Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

Similar documents
Metropolitan Washington Airports Authority. Request for Qualifications Information RFQI 1-11-C097

PRE-PROPOSAL CONFERENCE

PRE PROPOSAL CONFERENCE. RFP 1 17 C127 Disaster Recovery Plan November 13, 2017

The information contained in this presentation is for informational purposes only

RFP No.1-17-C033 Hydrant Fueling Cathodic Protection Phase I March 30, :00 PM

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

The information contained in this presentation is for informational purposes only

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

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

PRE-PROPOSAL CONFERENCE

RFP No.1-17-C177 Title: SAFETY Act Consulting Services Date: November 14, 2017 Time: 10:00 AM

January 19, To Whom It May Concern:

Doing Business with the Airports Authority: Simplified Acquisitions

Doing Business with the Airports Authority

PRE-BID CONFERENCE. Invitation for Bids (IFB) 8-18-C001. Design/Build Dulles Airport Metrorail Station Windscreens Package G.

REQUEST FOR QUALIFICATIONS

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

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

QUALIFICATIONS BASED SELECTION (QBS)

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

MOBILE ASSET DATA COLLECTION. Pavement Condition Index Ground Penetrating Radar Deflection Testing. Contact Information:

Request for Qualifications

Would like the list of RFQ respondents in order to contact for teaming.

PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ)

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

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

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

Pre-Proposal Conference

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

4:00 p.m. on May 6, 2016

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE

Contract No Project No C

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

RFQ TITLE: On-Call Engineering Services RFQ No: WJ Addendum No. 2

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

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

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Figure 1: ALCOSAN ORGANIZATION CHART

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

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

Gainesville City School System

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

3 Year On-Call Contract - Threatened and Endangered Species Services

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR PROPOSALS

PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

How to Obtain an Architect-Engineer Contract with NAVFAC

2017 Statewide On-Call Design Request for Proposal

MPG SBA 8(a) Ordering Guide

REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S)

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

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

Facilities Condition Assessment

HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

SUBJECT: Request for Proposals (RFP) Emergency Operations Plan

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT MASTER PLAN MADRAS MUNICPAL AIRPORT

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

PART V PROPOSAL REQUIREMENTS

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS DOWNTOWN WAYFINDING CONSULTING AND DESIGN

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

Request for Qualifications DRPA Solar Photovoltaic Systems

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS

This request for qualifications seeks the following type of service providers:

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

Request for Qualifications PIKE ROAD VOLUNTEER FIRE PROTECTION AUTHORITY

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

anew York City Transit (NYCT)

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

SA CONNECT: REQUEST FOR PROPOSAL (RFP) SCOPE OF SERVICES

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

SILER CITY MUNICIPAL AIRPORT AIRPORT PLANNING/ENGINEERING SERVICES

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

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Port of Portland FY11-13 Disadvantaged Business Enterprise (DBE) Goal

REQUEST FOR QUALIFICATIONS

ARCHITECTURAL/ENGINEERING SERVICES

REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

Washington County Public Works, Building Services

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Transcription:

Request for Qualifications Information Architectural / Engineering Design Services For Airfield Pavement Panel Replacement 2011-2014 At Washington Dulles International Airport March, 2011

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY REQUEST FOR QUALIFICATIONS INFORMATION AIRFIELD PAVEMENT PANEL REPLACEMENT 2011-2014 WASHINGTON DULLES INTERNATIONAL AIRPORT I. DESCRIPTION OF WORK The Metropolitan Washington Airports Authority plans to retain professional Architectural and Engineering (A/E) services for the design of Airfield Pavement Panel Replacement 2011-2014 at Washington Dulles International Airport. This project is a part of a continuing monitoring program to replace distressed concrete pavements in the airfield pavement system. It will provide continuous replacement over the period of three years (base year plus two one-year options) as designated by the Pavement Management System program implemented at Dulles Airport. It will also provide the design of other related airfield work that may arise while the contract is in place. In addition to pavement panel replacement design, this project will provide continuous Pavement Condition Index (PCI) inspection of the existing pavements and corresponding Pavement Management System Updates for the entire airfield over the three-year duration of the project. Design Tasks: The project will be divided into individual design tasks, with each task representing a logical construction package based upon the pavement condition, size and location of the work areas, as well as airfield operational requirements. A separate Statement of Work (SOW) and Notice To Proceed (NTP) will be issued for each of these tasks. The contract shall be awarded for duration of one base year plus two one-year options. It is anticipated that at a minimum of one task each year of the contract shall be assigned. Each task shall result in the A/E delivering to the Metropolitan Washington Airports Authority (the Authority) complete and final design report, drawings, specifications, and construction cost estimates ready for subsequent use to solicit and contract for the construction of all work. The work, for which the design report, plans, specifications, and construction cost estimates are to be prepared consists of the removal or repair of the existing deteriorated concrete pavement slabs and base material and replacement with new materials. All associated work, such as bituminous shoulder pavement, pavement marking, underdrains, lighting, temporary airfield electrical circuits connection work shall also be included. PCI Inspection Tasks: The tasks shall also be issued to the A/E to perform continuous PCI inspection of all aircraft pavements throughout duration of this project. The A/E shall utilize the data collected through these inspections to deliver to the Authority the Pavement Management System (PMS) Updates covering all airfield pavements at Dulles Airport. These updates are based on a three-year pavement inspection cycle. The Dulles airfield has been divided into distinct entities based on pavement geographical location and functionality (4 runway complexes plus midfield taxilanes and aprons). Therefore, it is anticipated that each year the A/E shall be tasked to inspect a portion of the airfield so that the entire airfield is inspected between the Contract award and year 2014. These PMS Updates shall be prepared by utilizing the most recent version of the PAVER for Windows software application. The A/E may also be required to produce a set of PMS Update Reports generated by the PAVER for Windows software. These reports shall be utilized to determine locations and limits of the future pavement panel replacement construction packages. Each one of these tasks shall also result in the A/E delivering the Interim and Final Report defining potential construction projects within the inspected areas and a set of pavement distress maps. A separate NTP shall be issued for PMS Update tasks as well. Additional Tasks: Additionally, the A/E will be required to submit in electronic format the shape files and the database for individual design tasks for incorporation into an airport wide GIS. These shape files and the database shall be in a format compatible with ArcGIS 8.X software. The population of features will include the information within the CAD deliverables. In addition, the A/E may also be required to produce shape files and/or a geodatabase containing the data collected from the PCI inspections. Specific requirements shall be provided to the A/E in the SOW for a particular PMS Update task. Page 2

II. QUALIFICATIONS Extensive professional experience with similar projects is required of the key personnel in construction document preparation for a functional design. Significant design detail will be incorporated into the construction documents to ensure constructability and to carry the design intent to a quality completion. The design services will include the following: Construction Documents including Specifications Estimating and Schedules Offeror Support Services Construction Support Services (optional) Professional Architectural and Engineering expertise that will be required of the successful A/E firm or joint venture is as follows: III. Civil Engineering Electrical Engineering Airfield Pavement Design Land Surveying Geotechnical Investigation Cost Estimating (for life cycle costing and construction estimating) Scheduling Geographic Information Systems (GIS) ESTIMATED CONSTRUCTION COST The estimated cost of construction of replacement pavement panels and associated items of work is $21.0 Million for the three-year contract duration. IV. SELECTION OF THE A/E WILL BE BASED ON THE FOLLOWING CRITERIA IN DESCENDING ORDER OF IMPORTANCE 1. Past 5 years experience in the design and knowledge of airfield pavements including airfield pavement management systems, pavement condition inspections and pavement management software. Recent specialized experience in the design of runway / taxiway / apron, airfield lighting, utilities, storm water management, pavement markings, design using CADD, cost estimating, construction scheduling, design quality control and GIS databases. 2. Availability of key personnel assigned to this work. Qualifications of key personnel assigned to this work. Key personnel includes project manager, assistant project manager, project engineer, etc. List experience, training, certificates and/or licenses completed or earned by assigned staff members. 3. Past performance of the offeror within the past ten years with respect to timeliness, quality of design, constructability and cost on a comparable type project. A minimum of three references shall be provided and each reference shall include project description, point of contact and phone number. The point of contact shall be a technical person directly involved in the project. Authority projects and personnel shall not be used as references. 4. Capacity of the design team to perform and to coordinate all facets of the design work and other tasks, including current work commitments to others. Page 3

The criteria are listed in descending order of importance. E.g., criterion no. 1 is equal to or greater in scoring than criterion no. 2. A Request for Proposal (RFP) will result from the evaluation of qualifications submitted by offerors responding to this announcement. It is anticipated that a selection committee will make the final selection. The subsequent contract will be a negotiated, an indefinite delivery fixed unit-price contract and will include a requirement that there be a minimum of 30% percent Local Disadvantaged Business Enterprise (LDBE) participation in this contract. An LDBE is defined as a small business concern, which is organized for profit, and which is located within a 100-mile radius of Washington D.C. s zero mile marker. To qualify as a small business concern for purpose of this advertisement, the average gross receipts of the professional A/E firm (NAICS 541330/541310) must not exceed $4.5 million, based on the average receipts of the last three years. The receipts of all affiliates shall be counted in the total of the business entity s gross receipts. The Authority encourages the participation of minority and women owned businesses. For information on this program, or for additional information on small business standards pertaining to other specialty areas in this project, please call the Equal Opportunity Programs Department at 703-417-8625. V. SUBMITTAL INFORMATION REQUIRED Firms which meet the requirements of this announcement are invited to submit an ORIGINAL (identify on the outside front cover) and SIX COPIES (7 TOTAL) of the following: A. A one page cover letter on company letterhead. B. Standard Form 330 together with no more than ten (8 ½ x 11") pages of correspondence describing the organization and responsibilities of the firm, subconsultants, or joint venture partners, and five pages of supporting graphic exhibits. C. Statement of commitment to meeting the 30% LDBE participation requirement D. Identification of the proposed LDBE firm(s) and their tasks E. Documentation of LDBE certification (e.g. letter from the Equal Opportunity Programs Office or current certification number) F. LDBE certification application or indication that the firm has a pending LDBE certification application, for each proposed LDBE (waiver of this requirement shall be considered under extreme extenuating circumstances). The due date and time for submittals is April 29, 2011 at 2:00 PM local time. Please identify the package with an exterior label stating RFQI No., A/E Qualifications Airfield Pavement Panel Replacement 2011-2014 Responses to this RFQI must be submitted to: Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-440 1 Aviation Circle, Suite 154 Ronald Reagan Washington National Airport Washington, DC 20001-6000 Attention: Shirley Diamond, Contracting Specialist All questions concerning this solicitation must be submitted by 3:00 PM, April 14, 2011 via the Authority s website at : http://www.mwaa.com/3763.htm Page 4

No other general notification of this project will be made and no further action beyond submission of the information listed above is required or encouraged. This is not a request for proposal. Note: The Airports Authority is not an agency of the United States Government. Do not contact Airports Authority consultants or Airports Authority personnel, other than the Contracting Officer, regarding this solicitation. Page 5

Appendix A Additional Instructions Standard Form 330 The following provides clarification to the Standard Form (SF) 330. Section D should include the proposed team organization chart. Sections E and F are to contain all information necessary to address Selection Criteria 1 through 4 above. The project experience listings of individuals (in Section E) and firms (in Section F) are expected to contain that individual s or firm s specific role on each project listed. Experience listings that are for related vs. direct project experience should contain a brief statement as to why that project s experience is considered related and/or relevant. All projects listed should be briefly but clearly explained as to the type of project (type of building, new vs. rehab. etc.), the specific role of the firm or individual (prime vs. sub-consultant role, planning vs. program/design management vs. detailed designer role, involvement in construction phase services, etc.) and the time period in that role. If the previous work experience cited for an individual was done while working for another firm that should be made clear. If the previous work experience cited for a firm (or business unit within a firm) was performed while operating under another name, was performed before acquisition by the current parent firm, or was performed by persons not proposed for this project, that should be made clear also. Section F, Line 24 should include project presentation drawings and/or photographs. Section F, Line 24, should include the Estimated Cost and should show both the firm s fee amounts and the project construction cost amounts, differentiated by parentheses around the fee amounts. Section H: May contain up to 20 pages (in addition to the 10 page limit specified in paragraph V. B.), with a minimum 11-point type size. Is not to contain extensive repetition of material presented in previous sections. Should include an additional copy of the proposed organization chart, along with a discussion of the proposed project organization, specific responsibilities of the member firms, and all other pertinent information necessary to address Qualification Criterion 1 through 4 above. The organization chart and accompanying discussion should be well coordinated with the personnel resumes in Section E, particularly regarding job titles and responsibility designations. Should include all information and discussion necessary to address Selection Criteria 1 through 4 above. Should be used to elaborate on any relevant issues expected to influence the course of this design project, your ideas on dealing with them, and your experience in dealing with them in the past, including (a) coordination with large multi-departmental client organizations, (b) coordinating and taking full responsibility for the efforts of a large number of specialty sub-consultants working in different cities, (c) managing the design of projects remote from the various design production offices, and (d) any other issues you deem pertinent. Tabbing and/or other easy-to-follow cross references between SF 330 text and the Selection Criteria being addressed would be greatly appreciated. Page 6