Firm Experience Sample Clauses

Firm Experience. Firm name All South Consulting Engineers, LLC Past Performance Evaluation Discipline(s)* CE&I/OV Project name LaDOTD North Carnation Street Pavement Rehabilitation (CE&I) Firm responsibility (prime or sub?) Prime Project number H.014011 Owner’s name City of Slidell Project location Slidell, Louisiana Owner’s Project Manager Xxxxxx Xxxxxx Owner’s address, phone, email 0000 Xxxxxx Xxxxxx, Xxxxxxx, XX 00000, (000) 000-0000, xxxxxxx@xxxxxxxxxxxxx.xxx Services commenced by this firm (mm/yy) 09/22 Total consultant contract cost ($1,000’s) $93 Services completed by this firm (mm/yy) 06/23 Cost of consultant services provided by this firm ($1,000’s) $1,056 PROJECT HIGHLIGHTSConstruction AdministrationResident Inspection • Asphalt Repairs - 1,091 SY • 5’x4’ Reinforced Concrete Box Culvert - 200 LF Identify the team’s project experience most relevant to the scope in the advertisement. The projects should be limited to a total of 20, with no more than 5 projects being represented by the prime consultant and with no more than 3 projects represented by each sub-consultant on the team. If more than 5 projects are identified for the prime consultant, all projects identified after the first 5 will not be evaluated. If more than 3 projects are identified for a single sub-consultant, all projects identified after the first 3 from that sub-consultant will not be evaluated. Include no more than one page per project. Projects identified shall only include work performed by firms on the team. The projects identified do not necessarily need to have been DOTD projects. This project is a roadway rehabilitation project that includes drainage, milling, full depth asphalt replacements, in place cement stabilized base course, asphalt concrete overlay and concrete driveway and curb replacements. The project is funded under the Federal Aid Highway Program through FHWA and LaDOTD. All South’s role is as Construction Administrators and to provide Resident Inspection for the projects. All inspectors must be LaDOTD certified in either embankments, concrete or asphalt in order to be eligible to inspect the construction. The project is governed by LaDOTD standard specifications. All construction related documentation must be submitted through Sitemanager and all materials used in construction must be from the approved list provided by LaDOTD. Construction related documentation includes daily quantities, daily engineer diaries, change orders, material testing, mix designs, estimates, wor...
AutoNDA by SimpleDocs
Firm Experience. The consultant shall include information about the firm’s relevant project experience to perform this type of work and handle capital project challenges applicable to SUNY setting, such as but not limited to science lab renovations, site work jobs, and other specialized renovation and relocation designs. Attach a list and description of other similar projects completed within the past 7 years, including the name of the Owner, year completed and dollar value of the services performed, as well as your firm’s scope of work. NYS and/or SUNY experience is preferred.
Firm Experience. Firm name Stantec Consulting Services Inc. Past Performance Evaluation Discipline(s)* OTHER Archeology, Architectural History Project name Elysian Street Viaduct Bridge Replacement Project / NHHIP Firm responsibility (prime or sub?) Prime Project number CMEC-AR-286-001-308 Owner’s name Texas Department of Transportation Project location Houston, Xxxxxx County, Texas Owner’s Project Manager Xxxx Xxxxxxx Owner’s address, phone, email 0000 Xxxxxxxxxx Xxxxxx , Xxxxxxx, XX 00000, Xxxx.Xxxxxxx@xxxxx.xxx, 000-000-0000 Services commenced by this firm (mm/yy) 02/04 Total consultant contract cost ($1,000’s) $3,800 Services completed by this firm (mm/yy) Ongoing Cost of consultant services provided by this firm ($1,000’s) $3,100 Key Staff Members: Xxxxxx Xxxxx, Xxxxxxxx Xxxxxxxx The Elysian Street Viaduct project began as a Phase I archeological survey for a proposed replacement of approximately 1.7 miles of viaduct immediately north of downtown Houston; ultimately, the combined fieldwork associated with this and the ancillary North Houston Highway Improvement Project from 2004 through 2018 involved detailed historic resources documentation as well as Phase I, II, and III investigations. All told, the work documented 1,549 cultural features and recovered approximately 200,000 artifacts associated with one of Houston’s earliest historic communities. The machine excavation areas ultimately covered most of two city blocks and parts of four other city blocks that were once a densely occupied and vibrant urban community. Analysis of the artifacts and archeological data is still in progress. Following the 2004 Phase I survey and 2015 Phase II testing that resulted in the identification of 34 subsurface features, and per Section 106 requirements, Stantec developed a comprehensive data recovery research design, project schedule, and logistical plan, which called for two field phases of data recovery to investigate cultural features associated with the historic Frost Town community. The first stage of work it focused on investigating impact areas that were close to but generally not directly underneath the 1950s Elysian Viaduct bridge structure that was being replaced. The Phase I data recovery field work was conducted from May 5 through November 4, 2016, and over 800 cultural features were investigated. The second stage investigated areas that were primarily in the footprint of the old Elysian Viaduct bridge. The Phase II data recovery field work was conducted from February ...
Firm Experience. Firm name Stantec Consulting Services Inc. Past Performance Evaluation Discipline(s)* OTHER Architectural H Project name City of Slidell Historic Resources Survey Firm responsibility (prime or sub?) Prime Project number N/A Owner’s name City of Slidell Project location Slidell, Tammany Parish, Louisiana Owner’s Project Manager Xxxx Xxxxxx Owner’s address, phone, email 0000 Xxxxxx Xxxxxx, Xxxxxxx, XX 00000, 000-000-0000, xxxxxxx@xxxxxxxxxxxxx.xxx Services commenced by this firm (mm/yy) 12/16 Total consultant contract cost ($1,000’s) $19.6 Services completed by this firm (mm/yy) 06/17 Cost of consultant services provided by this firm ($1,000’s) $19.6 istory Key Staff Members: Xxxxx Xxxx, Xxxxx Xxxxxxx The City of Slidell, Louisiana (City) retained Stantec to conduct a survey of 200 properties within the city’s local historic district, Olde Towne. The survey was undertaken to update the city’s historic resources inventory and identify likely candidates for listing in the NRHP. The project was partially financed with federal funds from the National Park Service, Department of the Interior through the Louisiana Department of Culture, Recreation and Tourism, Office of Cultural Development, Division of Historic Preservation. Prior to pedestrian fieldwork, Stantec used high-resolution aerial imagery from 1969 to identify parcels containing potentially historic resources. This data review identified 646 historic properties, and in conjunction with the City, Stantec developed a list of 200 parcels to inventory. The pedestrian level fieldwork included photo-documentation of each identified resource and an electronic survey form which captured character-defining features of each building. All resources were assessed for eligibility for listing in the NRHP. Additionally, in-person interviews with residents and city officials were conducted to acquire non-archival institutional knowledge of the City. Following fieldwork, all data was assessed for accuracy and all completed data was transferred into the Louisiana Historic Resource Inventory (LHRI) form. Stantec also provided the City with a custom two-page format for its own inventory purposes and use. As part of the analysis and final deliverable, Stantec historians developed a historic context of the City from 1884-2000. This context also analysed the influences of hurricanes and addresses current building conditions post Hurricanes Xxxxxxx and Xxxx. The study resulted in the resurvey of 152 properties that had previou...
Firm Experience. Identify the team’s project experience most relevant to the scope in the advertisement. The projects should be limited to a total of 20, with no more than 5 projects being represented by the prime consultant and with no more than 3 projects represented by each sub-consultant on the team. If more than 5 projects are identified for the prime consultant, all projects identified after the first 5 will not be evaluated. If more than 3 projects are identified for a single sub-consultant, all projects identified after the first 3 from that sub-consultant will not be evaluated. Include no more than one page per project. Projects identified shall only include work performed by firms on the team. The projects identified do not necessarily need to have been DOTD projects. PLEASE SEE RELEVANT PROJECTS ON THE FOLLOWING PAGES Firm name NTB Associates, Inc. Past Performance Evaluation Discipline(s)* **Survey, Other (SUE), Right-of-Way Project name Xxxxxx Xxxxx Bridge (LA 511) Design-Build Firm responsibility (prime or sub?) Sub Project number H.001779 Owner’s name LaDOTD Baton Rouge/ Xxxxx Construction/ Xxxxx & Associates, Inc. Project location Bossier & Caddo Parishes, LA Owner’s Project Manager Xx. Xxxxx Xxxxxx Owner’s address, phone, email 00000 X. Xxxxxxxxx Xxxxx, Xxxxx Xxxxx, XX 00000 (000) 000-0000 xxxxxxx@xxxx.xxx Services commenced by this firm (mm/yy) 01/23 Total consultant contract cost ($1,000’s) $1,140 Services completed by this firm (mm/yy) On-going Cost of consultant services provided by this firm ($1,000’s) $1,140 Describe the project including the firm’s role and members involved. (Highlight staff to be used in this proposal.) * If there is more than one past performance evaluation discipline included in the proposal, then indicate which past performance evaluation discipline(s) this project is being used to represent. **This field cannot be left blank and N/A is not acceptable. The only past performance evaluation disciplines to be used are: Road, Bridge, Traffic, CE&I/OV, Geotech, Survey, Environmental, Data Collection, Planning, Right-of-Way, CPM, ITS, Appraiser and Other (please specify). NTBA is performing static GPS control, topographic and property surveying services, traffic control, utility coordination services, QL A, B, C, & D utility designating/locating, as well as preparing title takeoffs, 60% Right-of- Way Maps, Final Right-of-Way Maps, and legal descriptions for the design-build project to replace the Xxxxx Xxxxx Bridge across the Red Rive...
Firm Experience. E Contractors core capabilities since corporate inception is the provision of construction services through JOC for operations, maintenance and capital projects. To achieve our objective of providing construction services that are excellent, efficient, and enduring, we evaluate our clients' needs—from the clients' perspective - establishing expectations that result in a high-quality product and results. We achieve mutual objectives by continuously striving toward perfection with a commitment to perpetual improvement from the beginning and through the duration of every project. Our expansive knowledge base and unlimited access to invaluable resources enable us to deploy any project, anywhere, with unmatched expertise. We understand and stringently abide by construction regulations and labor laws with a proven track record that is a testament to our commitment to excellence. Relevant Experience – Summary E Contractors has performed various JOC projects for clients at several Independent School Districts (ISD) through Cooperative based purchases. Under our existing corporate structure and in addition to directly procured services, E Contractors' experience with JOC includes: • Lone Star College System Since inception, E Contractors has worked on multiple college campuses, providing interior work, painting, doors, hardware, electrical plumbing, HVAC, exterior work, concrete, landscaping, waterproofing, and striping services. Projects with our valued clients include: • General Services Administration (Federal Government) E Contractors has provided interior build-outs, painting, plumbing, electrical and floor covering services under a JOC contract for the General Services Administration. Completed Projects cannot be included herein due to strict Federal confidentiality laws. • Fort Bend ISD E Contractors has provided interior build-outs, painting, plumbing, HVAC electrical, floor covering, T-building relocations, and concrete services for the Fort Bend ISD.
Firm Experience. Firm name Stantec Consulting Services Inc. Past Performance Evaluation Discipline(s)* OTHER - Archeology Project name Formosa Petrochemical Plant Project Firm responsibility (prime or sub?) Sub Project number CMEC-CR-188 Owner’s name FG LA, LLC. Project location Donaldsonville, St. Xxxxx Xxxxxx, Louisiana Owner’s Project Manager Xxxxx XxXxx Owner’s address, phone, email 0000 Xxx Xxxxxxx, Xxx. 000, Xxxxxx, Xxxxx 00000, xxxxxx@xxxxxxxxx.xxx Services commenced by this firm (mm/yy) 01/17 Total consultant contract cost ($1,000’s) $305 Services completed by this firm (mm/yy) 01/19 Cost of consultant services provided by this firm ($1,000’s) $304 Key Staff Members: Xxxxxx Xxxxx In January 2017, Stantec was contracted by Zephyr Environmental Corporation (now POWER Engineering) on behalf of FG LA, LLC. to conduct an archeological survey of approximately 2,375 acres of privately owned land adjacent to the Mississippi River in Donaldsonville, St. Xxxxx Xxxxxx, Louisiana. The project was subject to Section 106 of NHPA due to coordination with the USACE New Orleans District due to permitting requirements of the Clear Water Act. Stantec developed an archeological probability model that identified approximately 800 acres as have “high potential” for archeological resources and 1,575 acres that had “low potential” for archeological resources; pedestrian survey intervals were then employed following LA SHPO guidelines and standards. The survey was conducted between March and May 2017 and included over 3,400 shovel test units. Two new archeological sites (16SJ109 and 16SJ110) were identified and recorded and four previously recorded sites (16SJ28, 16SJ59, 16SJ63, and 16SJ65) were revisited. In addition to the excavation of shovel test units, focused mechanical excavations were conducted at Locus 3 of 16SJ109 due its proximity to the Mississippi River and potential for deep deposits. At the request of LA SHPO, Stantec conducted Phase II investigations, including mechanical scraping, excavation of 1-x-1-meter units, and shovel test units at Locus 7 of 16SJ28 and Locus 2 of 16SJ109. This investigation consisted of 99 additional shovel tests, approximately 115 meters of trackhoe-excavated trenches, and two 1-x-1 meter test units. The excavations revealed that while artifacts were present within the loci, no intact features or deposits were in situ. Despite an immense project area in an area that was heavily utilized historically, Stantec efficiently developed and implemented st...
AutoNDA by SimpleDocs
Firm Experience. Firm name Stantec Consulting Services Inc. Past Performance Evaluation Discipline(s)* OTHER Architectural History Project name Austin Avenue Improvements (Third Street to Xxxxxx Street) Firm responsibility (prime or sub?) Sub Project number 0000-00-000 Owner’s name Texas Department of Transportation (TxDOT) / City of Georgetown Project location Georgetown, Xxxxxxxxxx County, Texas Owner’s Project Manager Xxxxx X. Xxxxxx, P.E. Owner’s address, phone, email 00000 Xxxxx Xxxxx Xxx Xxx. A-109, Austin, TX 78727,000-000-0000, Xxxx.Xxxxxx@aguirre- xxxxxx.xxx Services commenced by this firm (mm/yy) 09/16 Total consultant contract cost ($1,000’s) $117 Services completed by this firm (mm/yy) 07/19 Cost of consultant services provided by this firm ($1,000’s) $105 Key Staff Members: Xxxxx Xxxx, Xxxxx Xxxxxxx Stantec completed a reconnaissance historic resources survey and Section 106 coordination for proposed replacement of NRHP– eligible bridges over the San Gabriel River. Stantec developed the historic context, prepared the research design, conducted reconnaissance field investigations, prepared property documentation, made NRHP eligibility recommendations, evaluated effects, evaluated for Section 4(f) use of historic sites, and prepared a survey report. Stantec advised the project team through the Section 4(f) process, guiding engineers to design a rehabilitation solution that avoided adverse effects to the eligible bridges. The survey studied 12 alternatives, and the large APE included commercial, domestic, municipal, recreation/culture, and transportation property types dating from 1884 to 1974. Prior to survey, Stantec conducted and synthesized archival research establishing contextual themes on the local history of community development; entertainment and recreation; and transportation. Stantec conducted impact analyses applying the criteria of adverse effects to each NRHP–eligible property in the APE to study direct effects, indirect effects, and Section 4(f) use. Stantec’s evaluations guided the project team to select an alternative that would not result in an adverse effect or use. Because Stantec personnel often manage the overall NEPA process for TxDOT, this project proved valuable for understanding implications of historic resources studies for NEPA clearance. Avoiding adverse effects enabled TxDOT to downgrade the project from an EA to a D-list CE, saving time and resources during the consultation process. Stantec’s knowledge of integrating Section 106 st...
Firm Experience. 1 Number of years the firm has provided construction management service for similar type of projects 2 Firm’s performance in similar scope and type of projects in the past five years 3 Number of projects of similar scope and type your firm has completed in the past five years Firms Methodology:
Firm Experience. VTD has significant experience auditing municipal and county governments, special districts and joint powers authorities. The key components to our success include consistency of properly trained staff, assignment of staff with extensive governmental auditing experience, timely communication in all aspects of the audit, planning, and understanding how to structure each audit to ensure efficiencies are achieved. Our Sacramento and Rancho Cucamonga Offices, combined with more than 50 professional staff devoted to audits similar to the Habitat JPA, will have the responsibility of serving the Habitat JPA. This will enable us to meet all of the audit requirements within a timely and professional manner. 0000 Xxxxx Xxxxx Xxxxx, Xxxxx 000 Xxxxxxxxxx, XX 00000 Tel: 000.000.0000 Fax: 000.000.0000 xxx.xxxxxx.xxx FRESN O • L AGUN A HILL S • PALO ALTO • PLEAS ANTO N • RAN C HO XXX XXX N GA • R I v E R S I d E • SACRAMENTO VTD currently provides services to more than 300 governmental agencies throughout California, including but not limited to the:  County of Sacramento  County of Placer  City of Folsom  Yolo-Xxxxxx AQMD  Yolo First 5 Children and Families Commission  Sacramento County Water Agency  Sacramento Area Flood Control Agency  Sacramento International Airport  Sacramento Area Council of Governments  Sacramento Regional County Sanitation District Audit Scope and Fee Proposal We will conduct our audit in accordance with auditing standards generally accepted in the United States of America and the standards applicable to financial audits contained in Government Auditing Standards issued by the Comptroller General of the United States. If needed, we will also perform a compliance audit in accordance with the U.S. Office of Management and Budget Circular A-133, Audits of States, Local Governments and Non- Profit Organizations. The financial statement audit will encompass an audit of fiscal year ended June 30, 2014, 2015 and 2016. The fee quote includes the preparation of the JPA’s annual financial statements for each year. Our fee for the aforementioned services for the financial statement audit is $9,500 for each fiscal year. Our standard hourly rates are as follows: Partner $ 220 Manager 160 Supervisor 120 Senior 90 Staff 80 Paraprofessional 60 If a single audit is required under OMB Circular A-133 (Federal Grant Audit), the cost will be $3,000 per program. We look forward to this opportunity to provide audit services to the JPA. Please feel free to ca...
Time is Money Join Law Insider Premium to draft better contracts faster.