Loading...
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