CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT Residential Sound Insulation Program A. PROGRAM NARRATIVE The City of Fresno Airports Department (Department) is accepting Statements of Qualification (SOQ) from multi-disciplined consulting firms or teams (Consultant) to provide professional consulting services related to implementation of the Residential Sound Insulation measures contained in the Part 150 Noise Compatibility Program (NCP) for Fresno Yosemite International Airport (Airport). Firms with experience in Architectural Design, Engineering, Acoustic Engineering and Testing, Hazardous Materials Evaluation, Construction Management, Project Management and Public Outreach services with respect to Federal Aviation Administration (FAA) Residential Sound Insulation Programs are encouraged to participate. B. BACKGROUND The Airports Department applies annually for FAA Airport Improvement Program (AIP) funding to acoustically treat residences under the Airport s ongoing Residential Sound Insulation Program, locally known as the SMART Program. The Department is seeking firms with the capability and experience necessary to provide comprehensive planning, public outreach, testing, design, and construction administration for modification of single family homes, multi-family homes and noise sensitive facilities, in the vicinity of FAT, within the 65 CNEL contour of the 2022 Noise Exposure Map. The work will be performed as AIP funding becomes available in bid groups of approximately 50-150 residences that can reasonably be expected to be initiated within five years from the date of final selection. Firms must meet minimum qualifications and knowledge requirements. Consultant selection will follow FAA Advisory Circular (AC) 150/5100-14E Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects and City of Fresno Administrative Order 6-19 Contracts for Consultant Services". Page 1 of 6
C. MINIMUM QUALIFICATIONS To meet minimum qualifications, participating firms or individuals must demonstrate distinguishing experience as, and knowledge of, the following: California registration as a licensed Architect with five years of experience in planning, design and construction administration of airport residential sound insulation projects. Five years of Acoustic Engineering experience designing, testing and evaluating airport residential sound insulation projects. Five years of experience in asbestos and lead based paint abatement design, oversight, monitoring, testing and analysis for residential remodeling projects. California registration as a licensed Mechanical Engineer with five years of experience in evaluation and design of residential heating, ventilating, and airconditioning systems. Knowledge of pertinent FAA Advisory Circulars. Knowledge of FAA Regulations, Policies & Procedures for airport residential sound insulation projects. Knowledge of Federal, State and Local Codes & Regulations related to residential construction and remodeling. Experience in preparation of comprehensive, coordinated and complete construction documents for airport residential sound insulation projects. Demonstrated Public Relations experience working with property owners, contractors, consultants and inspectors to coordinate the design, implementation and completion of airport residential sound insulation projects. D. SCOPE OF SERVICES Services will include but are not limited to the following: 1. Review and update the SMART Program Policies and Procedures manual in conjunction with airport staff. 2. Maintain and update homeowner educational materials including a SMART Program Homeowner Handbook. 3. Develop an Acoustical Test Plan for the Airport s Residential Sound Insulation Program. 4. Provide technical assistance for the program and participate in meetings with the community, contractors, property owners, tenants, and the FAA. 5. Develop overall program schedules and monitor schedules of individual contractors. Page 2 of 6
6. Conduct pre-construction acoustic testing in accordance with FAA guidelines in order to determine eligibility 7. Schedule and perform surveys of the eligible residences to assess existing architectural, acoustic, mechanical, environmental and electrical conditions. 8. Inspect and document possible unsafe and/or unpermitted modifications to the structure. 9. Prepare construction documents as necessary and in accordance with FAA, federal, state, local government, local agency and utility requirements which include plans, details and technical specifications for acoustic treatment of eligible residences. 10. Prepare construction cost estimates for each residence. 11. Schedule and perform a property owner review of the design, plans and materials proposed for the acoustic treatment of each residence. 12. Prepare and process permit copies of plans and details in compliance with City and County permit processes and plan check requirements. 13. Provide pre-construction support for preparation of bid specifications, pre-bid meetings, requests for information, addenda, pre-construction meetings and submittal review. 14. Provide construction administration and contractor coordination. 15. Provide inspections during and after construction for each residence to ensure that all work and materials are in conformance with the construction documents and FAA Standards. 16. Provide hazardous materials abatement inspection and testing. 17. Provide post construction acoustic testing. 18. Submit periodic program progress reports, including noise reduction for each residence, work completed and associated costs. 19. Provide engineering close-out reports to document project compliance at the conclusion of the project. 20. Participate in warranty claim resolution. Page 3 of 6
E. CRITERIA FOR CONSULTANT SELECTION 1. Understanding of FAA, state and local regulations related to planning, testing, design, and construction processes for airport residential sound insulation projects. 2. Project Manager experience relevant to this type of project. 3. Experience, past performance and certifications of team members in relation to airport residential sound insulation projects. 4. Availability of team members. 5. Working relationship with federal, state and local agencies such as the FAA Airport District Office, California State Division of Aeronautics, and City of Fresno Departments, etc. 6. Approach to and understanding of the proposed project. F. ADMINISTRATIVE PROCEDURES 1. Guidance presented in FAA AC 150/5100-14E Architectural, Engineering and Planning Consultant Services for Airport Grant Projects and City of Fresno Administrative Order 6-19 Contracts for Consultant Services will be used. 2. Phase One (1) of the selection process will evaluate all timely submissions that meet the Minimum Qualifications as outlined in Section C of this RFQ. Phase One (1) will produce a short-list of the most qualified firms. Firms not on the short-list will not continue in the selection process but may be requested, for a fee, to perform an Independent Fee Estimate at a later date. 3. Phase Two (2) of the selection process is a ranking of short-listed Consultants based on their qualifications, submissions and presentation. The submissions will be evaluated using the Criteria for Consultant Selection identified in Section E. 4. Phase Three (3) of the selection process (if necessary) is an interview before a Department appointed panel. Interviews may or may not be conducted. If an interview process is deemed necessary, then the top three to five firms may be invited for an interview. The interviews will be evaluated using the Criteria for Consultant Selection identified in Section E. A ranking of firms will be determined at the end of this phase. Page 4 of 6
5. The rankings will then be presented to the Director of Aviation who will select the best qualified firm from the ranking list. 6. The selected firm will be invited to negotiate a scope of work and fee for planning, testing, design, and construction administration of the next group of residences scheduled for participation in the FAT Residential Sound Insulation Program. If an agreement is not reached with the selected firm, that firm will be disqualified. Scope of work and fee negotiations will then proceed with another selected firm. The CITY reserves the right to terminate the selection process and/or readvertise for consulting services at any time in this process. 7. A City of Fresno Agreement for Professional Consulting Services will be executed once negotiations have been successful and a firm is approved for award of a contract. A copy of a sample agreement is available upon request. The selected firm shall be required to submit documentation to substantiate compliance with all Agreement terms including a Conflict of Interest Declaration on CITY furnished forms and obtain required insurance coverage. 8. In accordance with the Code of Federal Regulations, 49 CFR parts 23 and 26, the CITY will carry out applicable federal requirements in the award and administration of any contract awarded hereunder. G. GENERAL REQUIREMENTS/CONDITIONS 1. The City hereby notifies all interested firms that no person shall be excluded from participation in, denied any benefits of, or otherwise discriminated against in connection with the award and performance of any contract on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, ethnicity, status as a disabled veteran or veteran of the Vietnam era. 2. Title VI Solicitation Notice -- The CITY, 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. 3. In accordance with the Code of Federal Regulations, 49 CFR parts 23 and 26, the CITY will carry out applicable federal requirements in the award and administration of any contract awarded hereunder. This is Page 5 of 6
a federal project funded with financial assistance from the U.S. Department of Transportation, FAA. 4. DBEs will be afforded full opportunity to submit SOQs in response to this invitation. In addition, a bidder who intends to subcontract a portion of the work shall affirmatively seek out DBEs that are potential subcontractors, suppliers, or consultants, and actively solicit their interest, capability and prices. 5. Prospective firms are advised that the City in the solicitation or evaluation of the interested consultants incurs no obligation or commitments. The City reserves the right to waive or modify any part of this RFQ process without penalty at their sole discretion. 6. The City reserves the right to define and/or redefine tasks and select for negotiation individual firms and /or assemble submitting firms into implementation teams as it sees fit. 7. The City reserves the right to choose which scope of work will be assigned to one or more consultants. 8. Submission of a Statement of Qualification from a proposing firm indicates a willingness to prepare, for a fee, an independent cost estimate even though the firm or individual is not selected to continue beyond Phase One of the selection process. Preparation of the independent estimate, if requested by the Airport, will eliminate a firm or individual from further consideration for this project. 9. All firms or individuals interested in responding to this Request for Qualifications shall do so by submitting five (5) hard copies and one (1) digital usb, thumb drive of their Statement of Qualifications by Thursday, November 1, 2018 at 5:00 PM PDST to: City of Fresno, Airports Department Attn: Elodia Cavazos 4995 E. Clinton Way Fresno CA 93727-1525 Page 6 of 6