Request for Qualifications (RFQ) Air Cargo Facility Phase I

Similar documents
Request for Qualifications (RFQ) Engineering/Architectural Services Airside Capacity Improvements

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

DIVISION III FEDERAL CONTRACT PROVISIONS Solicitation RFQ Authority Project No. 927 DRAFT

BERRIEN COUNTY ROAD DEPARTMENT

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

Barkley Regional Airport Authority, P.O. Box 1131, Paducah, KY Request for Qualifications. March 13, 2019

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

Federal Transit Administration Contract Clauses

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR UNDERWATER BRIDGE INSPECTION SERVICES

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

Black Hawk County Engineer

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR QUALIFICATIONS

Springfield Airport Authority. Acquire Ancillary Equipment for Aircraft Rescue and Fire Fighting Services ADDENDUM NO. 1

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

FEDERAL TRANSIT ADMINISTRATION 154

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

INVITATION FOR BIDS Pullman-Moscow Regional Airport Pullman, Washington AIP Project No /049

CONTRACT FOR PROFESSIONAL ENGINEERING SERVICE. Gerald R. Ford International Airport. Grand Rapids, MI 49512

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE

BERRIEN COUNTY ROAD DEPARTMENT

INVITATION PLEASE REFER TO BID NO TO BID

LABOR COMPLIANCE CONSULTING SERVICES

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements

NOTICE TO BIDDERS H.M.A. PAVING

STANDARD PURCHASE ORDER TERMS AND CONDITIONS

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

CONTRACT FORM CONTRACT #

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

REQUEST FOR QUALIFICATIONS

REQUEST FOR Proposals CONSULTING SERVICES FOR TERMINAL AREA CONCEPT PLAN

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

STATEMENT OF BIDDER'S QUALIFICATIONS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

EXHIBIT 1 ABBREVIATIONS AND DEFINITIONS. [provided separately]

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SPACE RENTAL AGREEMENT TAMPA INTERNATIONAL AIRPORT BRITISH AIRWAYS PLC.

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

INVITATION PLEASE REFER TO BID NO TO BID

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

Issued: October 3, 2016 Proposals Due: November 28, 2016

REQUEST FOR QUALIFICATIONS

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

Title VI/ Nondiscrimination TECHNICAL ASSISTANCE GUIDE FOR SUBRECIPIENTS

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT:

APPENDIX III. HUD s General Provisions for Contracts. HOUSING TRUST FUND CORPORATION STATE STREET, ALBANY NEW YORK January 2019

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist

ENGINEERING SERVICES CONTRACT

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Title VI/Nondiscrimination Technical Assistance Guide for Subrecipients

Invitation for Bid (IFB) Released. Modifications to the existing Urban Bus Wash Equipment Room

Required Contract Provisions for Subcontracts ( )

MANDATORY GENERAL TERMS AND CONDITIONS:

CONSTRUCTION AGREEMENT

Maricopa County Policy/Contract Template Reference. Procurement Standards ( )

Section 7000 Procurement

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

DISADVANTAGED BUSINESS ENTERPRISE

Texas Department of Transportation AVIATION DIVISION CONSTRUCTION CONTRACT GENERAL PROVISIONS

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Federal Acquisition Regulation Subcontract Flowdown Provisions. Clause Title Title Applicability Restrictions on Subcontractor Sales to the

CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT

I N D I A N A P O L I S M E T R O P O L I T A N P L A N N I N G O R G A N I Z A T I O N TITLE VI COMPLAINT PROCEDURES

CDBG-DR PUBLIC INFRASTRUCTURE PROGRAM REQUIRED PROCUREMENT AND CONTRACT DOCUMENTS

CONSTRUCTION SERVICES AGREEMENT

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

MASSACHUSETTS PORT AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY PROJECT MANUAL. (Containing Bidding and Contract Requirements, and Specifications)

NEW HANOVER COUNTY HURRICANE FLORENCE FACILITY REPAIRS REQUEST FOR QUALIFICATIONS RFQ

BELMONT HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY

Federal Acquisition Regulation Subcontract Flowdown Provisions

CONSTRUCTION LESS THAN $100,000

FOR [INSERT BRIEF DESCRIPTION] [Limited Services Term or Project Specific]

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

APPENDIX: CONTRACT FOR SERVICES TEMPLATE

SEALED BID. September 29, 2017

Transcription:

Request for Qualifications (RFQ) Air Cargo Facility Phase I Birmingham Airport Authority January 2019

I. Introduction A. Project Description The Birmingham Airport Authority (BAA) is seeking a qualified airport engineering/architectural firm (Consultant) for professional services related to the design of a new air cargo facility at the Birmingham Shuttlesworth International Airport (BHM). The new air cargo facility will be approximately 68,000 square feet and be located on the existing south cargo apron. B. Project Background The Birmingham Shuttlesworth International Airport maintains two cargo aprons and one air cargo facility on the southwest portion of the airport. The existing air cargo facility is shared by several air cargo operators including FedEx and UPS. Currently, no air cargo facility is located on the 420,605 square foot south cargo apron. The south cargo apron was originally developed to accommodate large air cargo operators in anticipation of growing air cargo demand at BHM. Air cargo development plans allow for continued, southernly, expansion of the apron as well as significant air cargo facility development. Recent air cargo interests and opportunities at BHM have led the BAA to pursue the first phase of the air cargo facility development. Phase I will include the construction of a new air cargo facility adjoining the existing south cargo apron. C. Opportunity Zone The Tax Cuts and Jobs Act of December 22, 2017 created the Opportunity Zone program. The Opportunity Zone program designates specific, economically distressed communities with tax benefits to investors within the designated areas. The entirety of Phase I, and all subsequent air cargo apron and facility developments at BHM, falls within the Opportunity Zone program, allowing future investors to benefit from tax incentives when developing within the site. II. Scope of Work A. Goals i. To provide for the design of an air cargo facility that will be operator ready and flexible in nature to allow for customizable equipment and uses dependent upon future tenant needs. ii. To provide bid ready, construction plans for the construction of a 68,000 square foot air cargo facility. iii. To provide construction administration services during the construction of the air cargo facility. B. Deliverables i. Cargo Facility Design: The BAA is seeking an experienced aviation engineering/architectural firm to design an air cargo facility. The facility shall be designed in such a manner as to be marketable to an array for air cargo

ii. iii. operators, allowing for the facility to be easily adaptable to a future tenant s needs. Although the size of the facility is limited to the size of available apron and lot, the interior layout of the facility shall be general and adaptable in nature. Design shall also include the necessary roadway, landscaping, parking lot and loading dock for the facility. Construction Plans: The successful firm shall provide for the complete construction plans of the facility. It is the intent of the BAA to have bid ready plans and engineer s estimate of the facility to pursue a Request for Bids for the construction of the facility. Construction Administration: The successful firm shall be called upon to provide construction administration services during the construction phase of the project. Construction administration shall include all necessary work to deliver the project successfully to the BAA including, but not limited to, permitting, testing, inspections, As-Built drawings and any local, state or federal requirements needed to successfully complete the project. III. Proposal Requirements A. Submittal Please submit four (4) hard copies and one (1) electronic copy of your proposal to the following address: Contact: E-mail: Address: Marcelo Lima, A.A.E., Senior Airport Planner mlima@flybirmingham.com Birmingham Airport Authority 5900 Messer Airport Highway Birmingham, AL 35212 All questions associated with this RFQ must be submitted in writing via e-mail to Marcelo Lima, A.A.E., Senior Airport Planner, at mlima@flybirmingham.com. B. Proposal Format Respondent s Statement of Qualifications shall be no longer than twenty-five (25) pages and include the following sections: i. Project Approach and Schedule ii. Relevant Airport Project Experience in Design of Air Cargo Facilities iii. Project Team and Experience in Design of Air Cargo Facilities iv. Project Partners and DBE Goal Requirements v. Other Relevant Respondent Information (Optional)

C. Tentative RFQ Timeline RFQ Posted Wednesday, January 30 th, 2019 Pre-Submittal Meeting Wednesday, February 13 th, 2019 RFI Deadline Friday, February 22 nd, 2019 Statement of Qualifications (SOQ) Due Tuesday, March 5 th,2019 Selection Committee Review Deadline Friday, March 15 th, 2019 Award April 2019 D. Pre-Submittal Meeting A pre-submittal meeting is scheduled for Wednesday, February 13 th at 2:00pm (local time) in the airport terminal Meeting Room B, located on the lower level of the terminal building by doors 4L. This meeting is not mandatory. However, the BAA highly recommends all prospective firms to attend the meeting. All attendees who plan to attend the meeting must RSVP to Marcelo Lima at mlima@flybirmingham.com by 2:00pm (local time) Tuesday, February 12 th, 2019. IV. Selection Process Statement of Qualifications will be evaluated and ranked by the following criteria: A. Firm s Experience in Design of Air Cargo Facilities 25% B. Experience of Project Team in Air Cargo Facilities 25% C. Experience with Airports of Similar Size 20% D. Firm s Approach in Meeting Project Goals 20% E. Commitment to DBE Goal 10% V. Disadvantage Business Enterprise (DBE) Assurances A. Policy It is the policy of the BAA that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole, in part, or without federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement.

B. DBE Obligation The Owner s overall annual goal for DBE participation is 30 percent. In all cases, those who wish to do business with the Owner should demonstrate sensitivity to the plight of our certified DBEs and be willing to assist the DBEs to overcome barriers to competition. The Engineer agrees to ensure that DBEs and other small businesses, as defined in 49 CFR Part 26, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with or without federal funds. This includes the maximum opportunity to compete and perform under any contract associated with this Agreement. The Respondent/Engineer shall not discriminate on the basis of race, color, national origin, or sex, in the award and performance of contracts, especially that DOT assisted. The Respondent/Engineer shall carry out applicable requirements or 49 CFR Part 26 and especially 49 CFR Part 26.13 (b), which is set forth in the following: 49 CFR PART 26 SECTION 26.13 (b). Respondent/Engineer s Assurance The Respondent/Engineer, sub recipient or sub-consultant, shall not discriminate on the basis of race, color, national origin, or sex, in the performance of 49 CFR Part 26 in the award and administration of DOT Assisted contracts. Failure by the Respondent/Engineer to carry out these requirements is a material breach of this AGREEMENT entitling Owner to terminate this AGREEMENT or exercise any such other remedy, as the Owner deems appropriate. VI. Civil Rights Assurances During the performance of this Agreement, the Respondent/Engineer, for itself, its assignees and successors in interest (for this section only referred to as the Engineer) agrees as follows: A. Compliance with Regulations The Engineer shall comply with the regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (hereinafter, DOT) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, hereinafter referred to as the Regulations ), which are herein incorporated by reference and made a part of this contract.

B. Nondiscrimination The Engineer, with regards to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color or national origin, in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Engineer shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including practices when the Agreement covers a program set forth in Appendix B of the Regulations. C. Solicitations for Subcontractors Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Engineer for work to be performed under a subcontract, including procurement of materials or leases of equipment, either potential subcontractor or supplier shall be notified by the Engineer of the Engineer s obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. D. Information and Reports The Engineer shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by Owner or the FAA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Engineer is in the exclusive possession of another who fails or refuses to furnish this information the Engineer shall so certify to Owner or the FAA as appropriate, and shall set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance In the event of the Engineer s noncompliance with the nondiscrimination provisions of this Agreement, Owner shall impose such contract sanctions, as it or the FAA may determine to be appropriate, including, but not limited to: i. Withholding of payments to the Engineer under the Agreement until the Engineer complies, and/or ii. Cancellation, termination, or suspension of the Agreement, in whole or in part.

F. Incorporation of Provisions The Engineer shall include the provisions of paragraphs A through E in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Engineer shall take such action with respect to any subcontract or procurement as Owner or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Engineer becomes involved in, or is threatened with litigation with a subcontractor or supplier as a result of such direction, the Engineer may request Owner to enter into such litigation to protect the interests of Owner and, in addition, the Engineer may request the United States to enter into such litigation to protect the interest of the United States. VII. Additional Information The Birmingham Airport Authority reserves the right to accept or reject any or all proposals; or re-advertise for proposals for the benefit of the BAA. Any proposal that is submitted incomplete, obscure, or contains errors or discrepancies may be cause for rejection.

Exhibit A Project Site Location

Exhibit B Federal Provisions (All applicable federal provisions will be included in final agreement)

Meaning of cell values Info Sponsor has discretion on whether to include clause in its contracts. Limited Provision with limited applicability depending on circumstances of the procurement. n/a Provision that is not applicable for that procurement type. NIS Provision that does not need to be included or referenced in the solicitation document REF Provision to be incorporated into the solicitation by reference. REQD - Provision the sponsor must incorporate into procurement documents. Table 1 Applicability of Provisions Provisions/Clauses Dollar Threshold Solicitation Professional Services Construction Equipment Property (Land) Non-AIP Contracts Access to Records and Reports $ 0 NIS REQD REQD REQD REQD n/a Affirmative Action Requirement $10,000 REQD Limited REQD Limited Limited n/a Breach of Contract $150,000 NIS REQD REQD REQD REQD n/a Buy American Preferences $ 0 REF Limited REQD REQD Limited n/a (1) Buy American Statement $ 0 NIS Limited REQD REQD Limited n/a (2) BA Total Facility $ 0 NIS Limited REQD REQD Limited n/a (3) B.A. Manufactured Product $ 0 NIS Limited REQD REQD Limited n/a Civil Rights General $ 0 NIS REQD REQD REQD REQD REQD Civil Rights - Title VI Assurances $ 0 REF REQD REQD REQD REQD REQD (1) Notice - Solicitation $ 0 REQD REQD REQD REQD REQD REQD (2) Clause - Contracts $ 0 NIS REQD REQD REQD REQD REQD (3) Clause Transfer of U.S. Property $ 0 NIS n/a n/a n/a Limited REQD (4) Clause Transfer of Real Property $ 0 NIS n/a n/a n/a REQD REQD (5) Clause - Construct/Use/Access to $ 0 NIS n/a n/a n/a REQD REQD Real Property (6) List Pertinent Authorities $0 NIS REQD REQD REQD REQD REQD Clean Air/Water Pollution Control $150,000 NIS REQD REQD REQD REQD n/a Contract Work Hours and Safety Standards $100,000 NIS Limited REQD Limited Limited n/a Copeland Anti-Kickback $ 2,000 NIS Limited REQD Limited Limited n/a Davis Bacon Requirements $ 2,000 REF Limited REQD Limited Limited n/a Debarment and Suspension $25,000 REF REQD REQD REQD Limited n/a Disadvantaged Business Enterprise $ 0 REF REQD REQD REQD REQD n/a Distracted Driving $3,500 NIS REQD REQD REQD REQD n/a Energy Conservation Requirements $ 0 NIS REQD REQD REQD REQD n/a Equal Employment Opportunity $10,000 NIS Limited REQD Limited Limited n/a (1) EEO Contract Clause $10,000 NIS Limited REQD Limited Limited n/a (2) EEO Specification $10,000 NIS Limited REQD Limited Limited n/a Federal Fair Labor Standards Act $ 0 NIS REQD REQD REQD REQD Info Foreign Trade Restriction $ 0 REF REQD REQD REQD REQD n/a Lobbying Federal Employees $ 100,000 REF REQD REQD REQD REQD n/a Occupational Safety and Health Act $ 0 NIS REQD REQD REQD REQD Info Prohibition of Segregated Facilities $10,000 NIS Limited REQD Limited Limited n/a Recovered Materials $10,000 REF Limited REQD REQD Limited n/a Rights to Inventions $ 0 NIS Limited Limited Limited n/a n/a Seismic Safety $ 0 NIS Limited Limited Limited n/a n/a Tax Delinquency and Felony Conviction $ 0 NIS REQD REQD REQD REQD n/a Termination of Contract $10,000 NIS REQD REQD REQD REQD n/a Veteran s Preference $ 0 NIS REQD REQD REQD REQD n/a Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on June 19, 2018 Page 7