Year 1 Labor Estimate Year 2 Labor Estimate
Nov-22 Dec-22 Jan-23 Feb-23
Pre-Construction Services Construction Phase Services Post Const
Year 1 Rate (2022)Year 2 Rate (2023)May-22 Jun-22 Jul-22 Aug-22
$12,534.01 $19,472.61 $20,549.09 $22,538.84 $23,190.38 $8,170.25
Total Costs
$0.00 $0.00 $6,987.75 $23,462.34 $22,444.66 $22,283.39 $21,252.99 $16,617.93 $13,232.98
Mar-23 Apr-23 May-23 Jun-23 Jul-23 Total HoursSep-22 Oct-22
Direct Expense
$925.00 $925.00 $925.00 $925.00 $925.00
$145.00 $145.00 $145.00 $145.00 $145.00$145.00 $145.00 $145.00 $145.00 $145.00 $145.00
$925.00 $925.00 $925.00 $925.00 $925.00 $925.00
$20.31 $20.31
$750.00 $750.00
$20.31 $20.31 $20.31 $20.31 $20.31 $20.31$20.31 $20.31 $20.31
$750.00 $750.00 $750.00 $750.00 $750.00 $750.00
$1,840.31 $1,090.31 $0.00
QA Laboratory Test
$1,840.31 $1,840.31 $1,840.31 $1,840.31 $1,840.31 $1,840.31$0.00 $0.00 $0.00 $1,090.31 $1,090.31 $1,840.31
$240.00 $240.00 $320.00 $320.00 $1,680.00$240.00 $320.00 $320.00 $320.00 $320.00 $320.00
$0.00
$0.00
$500.00 $500.00
Monthly Totals:$0.00 $0.00 $0.00 $0.00 $740.00 $320.00 $320.00 $320.00 $0.00 $2,180.00$240.00 $240.00 $320.00 $320.00 $320.00 $320.00
$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
$14,694.32 $21,632.92 $22,709.40 $24,699.16 $24,600.69 $8,170.25
$0.00
$0.00 $0.00 $6,987.75 $24,552.65 $24,274.97 $24,363.70 $23,333.30 $18,778.24 $15,393.29
$0.00 $0.00 $0.00 $0.00 $0.00 $0.00
9.67% 9.82% 3.10%
0.00% 0.00% 2.60%12.74% 22.39% 32.01% 41.18%
9.17% 7.29% 5.99% 5.67% 8.48% 8.81%0.00% 0.00% 2.60%10.14%9.65% 9.62%
96.90%100.00%
$0.00 $0.00 $6,987.75 $31,540.40 $55,815.37 $80,179.07 $103,512.37 $122,290.61
48.47% 54.46% 60.12% 68.60% 77.41% 87.08%
$254,190.64$137,683.90 $152,378.22 $174,011.14 $196,720.54 $221,419.70 $246,020.39
Total Proposed Construction Phase CEI Budget:$254,200.00
RESOLUTION NO.
AT A REGULAR MEETING OF THE VINTON TOWN COUNCIL, HELD ON
TUESDAY, MAY 3, 2022, AT 6:00 P.M., IN THE COUNCIL CHAMBERS OF THE
VINTON MUNICIPAL BUILDING, 311 SOUTH POLLARD STREET, VINTON,
VIRGINIA.
WALNUT AVENUE BICYCLE AND PEDESTRIAN ACCOMMODATIONS PROJECT-
5TH STREET TO TOWN’S WEST CORPORATE LIMIT
WHEREAS, on October 22, 2021, the Town issued a Request for Proposals (RFPs) for the
construction engineering, management, and inspection services for the Project; and
WHEREAS, by November 18, 2021, the date of closing of the RFPs, the Town received four (4)
sealed Proposals from qualified consulting engineering firms to provide the said
services; and each Proposal was given to the five voting-members of the Selection
Committee to be reviewed and scored; and
WHEREAS, on December 15, 2021, each of the four engineering firms were invited to give
technical presentations to and be interviewed by the Committee; and at the
conclusion of the interviews, the Committee discussed the strengths and
weaknesses of each firm, and the firms were ranked; and
WHEREAS, Staff contacted the listed references as submitted by the top-ranked firm, and the
Committee was briefed regarding the positive outcome of the reference checks; and
WHEREAS, A Notice of Intent to Award was issued to Whitman, Requardt & Associates
(WRA), LLP, on January 14, 2022; and
WHEREAS, beginning in February 2022, Staff has been in discussions with WRA personnel
regarding their scope of work and fee proposal; and the said proposal was
forwarded to VDOT Salem District Locally Administered Program (LAP) Project
Coordinator/Engineer and the Town Attorney, for their review and received their
approvals; and
WHEREAS, the proposal submitted by WRA needs to be accepted, and a contract needs to be
executed for the construction engineering, management, and inspection services for
the Project.
NOW, THEREFORE, BE IT RESOLVED, that the Vinton Town Council does hereby accept
the proposal and authorizes the Town Manager to execute a contract with WRA, for the
construction engineering, management, and inspection services for the Walnut Avenue Bicycle
and Pedestrian Accommodations Project - 5th Street to Town’s West Limits.
2
This Resolution adopted on motion made by Council Member _____________, seconded by Council
Member ________________, with the following votes recorded:
AYES:
NAYS:
APPROVED:
___________________________________
Bradley E. Grose, Mayor
ATTEST:
_____________________________
Susan N. Johnson, CMC, Town Clerk
Meeting Date
May 3, 2022
Department
Administration
Issue
Consider adoption of a Resolution authorizing the Town Manager to execute a Parking Lot Lease
and Real Property Purchase Right of First Refusal between David S. McClung, II and the Town
for approximately 1.463 acres located at 7 Walnut Avenue, Vinton, Virginia
Summary
Staff has worked with the Town Attorney and David S. McClung, owner of the property at 7
Walnut Avenue to finalize the terms of a Parking Lot Lease and Real Property Purchase Right of
First Refusal. The Parking Lot Lease will provide the Town with additional public parking options
for its farmer’s market, downtown businesses and special events. The Purchase Right of First
Refusal will provide the Town with the opportunity to purchase the property during the term of
the lease in order to protect the Town’s investment in making improvements to the parking lot on
the property.
Council was briefed on this matter at their February 15, 2022 meeting
Attachments
Parking Lot Lease and Real Property Purchase Right of First Refusal
Resolution
Recommendations
Motion to adopt Resolution
Town Council
Agenda Summary
{00463069.DOCX } 1
PARKING LOT LEASE
AND
REAL PROPERTY PURCHASE RIGHT OF FIRST REFUSAL
THIS PARKING LOT LEASE AND REAL PROPERTY PURCHASE RIGHT OF
FIRST REFUSAL AGREEMENT (“Agreement”) is made and entered into this 1st day of May,
2022, by and among DAVID S. MCCLUNG II, (“Owner”), the TOWN OF VINTON,
VIRGINIA, a municipal corporation in the Commonwealth of Virginia (“Town”), and TLF
MCCLUNG, LLC, a Virginia limited liability company (“TLF McClung”).
RECITALS
WHEREAS, Owner is the owner of certain real property consisting of approximately
1.463 acres, located at 7 Walnut Avenue in the Town of Vinton, County of Roanoke, Virginia, and
identified as Tax Parcel ID Number 060.15-07-17.00 (the “Property”); as depicted on the Roanoke
County GIS Map attached hereto as Exhibit A; and
WHEREAS, Town is in need of additional public parking for its farmers’ market,
downtown businesses, and special events; and
WHEREAS, the Property is a strategic location in downtown Vinton and located directly
adjacent to the farmer’s market and the Town’s Municipal Building and in close proximity to
downtown businesses; and
WHEREAS, Owner agrees to lease a portion of the Property as depicted on the site concept
plan attached hereto as Exhibit B to Town for use as public parking (“Parking Lot”), and Town
agrees to improve the Parking Lot for its intended use; and
WHEREAS, Owner agrees to grant Town a Right of First Refusal to purchase the Property
during the Term of the Lease in order to protect the Town’s investment in making improvements
to the Parking Lot on the Property; and
WHEREAS, Owner and Town agree that the purchase price for the Property, should the
Town exercise its Right of First Refusal, will be based on a baseline price of $400,000, which
amount shall increase as provided herein during the Term of this Agreement until such time as the
Town exercises its Right of First Refusal; and
WHEREAS, Owner has executed and recorded a Revocable Transfer on Death Deed
(“Deed”), a copy of which is attached hereto as Exhibit C, naming TLF McClung as the beneficiary
{00463069.DOCX } 2
for the Property (identified as Parcel 1 in the Deed) under the Virginia Uniform Real Property
Transfer on Death Act, Va. Code § 64.2-621 et seq.; and
WHEREAS, TLF McClung executes Agreement for the purpose of acknowledging that
its interest in the Property upon Owner’s death shall be subject to and subordinate to the Town’s
rights in the Property under this Agreement in accordance with Virginia Code § 64.2-632(B)
(which provides that TLF McClung, as the designated beneficiary of transfer on death deed, will
take the Property upon Owner’s death subject to contracts and other interests to which the Property
is subject at the time of Owner’s death, including without limitation the Right of First Refusal).
WITNESSETH
NOW THEREFORE, in consideration of the promises and mutual covenants exchanged
herein, the parties agree that:
I. PARKING LOT LEASE
1. Leased Premises. Owner hereby leases to Town and Town hereby leases from
Owner a portion of the Property identified as the Parking Lot on Exhibit B.
2. Term. The initial term of this Agreement shall commence on the date this
Agreement is fully executed by the Parties (“Commencement Date”) and shall
terminate on June 30, 2032 (“Termination Date”) unless extended as provided for
herein. This Agreement shall renew automatically on July 1, 2032 (“Renewal
Date”) for two years, and on each two-year anniversary of the Renewal Date
thereafter, on the same terms and conditions contained herein, unless either Party
provides the other Party with written notice of termination of this Agreement on or
before May 31 of any year during the Term or Town exercises its Right of First
Refusal to purchase the Property.
3. Rent. The Rent for the Parking Lot shall be $2,400 for the period commencing on
May 1, 2022, and ending on June 30, 2022. Thereafter, the annual Rent shall be in
the amounts stated on Exhibit D for each respective fiscal year (July 1 through June
30) during the Term of the Agreement. Town shall pay Owner the prorated Rent
stated above through June 30, 2022 on or before the Commencement Date.
Thereafter, Town shall pay annual Rent on or before each July 1st as long as the
Town is continuing to lease the Parking Lot. Rent for any partial year shall be
{00463069.DOCX } 3
prorated. If the Right of First Refusal is exercised during any Term or Renewal
Term for which Rent has been paid in advance, the prorated amount of Rent after
the Closing Date shall be credited to the purchase price. If the Agreement is
terminated during any Term or Renewal Term without Town exercising its Right
of First Refusal, then Owner shall reimburse to Town the prorated amount of Rent
after the Termination Date.
4. Supplemental Rent. The Town will annually pay Supplemental Rent to the Owner
in an amount equal to the increase in real estate taxes levied on the Property by
Roanoke County and the Town that is directly attributable to the Town’s
improvements to the Parking Lot on the Property. The calculation of Supplemental
Rent will be based on increases in the assessed value of Land, as a component of
the value of the Property, by the Roanoke County assessor. The assessed value of
Buildings on the Property shall not be included in the calculation of Supplemental
Rent. The baseline real estate tax assessment value on the Land for the purposes of
calculating Supplemental Rent will be the value assigned in the 2022 Roanoke
County Real Estate Assessment. Any increase in the tax assessment of the Land
over the 2022 assessed value of the Land will be reduced by an amount equal to the
most recent year’s assessed value of the Land multiplied by 2.5% for each year
between the 2022 assessment and the assessment year at issue. The resulting
modified increase in the assessed value of the Land will be multiplied by the then
prevailing tax rates in Roanoke County and the Town to determine the amount of
the Supplemental Rent. Within sixty (60) days of the end of each calendar year
during the Agreement, the Owner shall provide such financial and tax payment
information to the Town necessary to calculate payment and the Town shall initiate
the payment to the Owner within thirty (30) days. If the Agreement is terminated
or the Right of First Refusal is exercised, the Town will be relieved of the payment
obligation.
5. Use of Leased Premises and Property. Town’s use of the Parking Lot shall be
for public parking seven (7) days per week, twenty-four (24) hours per day. Owner
shall not use the Property in any manner that interferes with Town’s use of the
Parking Lot for a parking lot as provided herein, unless otherwise approved by
{00463069.DOCX } 4
Town in writing, in advance. During the Term of the Agreement, Town shall have
access to the Property as reasonably necessary to perform studies, site plans, testing
and feasibility studies for the purpose of evaluating whether and when Town may
exercise its Right of First Refusal.
6. Maintenance. Town shall regularly inspect the Parking Lot and keep it free of
trash and debris.
7. Improvements, Repairs, Additions & Replacements. Town may, at its own cost
and expense, at any time make alterations, changes, repairs, replacements,
improvements, and additions in and to the Parking Lot, provided, however, that
Town shall not demolish any structure of a permanent character without the express
written consent of Owner. Town may improve, alter, change and make
replacements and additions to the Parking Lot as Town deems appropriate given
the intended use of the Parking Lot as a parking lot. Town may maintain the Parking
Lot as Town deems appropriate given the intended use of the Parking Lot. Town
will work in consultation with Owner to design the alterations, changes, repairs,
replacements, improvements, and additions in and to the Parking Lot to
accommodate appropriate dedicated parking and ensure reasonable access to the
interior of the building that is located on the Property at the time of executing the
Agreement.
8. Insurance. Town shall carry public liability insurance for its activities on the
Parking Lot and name the Owner as additional insured.
9. Notice. Any notice or communication required or permitted to be given by any
provision of this Agreement will be in writing and will be deemed to have been
given when delivered personally, by email, or by first class mail to the Party
designated below to receive such notice:
To: Owner
David S. McClung
1480 Hollybrook Rd
Salem, VA 24153
{00463069.DOCX } 5
To Town:
Attn: Town Manager
Town of Vinton, Virginia
311 S. Pollard Avenue
Vinton, Virginia 24179
To TLF McClung:
Frances M. Ferguson, Member
1917 Maylin Dr.
Salem, VA 24153
II. RIGHT OF FIRST REFUSAL TO PURCHASE PROPERTY
1. Right of First Refusal. In accordance with the terms and conditions herein,
Owner hereby unconditionally and irrevocably grants, bargains, sells, and
conveys to Town, the exclusive right and option to purchase the Property at a
price established as provided herein.
2. Right of First Refusal Term. The term of the Right of First Refusal shall
commence on the Commencement Date of the Agreement , and shall
continue during the T erm of this Agreement, including any Renewal Term s .
The Right of First Refusal Term shall expire only upon the termination of
the Agreement , unless extended pursuant to the terms of Section 4 below.
3. Consideration. This Right of First Refusal is granted by Owner in consideration
of Town’s agreement to improve the Parking Lot for public parking at no cost to
Owner. Town has agreed to establish public parking on the Parking Lot in order to
further benefit the Town, the downtown area, and its citizens. The Parties further
covenant and agree that a portion of the Rent paid by Town to Owner is in
consideration for the Right of First Refusal .
4. Extension of Right of First Refusal Term. This Right of First Refusal may
be extended beyond the termination of the Agreement upon mutual agreement of the
{00463069.DOCX } 6
Parties. For clarity this Right of First Refusal shall not expire prior to the expiration
of the Term of the Agreement, including any Renewal Terms.
5. Method of Exercising Right of First Refusal. Town may exercise the Right of
First Refusal to purchase the Property as follows:
A. The Owner agrees not to accept any purchase offers and the Town agrees not
to execute Right of First Refusal until after Owner’s death. If Owner is deemed as
non-compos mentis, the Power of Attorney is bound by this agreement.
B. If Owner receives a conditional or unconditional offer to purchase the
Property, or any portion thereof, Owner shall provide written notice of such offer to
Town within seven (7) days of Owner’s receipt of such offer. Within thirty (30) days
after Town’s receipt of written notice of an offer from Owner, Town may provide
written notice to Owner of the exercising of the option to purchase the Property.
C. If Owner provides written notice of termination of the Parking Lot Lease
under Section I.2. above, then, within thirty (30) days after Town’s receipt of
Owner’s written notice of termination, Town may provide written notice to Owner
of the exercising of the option to purchase the Property.
D. Following Owner’s death, the Town may, at any time, exercise its right of
first refusal by providing written notice to TLF McClung or any other successor
or heir of Owner, notwithstanding the lack of a third-party offer to purchase the
Property
E. At any other time, during the Right of First Refusal Term the Parties may
mutually agree that Town may exercise its option to purchase the Property.
F. Upon Town’s delivery of written notice that it is exercising its option to
purchase the Property, the Parties shall cooperate in good faith to execute a
mutually agreeable contract for the purchase and sale of the Property and shall
thereafter proceed to closing on the transaction with reasonable diligence. The
Parties covenant and agree to execute and deliver all necessary documents and to carry
out all other reasonably necessary acts in order to consummate the closing on the sale
of the Property to Town.
6. Termination. This Right of First Refusal may be terminated in a writing
signed by Owner and Town .
{00463069.DOCX } 7
7. Purchase Price. If the Town exercises its Right of First Refusal to purchase
the Property, Town’s Purchase Price shall be determined as follows:
A. If the Town exercises its Right of First Refusal under Section II.5.
above, then the purchase price for the Property will be the value stated on
Exhibit E for the fiscal yea r (July 1 to June 30) during which th e Town gives
notice of its intent to exercise its Right of First Refusal, LESS any prorated
Rent to be reimbursed to Town under Section I.3. above, and any other
amounts due to Town under this Agreement .
B. Town shall make Rent payments as specified until the sale has closed .
C. Should the Agreement be renewed under Section I.2 , the same terms
and provisions contained in sections 7.A above will remain in effect for the
Renewal Term .
8. Closing. The date for delivery of the Deed and the closing of this transaction
shall be tentatively set within seventy-five (75) days from the date of exercise
of this Right of First Refusal by Town; or at such other date as may be agreed
upon in writing by the parties (the “Closing”). The Closing shall be held at a
place mutually agreeable to the Parties.
9. Possession. At Closing, Owner shall convey to Town good, marketable, and
insurable fee simple title to the Property, or the portion thereof identified by
Town in its notice, by General Warranty Deed containing Modern English
Covenants of Title free and clear of all liens, defects, and encumbrances, and
subject only to such restrictions and easements as shall then be of record and
which do not affect the use of the Prop erty for Town’s purposes .
10. Taxes, Assessments, and Closing Costs. Owner shall pay or credit to the
Purchase Price all delinquent taxes, including penalties and interest, and all
assessments and liens on the Property, on or before Closing. Taxes assessed
but not yet delinquent shall be prorated as of the date of Closing based on a
365 -day calendar year. Town shall be responsible for its title commitment,
title insurance, and all due diligence costs. All other closing costs shall be
split. Owner shall prepare the transfer deeds at its expense. Owner will not
be responsible for payment of Town’s attorneys’ fees, if any.
{00463069.DOCX } 8
11. No Mechanics Liens. Owner shall deliver to Town at Closing an affidavit ,
signed by Owner, certifying that no labor or materials have been furnished
to the Property within the statutory period for the filing of mechanics’ or
materialmen’s liens on the Property.
12. Care. Owner will maintain the Property, other than the Parking Lot , in good
repair and in the condition it was on the Commencement Date, less ordinary
wear and tear, during the Term of this Agreement until Closing.
13. Risk of Loss. All risk of loss or damage to the Property, other than the
Parking Lot, shall remain with Owner during the Term of this Agreement until
Closing.
14. No Commission. The Parties represent and warrant that no third party is
entitled to any brokers commission by virtue of any aspect of this transaction.
15. Survival of Representations and Warranties. This Agreement (including
the Parking Lot Lease and Real Property Purchase Right of First Refusal )
shall be binding upon the Parties and their respective heirs, legal
representatives, successors , heirs, and assigns, and the covenants contained
herein shall survive the Closing of this transaction. Without limiting the
foregoing, this Agreement (including the Parking Lot Lease and Real
Property Purchase Right of First Refusal) shall be binding on TLF McClung
should it acquire the Property pursuant to the Deed upon Owner’s death.
16. Amendments. This Agreement shall not be amended or modified in any way except
by an instrument signed by Owner and Town.
17. Governing Law. This Agreement shall be governed by and construed in
accordance with the laws of the Commonwealth of Virginia. Any legal action
between the Parties concerning this Agreement shall be brought in the General
District Court or Circuit Court for Roanoke County, Virginia, and in no other.
18. Memorandum of Lease and Right of First Refusal. The Parties shall execute a
Memorandum of Lease and Right of First Refusal and record such Memorandum
in the Clerk’s Office of the Circuit Court of Roanoke County, Virginia. This
Agreement shall not be recorded.
{00463069.DOCX } 9
19. Entire Agreement. This Agreement contains the entire agreement between the
Parties and may be changed only by a written amendment, signed by both Parties.
20. Owner’s Certification of Ownership. By executing this Agreement, Owner
represents and warrants that (i) Owner has the full power and authority to enter
into and perform its obligations under this Agreement and (ii) Owner holds fee
simple title to the Property and is the sole owner of the Property.
21. Attorney’s Fees. In the event of litigation relating to this Agreement, the
American Rule shall apply, and each Party shall bear its own attorneys’ fees,
and no fee-shifting shall apply.
22. Counterparts. This Agreement may be executed in counterparts, all such executed
counterparts shall constitute the same Agreement, and the signature of any Party to
any counterpart shall be deemed a signature to, and may be appended to, any other
counterpart.
WITNESS the following signatures and seals:
TOWN OF VINTON, VIRGINIA David S. McClung II
_____________________________ _________________________
By: Richard “Pete” W. Peters Jr.
Its: Town Manager
TLF McClung, LLC executes this Agreement for the purpose of acknowledging that its
interest in the Property, if any, upon Owner’s death will be subject to and subordinate to the
Town’s rights in the Property under this Agreement in accordance with Virginia Code § 64.2-
632(B).
_____________________________
By: Frances M. Ferguson
Its: Member
Approved as to form:
__________________
Town Attorney
Property Location:
Parcel ID:
Magisterial District:
Account:
Owner Name and Mailing Address:
Current Property Assessment 2021
Total Land Value:
Total Building Value:
Total Value:
060.15-07-17.00-0000
Vinton
20746
MCCLUNG DAVID S II (TOD)
7 WALNUT AVE
168900
187300
365700
Card 1 of 1
1480 HOLLYBROOK RD SALEM VA 24153
Narrative Description
This property contains 1 Lot of land with a(n) WAREHOUSE style building, Built about 1950, having primary CONCRETE BLOCK exterior
and ASPHALT / COMPOSITION SHINGLE roof cover, 0 bedroom(s), 0 full bath(s), 0 half bath(s).
Property Characteristics
Estimated Acreage:
Deeded Acreage:
Legal Description:
Jurisdiction:
Neighborhood:
Census Block:
Vacant Land:Land Use Program:
Town Of Vinton
LTS 2 THRU 11 SEC 2 & VACATEDALLEY DENNI
1 Lot J016 / VINTON - DOWNTOWN
511610311022023
NO
Sales Information
Most Recent Sales
Sale Date Sale Price Legal Reference
0 DB2021075645/27/2021
0 WB2021001062/11/2021
334000 DB00130413345/1/1989
0 PB00001000111/1/1900
0 DB00091406001/1/1900
1.4517 AC
NO
1 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Zoning Code Zoning Description
Zoning Information
Split:
Vinton-M1 Limited Industrial District
2 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Overlay Districts
Clearbrook Village:
*Manufactured Housing:
Roanoke River Conservation:
Floodplain:
Wellhead Protection:
Airport:
Emergency Communications:
Flood Zone Information
Floodway:
Effective Date:
Flood Zone:
FIRM Panel:51161C0169G
0.2 PCT ANNUAL CHANCE FLOOD HAZARD
9/28/2007
Floodway:
Effective Date:
Flood Zone:
FIRM Panel:51161C0169G
X
9/28/2007
No
No
Yes
No
No
No
No
Community Number:
Flood Certificates
510190
Building Description
Roof Structure:
Roof Cover:
Foundation Type:
Finished Area (SF):
Year Built:
Building Type:
Style/Story Height:
Secondary Exterior Wall:
Primary Interior Walls:
Primary Exterior Wall:
Full Baths:
Bedrooms:
Secondary Interior Wall:
Primary Floors:
Half Baths:
Secondary Floors:
Basement Garage:
Fireplace:
Air Conditioning:
Heating Type:
Heating Fuel:
WAREHOUSE SPREAD FOOTING
1950 GABLE
11618 ASPHALT / COMPOSITION SHINGLE
1.0 STORY CONCRETE BLOCK
0
0
0
MASONRY / MINIMUM
CONCRETE FINISHED
AIR-NOT DUCTED
GAS
Heating:100%
3 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Building Areas
4 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
5 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Services
Police Station:
Services:
Recreational Center:
Recycling:
Bulk & Brush Pickup:
Trash Service:Friday
Town Of Vinton
Transfer Station Hollins Road (1.80 miles)
Craig Avenue Recreation Center (0.86 miles)
Website
Fire Station:Library:
Town of VintonVinton Branch Library (0.60 miles)
Vinton Police, 311 S Pollard St, Vinton VA
Schools
High School:
Middle School:
Elementary School:Herman Horn
William Byrd
William Byrd
Map
Map
Map
Map
Contact Provider
Town of Vinton
6 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Broadband Providers
Download SpeedProvider Name Upload Speed
HUGHESNET Data Not Available Data Not Available
Data Not Available Data Not Available
SKYCASTERS Data Not Available Data Not Available
VIASAT INC Data Not Available Data Not Available
Wireless 4G
Download SpeedProvider Name Upload Speed
AT&T MOBILITY Data Not Available Data Not Available
NTELOS Data Not Available Data Not Available
SPRINT Data Not Available Data Not Available
T-MOBILE Data Not Available Data Not Available
US CELLULAR Data Not Available Data Not Available
VERIZON WIRELESS Data Not Available Data Not Available
Wireless LTE
Download SpeedProvider Name Upload Speed
AT&T MOBILITY Data Not Available Data Not Available
T-MOBILE Data Not Available Data Not Available
US CELLULAR Data Not Available Data Not Available
VERIZON WIRELESS Data Not Available Data Not Available
Wireline Cable
Download SpeedProvider Name Upload Speed
COX COMMUNICATIONS Data Not Available Data Not Available
7 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Google Street View
Tax Map
8 12/15/2021
Property Location:
Parcel ID:
Magisterial District:
Account:20746
Vinton
060.15-07-17.00-0000
7 WALNUT AVE
Card 1 of 1
Hybrid
9 12/15/2021
www.hillstudio.com
540-342-5263
120 Campbell Avenue SW
Roanoke, VA 24011
Parking Lot Study
Existing Conditions
Current Conditions
FARMERS MARKET
LEE STRE
E
T
VINTON
STAGE
INDUSTRIAL
SITE
RAIL
R
O
A
D
A
V
E
Proposed Parking Improvements
Parking Option A
Proposed Parking Improvements
Parking Option B
VIRGINIA LAND RECORD COVER SHEET Commonwealth of Virginia VA. CODE§§ 17.1-223, -227.1, -249 FORM A-COVER SHEET CONTENT Ins trument Dat e: 5 / 21/2021··········----Instrument Type: �D�T�D _________ _ Number of Parcels: ....... �....... Number of Pages: ....... � ....... . [ ] City IXI County .. R.<:>AN_;...o_KE _____ _CffiCUITCOURT Tax Exempt? VIRGINIA/FEDERAL CODE SECTION IXI Grantor: .�.�.: .. 1.:::8_1_1_._J __ _ ---·························· IXI Grantee: .�.8..: .. 1.�.8..1_1_._J _____________ B us in es s /Name 000053
INSTRUMENT 202107564 RECORDED IN THE CLERK'S OFFICE OF ROANOKE COUNTY CIRCUIT COURT ON MAY 27, 2021 AT 11:55 AM STEVEN A. MCGRAl�, CLERK RECORDED BY: EEC
L---------------------(Area Above Reserved For Deed Stamp Only)
................. Grantor: MCCLUNG, DAVI..°. .. ? ... r.r. .......................... -----······················---································------Grantor: ······-------····························-----·······················-----····················-------'l� )( Grantee: �.�F_M_C_C_L_UN_G-',_L_L_C __________________________ _ Grantee: _____ _ ---------·························----···························----··················· Grantee Address Name: .:r.LF MCCLut1i:;!._L_L_c __ _Address: .. 1.�.8..°. ... 8..°.-1:'.�.!_BR_o_o_K_R_OA_o _________________________ . _____ _ City: .o:!'c���····-----------State: ....... '!":..... Zip Code: �2�4�1�s �3 ____ _ Consideration: $O • oo ............. Existing Debt: .�.°..:.�·°-·······---Actual Value/Assumed: .�.□-.: .. 0._0 ___ _ PRIOR INSTRUMENT UNDER§ 58.l-803(D):
Original Principal: $ O • O O Fair Market Value Increase: J� _ _-_g_�---··· ___ _
Original Book No.:···················---OriginalPageNo.: ···················---Original Instrument No.: ···························---Prior Recording At: [ ] City IXI County .l_\'J.111.'19.I<:� .. ------······················ Percentage In This Jurisdiction: J°..°..%. ......... . Book Number: .. 13 __ o_4 __ _ Page Number: _1_3_3_4 __ Instrument Number: ______ _ Parcel Identification Number/Tax Map Number: .. �.6.�.: .. 1.�:;.07-17. oo-oooo ............... ------····································· Short Property D escription: .�OTS 2-11, SEC .. �.! .... '-1.: .... �: DENNIS HRS·························------····················································· ------------········································----······························---•························ Current Property Address: _7_wA_L_N_U_T_AVE_N_u_E _________________ _ City: .::'.I..N.:!:�.N........................ ....... State: � Zip Code: �.�.1_7_9 __ ·······················Instrument Prepared By: .°.1':�I.!!:� F LAYMAN JR ........................ Recording Paid By: DANIEL F .. �.A..Y.""':"' ... :1:1': ...................................•.. Recording Returned To: .l).A.."..�.1) .... 8. ... !e!CCLUNG, IIAddress· . .14 80 HOLLYBROOK ROAD ········•····•···············-------------···················
------······················---···"·"·"•"·'·'·''' City: .?A..1:1'.!e! .........•.....•..•..•. ____ _ FORM CC-1570 (MASTER, PAGE ONE OF FOUR ) I 0/19
C:: Copyright 2014 Office of the Excculi'le Secretary, Supreme Court of Virginia. All rights reserved. Cover Sheet A
EXHIBIT C
EXHIBIT D
Annual Rent for each fiscal year
Fiscal Year Rent
July 1, 2022 to June 30, 2023 $ 14,400.00
July 1, 2023 to June 30, 2024 $ 14,832.00
July 1, 2024 to June 30, 2025 $ 15,276.96
July 1, 2025 to June 30, 2026 $ 15,735.27
July 1, 2026 to June 30, 2027 $ 16,207.33
July 1, 2027 to June 30, 2028 $ 16,693.55
July 1, 2028 to June 30, 2029 $ 17,194.35
July 1, 2029 to June 30, 2030 $ 17,710.18
July 1, 2030 to June 30, 2031 $ 18,241.49
July 1, 2031 to June 30, 2032 $ 18,788.73
If the Term is renewed beyond June 30, 2032, then the Annual Rent
will increase by three percent (3%) annually thereafter.
EXHIBIT E
Purchase Price will be the amount stated below for the fiscal year during which the Town gives
notice under Section II.5. of its intent to exercise its Right of First Refusal
Fiscal Year Base Price (2.5%) +1% Purchase Price
July 1, 2022 to June 30, 2023 $ 400,000.00 $37,474.11 $437,474.11
July 1, 2023 to June 30, 2024 $ 410,000.00 $33.474.11 $443,474.11
July 1, 2024 to June 30, 2025 $ 420,250.00 $29,434.11 $449,684.11
July 1, 2025 to June 30, 2026 $ 430,756.25 $25,353.71 $456,109.96
July 1, 2026 to June 30, 2027 $ 441,525.16 $21,232.51 $462,757.66
July 1, 2027 to June 30, 2028 $ 452,563.29 $17,070.09 $469,633.37
July 1, 2028 to June 30, 2029 $ 463,877.37 $12,866.05 $476743.42
July 1, 2029 to June 30, 2030 $ 475,474.30 $8,619.97 $484,094.27
July 1, 2030 to June 30, 2031 $ 487,361.16 $4,331.43 $491,692.59
July 1, 2031 to June 30, 2032 $ 499,545.19 $0.00 $499,545.19
If the Term is renewed beyond June 30, 2032, then the Purchase
Price will increase by two and one-half percent (2.5%), plus one
percent (1%) for each year remaining of the Term of the Agreement
annually thereafter.
RESOLUTION NO.
AT A REGULAR MEETING OF THE VINTON TOWN COUNCIL HELD ON TUESDAY,
MAY 3, 2022 AT 6:00 PM IN THE COUNCIL CHAMBERS OF THE VINTON MUNICIPAL
BUILDING, 311 SOUTH POLLARD STREET, VINTON, VIRGINIA.
WHEREAS, David S. McClung, II is the owner of certain real property consisting of
approximately 1.463 acres, located at 7 Walnut Avenues in the Town of Vinton;
and
WHEREAS, Staff has worked with the Town Attorney and Mr. McClung to finalize the terms
of a Parking Lot Lease and Real Property Purchase Right of First Refusal; and
WHEREAS, the Parking Lot Lease will provide the Town with additional public parking options
for its farmer’s market, downtown businesses and special events; and
WHEREAS, the Purchase Right of First Refusal will provide the Town with the opportunity to
purchase the property during the term of the lease in order to protect the Town’s
investment in making improvements to the parking lot on the property; and
WHEREAS, Town staff recommends that the Parking Lot Lease and Real Property Purchase
Right of First Refusal between the Town and David S. McClung, II be executed to
formalize said agreement between the parties and that said Lease be retroactive
back to May 1, 2022.
NOW, THEREFORE, BE IT RESOLVED, BY THE COUNCIL OF THE TOWN OF
VINTON, VIRGINIA, AS FOLLOWS:
1. The Parking Lot Lease and Real Property Purchase Right of First Refusal is hereby
approved in a form substantially similar to the one presented to Council and approved by
the Town Attorney; and
2. The Town Manager is hereby authorized, for and on behalf of the Town, to execute and
then to deliver the Parking Lot Lease and Real Property Purchase Right of First Refusal
and any other necessary documents in furtherance of the same.
This Resolution was adopted on motion made by Council Member ____________, seconded by
Council Member _________________, with the following votes recorded:
AYES:
NAYS:
APPROVED:
______________________________
Bradley E. Grose, Mayor
ATTEST:
_________________________________
Susan N. Johnson, CMC, Town Clerk