Request For Qualifications Airport Master Plan Update Luzerne County Purchasing Department Luzerne County Pennsylvania DUE DATE: DELIVER TO: February 27, 2018 10:30 a.m. Luzerne County Purchasing Department Attn: Mark Zulkoski Penn Place Office Building 20 North Pennsylvania Avenue Wilkes-Barre, PA 18711 570-820-6337 mark.zulkoski@luzernecounty.org FIND US AT: www.luzernecounty.org/procurement RFQ-CONSULTANT SERVICES R F Q P a g e 1 5
REQUEST FOR QUALIFICATIONS COUNTY OF LUZERNE Luzerne County is soliciting a Request for Qualifications (RFQ) from qualified professional consultants for the provision of professional services, advice, and technical assistance in carrying out various duties related to: 1. Preparation of an Airport Master Plan Update (AMPU) to identify potential development options specifically associated with Wilkes-Barre/Wyoming Valley Municipal Airport (WBW) which is a county owned, public airport three miles north of Wilkes-Barre, in Luzerne County, Pennsylvania, and 11 miles south of Scranton, in Lackawanna County, Pennsylvania. Interested aviation planning firms or individuals are invited to submit proposals to Mr. Mark Zulkoski, Purchasing Director, Penn Place Building, 20 North Pennsylvania Avenue, Wilkes-Barre, PA 18702, telephone (570) 820-6337. Firms should contact the Luzerne County Planning and Zoning Office for information or questions concerning this RFQ. Please contact Mr. Jim Ferry, Executive Director, Luzerne County Planning and Zoning, at (570) 825-1560 or email at james.ferry@luzernecounty.org. I. SCOPE OF SERVICES See Attachment A - PLANNING SERVICES SCOPE: AIRPORT MASTER PLAN UPDATE II. INFORMATION REQUIRED FROM INTERESTED FIRMS Luzerne County is pleased to invite your firm to submit a written RFQ for any or all activities outlined in Section I Scope of Services. A SF Form 255 and an organization chart will be required for each proposed service offered by the consultant for individual consideration by Luzerne County. All information along with resumes and organizational charts shall be submitted in a complete package. Firms interested in providing the above services are invited to submit seven (7) copies of their submission. Each submission shall contain the firm s legal name, fictitious name (if applicable), and the firm s federal identification number. The applicant must indicate the names of individuals who are directing heads or employees of the firm who have responsible charge of the firm s activities, and whose names appear on all plans, specifications, plats, and reports issued by the firm. Include a Project Organizational Chart showing key staff from the prime and each sub-consultant and their area of responsibility. Include a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project (one Form 255 for the project team). The Standard Form 255 must be signed, dated, and filled out in its entirety, including Item No. 6 listing the proposed sub-consultants and the type of work or service they will perform on the project. Under Item 4 of this form, Column A must specify only the number of sub-consultant personnel and Column B must specify only the number of prime consultant personnel to be assigned to work on this project reference number. Do not include the total personnel for either the sub-consultant R F Q P a g e 2 5
or prime consultant under Item 4 unless the total personnel are necessary to provide the required work and services. The prime and each sub-consultant may include no more than one page each for Items 10 and 11. III. COMPENSATION Luzerne County will negotiate a fee for services with the consultant whose proposal and qualifications are determined to be the most advantageous to Luzerne County, based upon the evaluation of information received from applicants, at a compensation which Luzerne County and an independent fee estimate as outlined in FAA AC 150/1500-14E determines to be fair and reasonable. Should Luzerne County be unable to negotiate a satisfactory contract with the consultant considered to be the most qualified, the County reserves the right to undertake negotiations with the responsible firm considered to be the next most advantageous, or at its discretion, issue another RFQ. IV. CONTRACT AWARD The agreement is expected to be awarded in February 2018 during a regular meeting of the Luzerne County Council. It is anticipated that the contract(s) will be in effect for a period of two years. The master contract will be a lump sum agreement based on the approved scope of work between Luzerne County and the Consultant. Luzerne County reserves the right to use the Consultant, or if in the County s sole discretion, seek the services of a different consultant if negotiations fail or if it is determined to be in the best interest of the County. No arbitration will be allowed. V. TIME OF PERFORMANCE The services of the firm will commence on date of Luzerne County Manager approval and conclude upon delivery and approval of the Final Documentation. See Anticipated Project Schedule located in Attachment A. VI. GENERAL INFORMATION A. This RFQ is not to be construed as creating a contractual relationship between the County and any firm submitting a response to this RFQ. B. The County shall have no obligation or liability to any firm responding to this RFQ. All costs associated with responding to this RFQ are borne solely by the respondent. C. The County may require follow-up oral interviews with selected respondents and may require the respondents to participate in negotiations. R F Q P a g e 3 5
D. The County reserves the right to reject any/or all responses, to modify the scope with one or more of the respondents, and to waive any/all requirements which the County deems to be in its or its employees best interest. E. By submitting this information the firm represents that it has examined and understands this RFQ and has become fully informed of all the requirements of the RFQ. All terms and conditions set forth in this document are accepted and must be incorporated in the submission unless explicit exception is made to individual items and accepted by the County. F. By submitting a response, the firm represents that it has the ability to meet the requirements outlined herein. G. This project is planned to be funded in part by a Federal/State planning grant administered by the PennDOT Bureau of Aviation. A minimum 1.85% Disadvantaged Business Enterprise (DBE) goal requirement is being imposed by the PennDOT Bureau of Equal Opportunity. H. Firms should contact the Luzerne County Planning and Zoning Office for information or questions concerning this RFQ. Please contact Mr. Jim Ferry, Executive Director, Luzerne County Planning and Zoning, at (570) 825-1560 or email at james.ferry@luzernecounty.org. VII. EVALUATION After evaluation of the responses, the County will make its selection based on the response which best meets the needs of the County, in the sole discretion of the County. The Request for Proposals is not intended to create a public bidding process, and the proposal with the lowest quoted fees will not necessarily be accepted, nor will any reason for the rejection of any proposal be indicated. The County reserves the right to privately negotiate with any firm with respect to the requirements outlined in this RFQ. The selection will be made in accordance with Federal Aviation Administration (FAA) Advisory Circular 150/5100-14E and PennDOT Publication 405 Airport Sponsor s Guide. The following factors will be considered by the County during evaluation of the firms submitting acceptable letters of interest: a) Specific experience in aviation master planning. b) Past projects of similar nature. c) Experience in FAA and PennDOT Bureau of Aviation planning projects. d) Ability to expedite project. e) ARCGIS and FAA Airports GIS experience, including evidence of FAA IDLE Level III training. f) Project team composition, qualifications, and experience. g) Past performance. h) Ability to meet budgets and schedules. i) Demonstration of understanding of the project. j) Current workload. k) Ability to package and present the RFQ in accordance with the General Requirements and Information section. R F Q P a g e 4 5
VIII. SUBMISSION REQUIREMENTS Sealed proposals must be submitted no later than 10:30 a.m., February 27, 2018 to: Mr. Mark Zulkoski. Luzerne County Purchasing Director 20 North Pennsylvania Avenue Wilkes-Barre, PA 18702 Please submit proposals in a sealed envelope clearly marked "Consultant Qualifications - Airport Master Plan Update. LUZERNE COUNTY IS AN AFFIRMATIVE ACTION, EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER. R F Q P a g e 5 5