RIGHT OF WAY AND UTILITIES DIVISION RIGHT OF WAY ACQUISITION AND ASSOCIATED SERVICES. (Internet Posting)

Similar documents
CITY OF MOBILE COMMUNITY & HOUSING DEVELOPMENT DEPARTMENT

Draft: January 19, 2016

Invitation for Bid. Sale of Real Property at Adkins Road

LEASE AGREEMENT CONTRACT

Real Estate Closing Services

REQUEST FOR QUALIFICATIONS (RFQ/QBS) NO.17-22

Real Estate Broker Services

Request for Proposal Commercial and Real Estate Broker Services RFP

Right-of-Way Acquisition and

Request for Qualifications Legal Services

COMMONWEALTH OF VIRGINIA REQUEST FOR PROPOSAL (RFP) AND CONTRACT RFP #13-04RW

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES

CUMBERLAND COUNTY HOUSING AUTHORITY 114 N. HANOVER STREET CARLISLE, PA 17013

Request for Proposals HQS Inspection Services May 21,

Request for Proposals

INSTRUCTION PAGE. Definitions

INDEFINITE DELIVERY CONTRACT RFP NO. MHA-0008

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

American Association of Motor Vehicle Administrators. REQUEST FOR QUOTES Scrum Master Training

REQUEST FOR PROPOSALS PROJECT BASED VOUCHER PROGRAM. RESPONSE DATE AND TIME: Friday, October 11, 2013, at 2:00 PM

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

This document is available via in a Microsoft Word format upon request.

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

SC REAL ESTATE COMMISSION.

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO

GUADALUPE COUNTY GUIDELINES AND CRITERIA FOR TAX ABATEMENTS IN REINVESTMENT ZONES

American Association of Motor Vehicle Administrators. REQUEST FOR PROPOSAL No Title: Cognos Upgrade

LWDB PROCUREMENT / PROPERTY MANAGEMENT POLICY

Title 32: PROFESSIONS AND OCCUPATIONS

REQUEST FOR PROPOSALS Solicitation Number: RE AM

APPLICATION CHECKLIST IMPORTANT Submit all items on the checklist below with your application to ensure faster processing. APPLICATION REQUIREMENTS

AN-C57 MODIFICATIONS TO GENERAL TERMS AND CONDITIONS GOVERNMENT PRIME CONTRACT F D-0006

Chapter 1. Introduction

KRS 324A A.150 Definitions for KRS 324A.150 to 324A.164. Effective: June 25, 2013

Housing Authority of the County of Salt Lake Request for Qualifications. Professional Consulting Services for the Disposition of Public Housing

LAP Manual 16 C-13 May 2011 Right of Way

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

Fee Accountant. RFP : Fee Accountant. Publication of Request: April 9, 2018 at 8:00am. Submission of Response Deadline: May 9, 2018 at 5:00pm

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

Additional Terms and Conditions E-2D Advanced Hawkeye Low Rate Initial Production (LRIP) Lots 3 and 4 (Prime Contract No.

REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT

Central Kentucky Educational Cooperative

TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT

N O T I C E T O B I D D E R S

Lessee agrees to lease from Lessor, subject to terms, covenants and conditions herein set forth, the premises described and located at:

LAP Manual 16 E-1 February 2018 Right of Way

February 22, RFQ No. 1 California WaterFix Real Estate Services ADDENDUM NO. 2

Invitation For Bid IFB 2895

RULES OF TENNESSEE REAL ESTATE APPRAISER COMMISSION CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

APPLICATION CHECKLIST - IMPORTANT - Submit all items on the checklist below with your application to ensure faster processing.

Request for Proposals

RULES OF TENNESSEE REAL ESTATE APPRAISER COMMISSION CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL Splunk Software Implementation

NEW YORK CITY ECONOMIC DEVELOPMENT CORPORATION POLICY REGARDING THE ACQUISITION AND DISPOSITION OF REAL PROPERTY

SCOPE OF SERVICES Appraisal Consultant Services For SR 710/Beeline Highway FM

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

VAAR POLICIES PERTAINING TO MEMBERSHIP APPLICATION PROCEDURES:

Title VI Plan Middle Peninsula Planning District Commission

THE CITY OF ROCKDALE AND THE COUNTY OF MILAM JOINT APPLICATION FOR TAX ABATEMENT ASSISTANCE

Licenses timely and properly renewed are valid for a period of 12 months (that is, until August 31, 2013).

H. UNIVERSITY PROCUREMENT CODE

2. Project Implementation Agency: National Bureau of Statistics. 3. Date of the Procurement Plan Approval: June 12, 2018

S 0168 S T A T E O F R H O D E I S L A N D

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2015 S 2 SENATE BILL 554 Education/Higher Education Committee Substitute Adopted 6/24/16

Community Housing Development Organization (CHDO) Manual. Policies Requirements for Certification Requirements for Recertification

Request for Qualifications ( RFQ ) to Select Program Eligible Developers

CRYSTAL TOWERS DISPOSITION

DATE: TO OWNER: Washington State Housing Finance Commission Low-Income Housing Tax Credit Program 1000 Second Avenue Suite 2700 Seattle WA

PROJECT-BASED ASSISTANCE HOUSING CHOICE VOUCHER PROGRAM HOUSING ASSISTANCE PAYMENTS CONTRACT EXISTING HOUSING

H 7478 S T A T E O F R H O D E I S L A N D

City of Greensburg. Step by Step Guidelines for your Project. Informational Packet for a Compliance Permit

BOARD OF COUNTY COMMISSIONERS DATE: December 16, 2014 AGENDA ITEM NO. 35. Public Hearing [t(" Consent Agenda D Regular Agenda D

PROPOSED SECOND AMENDED AND RESTATED ARTICLES OF INCORPORATION OF WILDCAT RUN COMMUNITY ASSOCIATION, INC.

THE HOUSING AUTHORITY OF THE CITY OF CHARLESTON 550 MEETING STREET, CHARLESTON, SC 29403

REQUEST FOR PROPOSAL COLLECTION OF DELINQUENT REAL ESTATE TAXES DUE TO ERIE COUNTY

COMMERCIAL BUYER/TENANT REPRESENTATION AGREEMENT

Abatement and Management Office Demolition at Parks Place IFB Number

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

NEBRASKA INVESTMENT FINANCE AUTHORITY LOW INCOME HOUSING TAX CREDIT PROGRAM COST CERTIFICATION PROCEDURES MANUAL

Additional Terms and Conditions E-2D Advanced Hawkeye Low Rate Initial Production (LRIP) 3 and 4 (Contract No. N C-0044)

Community Development District INFORMATION PACKET

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS PROFESSIONAL FINANCIAL AND ADMINISTRATIVE AUDITING SERVICES

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

REQUEST FOR PROPOSALS APPRAISAL SERVICES

Task Central Office Real Estate Responsibilities District Responsibilities

APPLICATION CHECKLIST IMPORTANT Submit all items on the checklist below with your application to ensure faster processing. APPLICATION REQUIREMENTS

Township of Ligonier Westmoreland County, Pennsylvania REQUEST FOR PROPOSALS PROFESSIONAL FINANCIAL AND ADMINISTRATIVE AUDITING SERVICES

The City of Dayton has received questions relating to our RFP No JL.

New Rochelle Industrial Development Agency

REQUEST FOR PROPOSALS PROPERTY MANAGEMENT SERVICES RFP#

CITY OF LANCASTER DEPARTMENT OF ECONOMIC DEVELOPMENT AND NEIGHBORHOOD REVITALIZATION

1.1 Purpose. The purpose of this chapter is to summarize guidance on those requirements generally applicable to grant programs.

CHAPTER BROKERS

POLICY FOR THE SALE OF SINGLE FAMILY LOW INCOME HOUSING CREDIT UNITS FOR HOME OWNERSHIP

MINERAL COUNTY SHERIFF S OFFICE

[NPS-WASO-BSD-CONC-22120; PPWOBSADC0, PPMVSCS1Y.Y00000 (177)] Information Collection Request Sent to the Office of Management and

Transcription:

11/2015 RIGHT OF WAY AND UTILITIES DIVISION RIGHT OF WAY ACQUISITION AND ASSOCIATED SERVICES CONSULTANT PREQUALIFICATION QUESTIONNAIRE (Internet Posting)

ACQUISITION OF RIGHT OF WAY AND ASSOCIATED SERVICES I. Purpose The Virginia Department of Transportation (VDOT) intends to request proposals (RFP) from Right of Way consulting firms who wish to be considered for providing services necessary for the acquisition of rights of way on transportation construction and maintenance projects. Only those firms that have submitted the necessary information outlined below and have been approved as being prequalified will be considered for a contract in response to a request for proposal (RFP). The Qualified Contractor List for right of way services will be posted on the VDOT web site available for viewing by all. II. Minimum Qualifications A. It will be required of interested persons, corporations, or partnerships expressing interest that the services requested, relating specifically to rights of way acquisition, be performed according to current United States Department of Transportation/Federal Highway Administration guidelines and policies, Virginia Department of Transportation policies and procedures, and applicable federal and state laws. The consultant firms shall have a demonstrated ability to perform these services according to federal and state laws, rules, regulations, and policies. As a part of or in addition to the above, the firm shall have personnel with experience in the following: Appraisals Personnel proposed to be used in the appraisal of the proposed right of way acquisition shall have a minimum of five years experience in the appraisal of real estate for public acquisition. This shall include the appraisal of partial acquisitions as well as entire properties. The appraiser shall also have an active Virginia Certified General License, or -1-

out of state appraisers must have a reciprocal Certified General License. Evidence of this experience will be in sufficient detail on the résumé to satisfy the requirements. Appraisers will be prequalified as to the level of complexities they may perform. Relocation Assistance Personnel proposed to be used in the relocations of families and businesses involved in the acquisition of property (real, personal, and mixed) for the construction, reconstruction, and maintenance of the public highways of the Commonwealth shall have a minimum of two years of demonstrated experience in relocations in accordance with the Federal Uniform Relocation Assistance and Real Property Acquisition PoliciesAct of 1970 as amended, 49 CFR Part 24 and state statutes contained in Titles 25.1 and 33.2 of the Code of Virginia. Evidence of this experience will be in sufficient detail on the résumé to satisfy the requirements. Negotiations Personnel proposed to be used in the negotiation of right of way acquisition shall have a minimum of two years of demonstrated experience, the ability to read and interpret complex highway plans and to write property descriptions utilizing the centerline method. Evidence of this experience will be in sufficient detail on the résumé to satisfy the requirements. Project Manager This individual is responsible for the administration and coordination of all activities involving the acquisition of rights of way, relocation of families and/or businesses, and the clearing of parcels for construction along with the relocation of utilities in conflict with the project. The Project Manager must demonstrate extensive knowledge in appraisal, negotiations, and relocations including utilities and may be a key person -2-

performing one or more of these functions. The Project Manger shall have at least five years of experience in managing complex right of way projects. Evidence of this experience will be of sufficient detail on the résumé to satisfy the requirements. The Project Manager will ensure that all work is performed in accordance with the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended, 49 CFR Part 24 the Code of Virginia, (1950 as amended) specifically Titles 15, 25, 33 and 56, and the Right of Way and Utilities Manual of Instructions, Volumes I and II. Note: For any individual or firm proposed to perform work in any of the above disciplines who is not a direct salaried employee or a subsidiary, there must be a signed letter of intent included in the submission. B. The firm shall be adequately staffed either through its employees or through contractual arrangements so that it can acquire right of way on a 50-parcel project, involving four relocations, within a nine-month time frame. C. The firm shall have an overhead rate, average hourly rates, etc., that meet the pre-award audit criteria of VDOT s Assurance and Compliance Office. Financial reports, including overhead rates, must have been prepared by a CPA following the Federal Acquisition Regulations (FAR). (See Attachment A for a checklist of complete requirements.) D. The Department assures compliance with Title VI of the Civil Rights Act of 1964, as amended. The consultant and all subconsultants will be required to submit a Title VI Evaluation Report (EEO-D2). Title VI Form E. The firm shall be registered with the following boards and be in good standing: 1) eva: www.eva.state.va.us -3-

2) State Corporation Commission: www.scc.virginia.gov 3) Department of Professional Organizations: www.dpor.virginia.gov (Appraisers and Review Appraisers) III. Application for Prequalification The firm shall specifically address the following in its submission: 1. Submit a detailed statement indicating the organizational structure under which the firm proposes to conduct business. If more than one firm is involved in this proposal, state the type of arrangement between the firms and the percentile of work to be performed by each. 2. 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 as an affiliate. 3. Indicate KEY PERSONNEL ONLY who will be assigned to the projects and give detailed work experience for each. Key personnel are defined as those to whom the project will be assigned and who will be performing the actual right of way services. The résumé for key personnel should be included and should demonstrate their specific knowledge in the area they will be assigned. 4. Provide information that will indicate your firm s ability to meet the time schedule for this work. It is anticipated that multiple assignments will be occurring during the life of the contract. 5. Indicate your previous experience with VDOT and current work with VDOT including the projects, the Division managing the projects, the amount of outstanding fee remaining, and the estimated date of -4-

completion. Also, include your estimated fees for any projects that the firm have been selected but not executed an agreement. Work of affiliated and/or subsidiary companies is to be included. (Current work with VDOT should only include right of way acquisition activities.) - See Present Workload with Department Form 6. Furnish copies of current GSA Form SF330 for all firms involved. The Form SF330 must specify the number of personnel by discipline for each office where the work is to be performed. List only the personnel assigned to the office(s) at the time of this submission. 7. Furnish any other information you wish that would indicate your qualifications to perform the right of way work required under the proposed procurement. 8. Please indicate, by executing and returning the attached Certification Regarding Debarment forms, if your firm, subconsultant, or any person associated therewith in the capacity of owner, partner, director, officer or any position involving the administration of federal funds: Is currently under suspension, debarment, voluntary exclusion of determination of ineligibility by any federal agency; Has been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three 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 three years. -5-

Any of the above conditions will not necessarily result in denial of prequalification award but 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. 9. 49 CFR Part 26 required VDOT to collect certain data about firms attempting to participate in VDOT contracts; therefore it is essential that you complete the Firm Data Sheet. Firms interested in being considered must reply with three copies giving qualifications, experience, and availability for performing the required services. Send to: State Right of Way and Utilities Director Right of Way and Utilities Division Attn: Mrs. Vicki B. Patrick Virginia Department of Transportation 1401 East Broad Street Richmond, Virginia 23219 IV. Expiration Prequalified firms are required to submit for renewal once every two years or on other intermediate occasions as may be considered necessary. Financial information and Title VI requirements must be updated annually. V. Performance Evaluation VDOT s Right of Way contract representatives are required to complete a Performance Evaluation on each prime consultant completing a contract. This report will be used as a basis for determining the consultant s performance and ultimately determining the consultant s prequalification status. -6-

VI. Appeals If it is determined that the consultant firm is not qualified to perform right of way acquisition services, they may request a meeting with the Director of the Right of Way and Utilities Division. At that time they may provide additional information regarding the reasons VDOT did not find the consultant to be qualified. The State Right of Way and Utilities Director shall provide her/his final determination in writing within five days. This final decision may be appealed in writing to the Commissioner of Highways. The Department assures compliance with Title VI requirements of nondiscrimination in all activities pursuant to its procurements. Approved: Date State Right of Way and Utilities Director November 16, 2015 Effective -7-

ATTACHMENT A CHECKLIST FOR FINANCIAL INFORMATION FROM CONSULTANT 1. Current actual or average hourly rates (unloaded/bare rates) by classification (certified by responsible official). (Supported by actual payroll registers) Attach a separate sheet with names indicating current classifications as shown on Attachment A. This will facilitate the auditing process. (See example Supplement to Attachment A) 2. Schedule of General and Administrative expenses supporting an overhead rate developed by the consultant for FYE(s) requested, indicating all individual accounts and amounts, including any FAR (Federal Acquisition Regulation) non-allowables such as interest, entertainment, etc. 3. Complete CPA report(s) for requested FYE(s). The consultant should submit a FAR overhead audit, or state or federal overhead audit if available, for use as a provisional rate on this project. An indirect cost rate (overhead) established according to FAR and audited by a cognizant government agency or independent CPA firm will be required. 4. Full explanation of any corporate allocation, indicating accounts, amounts and method of allocation. 5. Complete description of accounting system, list of officers/principals, organizational chart, chart of accounts, and company brochures. 6. Development of rates for in-house computer, reproduction or other rates used by the firm. 7. Relationship between firm and lessor for rental charges. If common control exists, financial information (Balance Sheet, Income Statement, and Tax Return) of the lessor will be required. 8. Federal Employer Identification Number. 9. Copy of current payroll register. Questions regarding audit procedures should be directed to Mr. Bradley Gales, Assurance and Compliance Office Director (804) 786-2825.

Firm Name Year ATTACHMENT A CLASSIFICATION AVERAGE WAGE RATE/ PER CLASSIFICATION + PAYROLL BURDEN & OVERHEAD + FACILITIES COST OF CAPITAL + FIXED BILLABLE RATE FBR TO ESTABLISH NET FEE PARTNER/PRINCIPAL RIGHT OF WAY MANAGER APPRAISER APPRAISER TECHNICIAN RIGHT OF WAY TECHNICIAN RIGHT OF WAY SPECIALIST RELOCATION SPECIALIST RELOCATION SPECIALIST TECH. DRAFTSMAN SECRETARY OTHER (SPECIFY) *NOTE: FBR TO ESTABLISH NET FEE CANNOT INCLUDE FACILITY COST OF CAPITAL. *NOTE: FIXED BILLABLE RATES TO BE DETERMINED IN ACCORDANCE WITH VDOT POLICY. **NOTE: INDICATE PERSON(S) ASSIGNED TO THIS CLASSIFICATION FOR AUDIT PURPOSES

Firm Name Year Supplement to Attachment A Mac Doe John Doe Jane Doe Tom Doe Tammy Doe Jimmy Doe Janet Doe Susie Doe Principal Right of Way Manager Senior Right of Way Specialist Right of Way Specialist Right of Way Technician Relocation Specialist Relocation Technician Secretary

PRESENT WORKLOAD WITH DEPARTMENT PROJECT NUMBER AND CARDINAL CONTRACT ID NUMBER PRIME CONSULTANT MANAGING DIVISION (List Amount of Each With VDOT by Division) DATE OF AMOUNT OF L ESS SUBTOTAL ORIGINAL CONTRACT SUB S AGREEMENT ** AMOUNT ($) ($) ($) L ESS FIRM S APPROVED PAYMENT ($) PLUS PENDING SUPPLEMENT *** ($) TOTAL REMAINING WORKLOAD ($) SCHEDULED COMPLETION DATE TOTAL AMOUNT OF PRIME S CONTRACTS SUBCONSULTANTS TOTAL AMOUNT OF SUB S CONTRACTS TOTAL REMAINING WORKLOAD For any work that has been exempted by VDOT, you must include a copy of the exemption letter with this submittal. Work being performed under the Public Private Transportation Act (PPTA) or as a subcontractor on a Design-Build project shall not be included. Work being performed as a prime or joint venture on a Design-Build project shall be included. The outstanding workload of any certified DBE or SWaM prime and subconsultant is not to be included. When a DBE or SWaM firm graduates from the program, their workload incurred while a DBE or SWaM will be exempted for the next three years. Any work obtained after graduating from the program will be counted.

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS - PRIMARY COVERED TRANSACTIONS (1) The prospective primary participant certifies, to the best of its knowledge and belief, that it and its principals: (a) (b) (c) (d) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; Have not within a three-year period preceding this proposal been convicted 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; 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; and 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 primary 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 firm for contracts to be let by the Commonwealth Transportation Board. Signed at, this day of, 20. Signature Title Date

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS (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 firm for contracts to be let by the Commonwealth Transportation Board. Signed at, this day of, 20. Signature Title Date

FIRM DATA SHEET Project No.: Right of Way and Utilities Division The prime consultant is responsible for submitting the information requested below on all firms on the project team, both prime and all subconsultants. All firms are to be reported on one combined sheet unless the number of firms requires the use of an additional sheet. Proposals not including all of the required data will not be considered. Firm s Name and Address Firm s DBE/SWAM Status * Firm s Age Firm s Annual Gross Receipts * YD = DBE Firm Certified by DMBE N = DBE/SWAM Firm Not Certified by DMBE NA = Firm Not Claiming DBE/SWAM Status YS = SWAM Firm Certified by DMBE. Indicate whether small, woman-owned, or small business.