INFORMATION PACKAGE. Concourse Modernization Memphis International Airport (MEM) Memphis-Shelby County Airport Authority (MSCAA)

Similar documents
December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

Request for Qualifications Construction Manager

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

REQUEST FOR PROPOSALS For Design Services for New Fire Station

INFORMATION PACKAGE. Airport Master Plan Memphis International Airport. MSCAA PROJECT No

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSALS

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Membrane Pre-Selection Request For Proposal

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Request for Qualifications

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR PROPOSALS

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Automated Airport Parking Project

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

GOODWILL YOUTHBUILD GED/High School Education Instruction

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

Attention Design Firms

REQUEST FOR QUALIFICATIONS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

Colquitt Regional Medical Center

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS

Contract No Project No C

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

Request for Qualifications for Assistive Technology Consultant Services

Galesburg Public Library, Galesburg, IL

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

This RfP is also available on the CEMCO website under the Community Tab:

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

Westside Community Schools Request for Qualifications Architectural Design and Engineering Services Prairie Lane Elementary School March 1, 2018

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

Request for Qualifications Construction Manager at Risk Contract

REQUEST FOR PROPOSAL (RFP) Design And Construction NEW RESTROOM CONSTRUCTION

PLANT GROWTH ENVIRONMENTS FACILITY PROJECT NO

ADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

January 19, To Whom It May Concern:

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

Request for Qualifications. Architectural Firms

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

NOTICE OF REQUEST FOR PROPOSALS

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

Introduction. Proposal Submission

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

COUNTY OF LOS ANGELES

TABLE OF CONTENTS. SECTION Proposals Requested... 5

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING, DESIGN AND CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Transcription:

INFORMATION PACKAGE for responding to the Request for Statements of Qualifications to provide Construction Contracting Services Memphis International Airport (MEM) Memphis-Shelby County Airport Authority (MSCAA) MSCAA PROJECT No. 13-1370-02 Responses due 2:00 PM local time on 2/15/2018

INSTRUCTIONS FOR SUBMITTALS to provide construction contracting services MSCAA PROJECT No. 13-1370-02 WHEN: Statements must be received by 2:00 PM local time on 2/15/2018 WHERE: HOW: FORM: VIA U.S. MAIL, HAND-DELIVERY or OVERNIGHT COURIER MEMPHIS-SHELBY COUNTY AIRPORT AUTHORITY Staff Services Division Memphis International Airport 4121 Runway Road, Suite B Memphis, TN 38118 ATTN: MSCAA Project No. 13-1370-02 Response must be sealed, delivered via U.S. mail, hand-delivery, or overnight carrier and marked on the outside of the envelope, as follows: STATEMENT OF QUALIFICATIONS for: Project No. 13-1370-02 Original and ten (10) copies, using the enclosed forms or electronic equivalent, only. Response must be complete and include the information requested in these instructions. No facsimile transmissions of responses will be accepted. UPDATES: Respondents are hereby notified that all updates, addenda and additional information, if any, will be posted to the Memphis-Shelby County Airport Authority (MSCAA) website and respondents are responsible for checking the MSCAA website up to the deadline for submission of this Request for Qualifications (RFQ). CONTACT: Any inquiries regarding this RFQ should be submitted via e-mail to ConcourseModernization@flymemphis.com. SUPPLEMENTAL The MSCAA reserves the right to request any supplementary information it deems INFORMATION: necessary to evaluate the respondent s experience and qualifications, or to clarify or substantiate any information contained in the respondent s submittal. 2

LEGAL NOTICE Request for Statement of Qualifications MSCAA Project Number 13-1370-02 Statements of Qualifications for will be received by the Memphis-Shelby County Airport Authority (MSCAA), Staff Services Division, 4121 Runway Road, Suite B, Memphis, TN 38118, until 2:00 PM local time on 2/15/2018. The Information Package, including a description of the scope of services, the selection criteria, the required response format, and additional instructions may be obtained on the MSCAA s website at http://www.flymemphis.com/modernization on or after 1/1/2018. All respondents are responsible for checking the MSCAA s website up to the submission deadline for any updates, addenda or additional information. Successful respondents must meet or exceed the disadvantaged business enterprise (DBE) participation goal for this project, which is 26%, or show good faith efforts to do so, and sign a contract with the MSCAA that includes applicable Federal Aviation Administration provisions. The MSCAA, in accordance with the provisions of Title VI of the civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The MSCAA reserves the right to reject any or all responses to this request in whole or in part; to waive any informalities, technicalities, or omissions related to this request; and to reject responses on any other basis authorized by the MSCAA s purchasing policies. This project is funded with passenger facility charges, State of Tennessee grant funds, MSCAA capital funds, and revenue bond funds. The MSCAA is an equal opportunity employer and complies with all applicable federal and state nondiscrimination laws in its hiring and employment practices and in the admission to, access to, or operation of its programs, services, and activities. By order of: Scott A. Brockman, A.A.E. President and CEO Memphis-Shelby County Airport Authority 3

GENERAL INFORMATION MSCAA intends to utilize a two-step competitive process for the selection of one qualified contractor or team of contractors from a list of pre-qualified firms to provide the construction contracting services described herein. This Request for Statements of Qualifications ( RFQ ) is the first step in the selection process and is intended to pre-qualify firms. The second step in the selection process will be based on a Request for Proposals ( RFP ), which will be issued subsequent to identifying the pre-qualified firms. Firms wishing to be pre-qualified should review this RFQ and respond accordingly. The responding firm s ability to follow these instructions and to present its Statement of Qualifications ( Submittal ) in a clear and concise manner will be considered during the evaluation of each Submittal. The original and ten (10) copies of the fully completed, signed Submittal must be received by the Memphis-Shelby County Airport Authority in accordance with the Submittal Requirements herein on or before 2:00 PM local time on 2/15/2018. Construction documents will not be distributed to any firm during this RFQ process. Submittals that include any pricing information related to the scope of services herein will be deemed nonresponsive. Additional information regarding the project is available here: http://www.flymemphis.com/modernization. SCOPE OF SERVICES The scope of services generally consists of the renovation and expansion of Concourse B at Memphis International Airport (MEM) and encompasses the concourse, apron, and tunnel levels of a large portion of the terminal building; with primary work efforts occuring in the spine and southeast leg of the building. Work efforts include, but are not necessarily limited to: demolition of existing concrete apron and building, relocation of existing underground utilities, new concourse level floor plate with gate-hold rooms, circulation corridor, restrooms, concessions shell space, elevators, and other areas as required; reconfigured and new apron level space with IT rooms, mechanical, plumbing, electrical and fire protection rooms, storage space, shell space for future development, and seismic bracing; and a reconfigured utility tunnel for mechanical, plumbing, electrical, and IT system routing. Building systems include, but are not necessarily limited to: aluminum and glass curtain wall, metal panels, cold and hot formed steel framing, concrete foundations, membrane roofing, building insulation, masonry, interior finishes and materials, IT systems, mechanical units, ductwork and other HVAC equipment, electrical devices and pathways, IT equipment and pathways, wet and chemical fire protection piping and devices, plumbing fixtures and piping, among other things. SELECTION PROCEDURES Statements of Qualifications ( Submittals ) are hereby solicited from all firms or proposed teams that wish to be considered for the services outlined in the Scope of Services above. All Submittals will be evaluated by a selection committee in accordance with predetermined criteria. All pre-qualified firms will be placed on a Pre-Qualified Construction Contractors List (PQCCL). After the deadline for filing Submittals, all firms on the PQCCL will be provided the construction documents and be invited to an Open House. The publicly advertised Open House will be mandatory for all prime contractors wishing to submit a response to the RFP and be open to all interested and potential subcontractors and suppliers. MSCAA reserves the right, at its sole discretion, to rank the Submittals from highest to lowest based on all information provided and develop a short list of the most qualified contractors on the PQCCL. Only those firms placed on the short list will be provided with the construction documents and invited to the Open 4

House. The short list will be developed based on each pre-qualified firm s proposed level of DBE participation and demonstrated timely performance, quality of workmanship, lack of disputes related to prior projects, and capacity to conduct the scope of services. SUBMITTAL REQUIREMENTS To expedite the evaluation of Submittals, each respondent must organize their Submittal as outlined in Sections A, B, and C below. Submittals that do not follow the specified format, or fail to include the required documentation, may result in an assessment of unresponsive and the respondent will not be placed on the PQCCL. In the event of a conflict between any of the Submittal documents, resolution thereof shall be at the sole discretion of MSCAA. A. General Submittal Instructions 1. Submit the original and ten (10) copies of the Submittal and the required attachments in 8-1/2 x 11 inch 3-ring binders with all pages numbered sequentially. 2. The Submittal and all attachments, when combined, cannot exceed fifty (50) single-spaced pages and must be typewritten. 3. Use at least a 10-point font and 1/2 inch margins on all Submittal documents. B. Required Submittal Components. The Submittal must be organized in the following order: 1. Cover Letter (maximum 2 pages). An introductory statement and summary of the Submittal to include contact information for any questions regarding the Submittal. The Cover Letter will not count toward the page limit established in Section A.2. above. 2. Resumes and Example Projects. A description of the respondent s recent and comparable experience. a) Respondents should be able to show comparable, relevant airport construction experience by specifying the types of services provided by the respondent for each project and for personnel assigned to it. For similar project experience, the respondent must include the project names, dates of work, the respondent s role in the projects, any noteworthy complexities of the projects, and anticipated similarities to MSCAA s ( Project ). Respondent should indicate whether each of the similar projects were on time and under budget and, if over time and over budget, discuss the reasons for each. The respondent s similar experience must demonstrate a commitment to exceptional quality and professionalism. b) When citing recent project experience, respondents must provide current names and telephone numbers of knowledgeable project-owner representatives as references. References will be used to verify other project-owners experiences and respondent s performance. c) Identify the respondent s projects currently in progress and explain how the respondent and its team members plan to overcome any schedule conflicts that may inhibit the team s ability to perform the Scope of Services. Identify the respondent s staffing levels and respective firm size as relevant to primary contractor s tasks and/or lead responsibilities for the Project. d) Summarize the qualifications and experience of the key staff members who will be assigned to the Project and their role. Identify who will make up the full-time management and support staff. Respondent should indicate the roles of key staff members on the relevant projects named in item B.2.a. above and include an organizational chart for the respondent, including an assignment of responsibilities of key management and support staff. e) Summarize the respondents experience working in partnership and/or 5

subcontracting with disadvantaged business enterprises (DBEs), local contractors, and related entities. Include information regarding DBE responsibilities on projects, internships or other activities which promote the development of DBE partnerships. While DBE and local commitments cannot be finalized during this RFQ process, the respondent should acknowledge the DBE goal and summarize its anticipated levels of involvement with DBE and local subcontractors. The Submittal should discuss DBE participation in similar, previous projects and the expectation to do the same on the Project, as well as respondent s track record of meeting DBE goals on prior projects. 3. Mandatory Requirements. The Submittal must include the documents and information listed below. Failure to demonstrate any one of these requirements will result in an assessment of not-qualified and the respondent will not be placed on the PQCCL. a) The prime contractor must possess all valid Tennessee-issued licenses required to complete the Project. Subcontractor licenses will be verified during the RFP process. b) The respondent s project manager and superintendent must each have a minimum of five (5) years construction experience on projects of comparable size, type and complexity as the Project. The respondent may choose to submit multiple project managers and superintendents resumes if the respondent is not prepared at this time to commit specific staff members to the Project. c) Description of the respondent s financial strength by listing the maximum annual aggregate contract value for three (3) years out of the last five (5) years. d) Confirmation of bonding capacity for the anticipated construction budget, which is estimated to be $100M to $150M. e) Description of all lawsuits, claims or dispute resolution proceedings of any kind related to respondent s performance of its contracts on any projects during the previous five (5) years. 4. Eligibility Questions. The Submittal must include responses to the following questions. Responding yes without further discussion or failure to respond to any one of these questions will result in an assessment of not-qualified and the respondent will not be placed on the PQCCL. a) Has your contractor s license been revoked or suspended at any time in the last five (5) years? b) Has your firm ever been terminated by a project owner within the last five (5) years? c) Has a surety ever provided financial assistance to your firm in completing a project within the last five (5) years? d) At any time during the last five (5) years, has your firm or any of its owners or officers been convicted of a felony involving the awarding of a contract for a government construction project, or the bidding or performance of a government contract? e) In the last five (5) years, has your firm been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? C. Other Information 1. Joint Ventures (JVs). Respondents are encouraged to identify in their Submittal if they intend to participate in this RFQ process as a JV. Failure to indicate such intent, will not result in respondent s disqualification from this RFQ process. At least 51% of a proposed JV, however, must consist of firms on the PQCCL. 6

PROJECT SCHEDULE RFQ Submittals Due:... 2:00 PM local time on 2/15/2018 Publication of PQCCL:... March 2018 Open House:... March 2018 RFP Responses Due:... May 2018 Award of Contract:... June 2018 Notice to Proceed (NTP)... July 2018 CONTACT OF AIRPORT STAFF AND BOARD OF COMMISSIONERS All firms are hereby placed on notice that neither the MSCAA Board of Commissioners, nor its employees or agents shall be lobbied either individually or collectively regarding this RFQ process. Respondents and their employees, agents, and representatives are hereby advised that they are prohibited from contacting members of the MSCAA s Board of Commissioners or staff members for the purpose of holding meetings of introduction, providing dinners, submitting information that is not part of the Submittal, or conducting any other activity that is designed to promote or advertise their Submittal or that could be interpreted as providing respondent with an advantage over other respondents. ANY FIRM CONTACTING INDIVIDUALS MENTIONED HEREIN, OTHER THAN AS AUTHORIZED ON PAGE 2 OF THIS INFORMATION PACKAGE, SHALL BE IN VIOLATION OF THIS NOTICE AND MAY BE DISQUALIFIED FROM FURTHER CONSIDERATION. 7