Request for Qualifications On Call Engineering Services

Similar documents
REQUEST FOR QUALIFICATIONS. Environmental Consulting Services To Support Brownfields Revolving Loan Fund Program

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

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

GREENVILLE UTILITIES COMMISSION

Request For Proposal (RFP) for

Des Moines Airport Authority. Legal Services Request for Proposal

Request for Proposal For Scrap Metal Removal

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION

INFORMATION FOR BID. Tee Shirts (School Nutrition)

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Request for Proposal # Executive Recruitment Services

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Proposals (RFP)

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

Request for Qualifications

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

Request for Proposal # Postage Meter Lease & Maintenance Service

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

Proposal No:

CITY OF SUGAR HILL Request for Proposals Event Audio Services

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

Request For Qualifications Construction Management at Risk

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

University of Massachusetts Lowell. BID REQUEST Road Salt Bid # CL12-HT-0021

PHASE 1 STAFF FACILITIES LOCKER ROOM

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Kayenta Township. Kayenta Airport. Request for Qualifications. Airport Consulting Services

RFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR PROPOSALS

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Invitation To Bid. for

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

CITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR. City Attorney/Legal Services RFQ#

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

Request for Proposal

REQUESTS FOR PROPOSAL # for INTERNET SERVICE PROVIDER. at SMITHERS REGIONAL AIRPORT

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT CONSTRUCTION SPECIFICATIONS FOR

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

HILLSBOROUGH COUNTY AVIATION AUTHORITY

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

TAUNTON CONTRIBUTORY RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

Request for Proposal General Ledger Software

Chatham County Request for Proposals Biannual Customer Service Survey

Request for Proposals for Agent of Record/Insurance Broker Services

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

Transcription:

Request for Qualifications On Call Engineering Services Table of Contents General Information.. 2 Proposal Submittal Procedures and Format..5 Minimum Format fro Request for Qualifications...5 Additional Requested Information....6 Evaluation Criteria 7 Equal Opportunity Requirement.10 Disadvantaged Business Enterprise (DBE) Program..10 Clarifications and Issuance of Addenda..10 Contact Info...10 Disqualification..11 General Notes 11 Insurance Requirements.11 Default... 12 Publication.12 Selection Process... 12 Appendix A (Tax Compliance & Non-Collusion Certificates).. 15 Nantucket Memorial Airport RFQ Engineering P a g e 1

Request for Qualifications On Call Engineering Services I. GENERAL INFORMATION Nantucket is an Island 30 miles of the coast of Cape Cod, Massachusetts and is served by one airport, Nantucket Memorial Airport, owned by the Town of Nantucket and administered by a five (5) member Airport Commission (Commission). Nantucket Memorial Airport, the second busiest in Massachusetts, is a commercial service, ARFF index B, Class I airport that on occasion handles more operations than Boston Logan. The airport has three runways; Runway 06/24 (6,303 x 150 with HIRL), Runway 15/33 (4,500 x 100 with MIRL) and Runway 12/30 (2,696 x 50 ) paved with bituminous concrete. Other facilities include a General Aviation/Administration Building (due to open in December 2013), ARFF/Operations Building, Terminal, SRE Building, Fuel Farm and various aircraft storage and T-Hangars. The Commission is seeking statements of qualifications from qualified airport engineering and planning consultants to provide airport engineering design and airport construction project management for both AIP and non-federally funded projects. All work will be required to meet Federal Aviation Administration (FAA) and MassDOT Aeronautics Division Standards. Also, all work shall be accomplished in accordance with al Federal, State and Local guidelines and regulations including FAA Advisory Circulars, Mass Natural Heritage and all other environmental statutes. This contract with the Town of Nantucket/Nantucket Memorial Airport Commission will include on call professional services over a three (3) year period. A separate Authorization of Services including the detailed project scope of services and professional fees will be negotiated for each individual project during that period. Any initial agreement, authorization of services, scope of work and professional fees will be submitted for review and subject to approval by FAA, MassDOT Aeronautics and the Nantucket Memorial Airport Commission. The Nantucket Memorial Airport has prepared a multiyear development and maintenance plan under the Federal Aviation Administration Airport Improvement Program and the Massachusetts Aeronautics Commission Airport Safety and Maintenance Program. Airport engineering and planning consulting services may be required from time to time to support these and other projects. The term of the contract will not exceed three (3) years. The Airport reserves the right to cancel the contract at any time, separate the project(s) and award contracts to more than one firm if it is deemed to be in the best interest of the Airport. Nantucket Memorial Airport RFQ Engineering P a g e 2

The Airport is currently in the process of preparing an updated Master Plan, which should identify future development projects. Some projects in the three-year period may include, but are not limited to, the following: 1. Aircraft Apron Rehabilitation/Reconstruction 2. Expansion of the South Apron 3. Vehicle Acquisition (1,500 gallon ARFF vehicle, Snow Equipment, Utility vehicles). 4. Parallel taxiway to runway 15/33 5. Overlay existing South Apron 6. Security Improvements (Fence Replacement, Interactive Training, Door replacement, Explosion proof cans, Access control, Closed Circuit TV Cameras) 7. Fuel Farm Metering 8. Ground Support Equipment (GSE) Garage 9. Snow Removal Equipment (SRE) Building Expansion Copies of the Request for Qualifications may be obtained in person at the Office of the Airport Manager, 14 Airport Road, Nantucket, MA 02554 on and after December 5, 2013 between the hours of 8:00 am and 4:00 pm, by email jtorres@nantucketairport.com, or by visiting the procurement page on the Town of Nantucket website, www.nantucket-ma.gov. The successful offeror must be an Equal Opportunity Employer. The Airport reserves the right to reject any or all qualifications, waive any minor informality in the qualifications process, and accept the qualifications deemed to be in the best interest of the Airport. NOTE: ESTIMATES OF FEES ARE NOT REQUIRED AND SHOULD NOT BE SUBMITTED. THERE MUST BE NO MENTION OF THE APPLICANT'S FEE IN THE QUALIFICATIONS SECTION. ANY MENTION OF THE FEE WILL SUBJECT THE QUALIFICATIONS TO REJECTION. Questions concerning the Request for Qualifications may be submitted in writing by 2:00 p.m., January 3, 2014 to Janine Torres, Nantucket Memorial Airport, 14 Airport Rd, Nantucket, MA 02554; email, jtorres@nantucketairport.com, fax, (508) 325-5306. Written responses will be mailed, emailed or faxed to all firms on record as having requested the RFQ. One original and four (4) copies of the qualifications marked "RFQ for Nantucket Memorial Airport Engineering Services must be received by Janine Torres, Office Manager, Nantucket Memorial Airport, 14 Airport Rd, Nantucket, MA 02554, prior to 2:00 p.m., on January 9, 2014. Any qualifications received after such time will not be accepted, unless the date and time has been changed in writing by addendum. Delivery to any other office or department does not constitute compliance with this Nantucket Memorial Airport RFQ Engineering P a g e 3

paragraph, unless the qualifications are received by the Airport Office Manager by the established deadline. It is the responsibility of the applicant to assure proper and timely delivery. Please be aware that overnight mail may not be guaranteed to our Island The Airport reserves the right to retain all proposal/qualifications submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in the request for qualifications. Prior to the deadline for receipt of qualifications, an applicant may correct, modify, or withdraw its proposal by making the request in writing. All corrections, modifications, or withdrawals must be delivered to the Office of the Airport Manager in a sealed envelope with a notation on the envelope indicating the title of the project, the deadline for the receipt of the qualifications and a notation that the envelope contains a correction, modification, or withdrawal of the original proposal submitted for the particular project. All work performed under this and subsequent contracts must be performed by professional engineers licensed by the Commonwealth of Massachusetts. The Airport reserves the right to advertise via competitive Request for Qualifications any project it deems appropriate. All firms or teams responding shall demonstrate qualifications in airport engineering, airport planning, construction phase services, architecture and environmental permitting. If the team is selected, the Airport Commission reserves the right to select any of the team members as the prime consultant for a specific contract. The Airport will utilize the Massachusetts Designer Selection Process (MGL Chapter 7, Section 38K) and FAA Advisory Circular 150/5100-14D Guidelines in the solicitation and award of the consultant contract. The evaluation criteria used will be as listed in the aforementioned FAA Advisory Circular 150/5100-14D, Chapter 2-7a through 7l as well as: 1. Experience 2. Quality of Work 3. Knowledge of FAA, MassDOT-Aeronautics, Public Sector Regulations and Procedures 4. Professional Registrations 5. Sub consultants/team Members 6. Capacity Prospective proposers must demonstrate the ability to provide the services described in this document, must meet all minimum criteria, and must submit a complete proposal. Nantucket Memorial Airport RFQ Engineering P a g e 4

It is the intent of the Airport to award a contract within 90 days of the proposal submission date. The Airport may elect to request interviews with potential firms. PROPOSAL SUBMITTAL PROCEDURES AND FORMANT To be considered, sealed proposals must be submitted to the Nantucket Memorial Airport, 14 Airport Rd, Nantucket, MA 02554 by 2:00 p.m. on January 9, 2014. The envelope should be clearly marked on the outside "RFQ for Nantucket Memorial Airport Engineering Services. The Airport reserves the right to reject any or all proposals submitted if they have deemed it is in the Airport s best interest to do so. A representative of a designee of the Nantucket Memorial Airport Commission, Airport Manager, Airport Officer Manager and the Chief Procurement Officer will evaluate the proposals submitted. The proposal must contain the following documents. Any proposal that does not contain all of these documents may be rejected as non-responsive: Tax Compliance Certificate/Non-Collusion Statement (Appendix A) DSB Form Statement of Qualifications as described below. The submission must not contain any fees or reference to proposed fees for services. The proposal shall include all forms and information stated in this section in order to be considered responsive. In all cases, the Airport reserves the right to reject any proposal that does not comply with these instructions. The Airport will not be liable for costs incurred in the preparation of the response to this RFQ or in connection with any presentation before a selection committee. MINIMUM FORMAT FOR REQUEST FOR QUALIFICATIONS Each applicant should file a statement of qualifications with the Selection Committee under the pains and penalties of perjury containing the following information: 1. Certification of the legal existence of the applicant; 2. The names and addresses of persons controlling the legal entity; 3. The name, address, registration number and status of each person who will work on the project in every jurisdiction in which such person has ever been registered as an architect, landscape architect or engineer and resumes of such persons; 4. A list of all public projects in Massachusetts for which the applicant has entered into a contract for design services within the past five years; 5. A list of all public projects in Massachusetts where the applicant is currently performing design services; 6. A statement containing the applicant's experience, ability and qualifications as they relate to the proposed project (airport specific); 7. A brief synopsis of the firm's approach to the project; 8. References from persons who are familiar with the applicants work; 9. A statement concerning the financial stability of the applicant; Nantucket Memorial Airport RFQ Engineering P a g e 5

10. A statement that the applicant and all consultants utilized by the applicant, will provide professional liability insurance for errors and omissions on the project in an amount determined by the awarding authority. Such statement shall include the name and address of the company providing such insurance and the name and telephone number of an officer or agent of such company who can verify such information; 11. If applicant is joint venture, each participant in the joint venture must provide the information required in paragraphs (1) through (10) individually as well as for the joint venture. 12. Tax Compliance/Non-Collusion Statements (Appendix A) 13. DSB form 2005 (Appendix B). ADDITIONAL REQUESTED INFORMATION 1. A letter of transmittal: addressed to Janine Torres, Office Manager, which includes a statement by the respondent accepting all terms and conditions and requirements contained in this RFQ. The letter should also include a brief discussion of the respondent's background, experiences, and ability to perform this contract in accordance with the Scope of Services. 2. Firm Qualifications: Qualifications of the firm and firm's personnel assigned to perform the work. Include resumes of all key personnel and professional engineers and describe their background and experience. 3. Sub consultant and/or Subcontractor Qualifications: Qualifications of each firm and firm's personnel assigned to perform the work. Include resumes of all key personnel and professional engineers and describe their background and experience. 4. Project Organization & Management: Include project organization chart, expanded resume of project manager, and amount of time the project manager will be committed to this project. 5. Project Approach: Discussion of your approach to performing the services described, including specific responsibilities of key personnel in sufficient detail to demonstrate an understanding of the contract's scope and the services required. (Including sub consultants and/or subcontractors). Describe the consultant's management system and describe how it will function to ensure timely delivery of on-call engineering services. Please provide a detailed itemized plan of proposed services. 6. References: List of clients for whom similar services were performed, and the nature of the project. Include contact names and phone numbers. Consultant must provide a minimum of three references, sufficiently detailed to include names, titles, addresses (email if possible) and telephone numbers as to allow the Airport to contact these references. Respondents to this RFQ will be expected to adhere to the following conditions and must make a positive statement to that effect in its submitted proposal. Nantucket Memorial Airport RFQ Engineering P a g e 6

1. Have personnel and resources reserve sufficient to task continuity. 2. Agree that all sub-contractors hired by the consultant must have prior written approval of the Airport and must provide evidence of insurance equal to that required by the consultant. 3. Agree to accept and follow management direction from the Airport Manager and specifically the Airport Manager s designated personnel. 4. Agree that if the Airport cannot in good faith negotiate a written contract within a reasonable time with the selected consultant, the Airport may unilaterally cancel its selection with that consultant. 5. Agree that the contract between the Airport and the consultant shall be governed by and constructed in accordance with the laws of the Commonwealth of Massachusetts and the Charter of the Town of Nantucket. EVALUATION CRITERIA All RFQ's received will be evaluated regarding compliance with the RFQ, FAA Advisory Circular 150/5100-14d. One or more of the highest rated firms may be requested to submit additional information and/or participate in an interview. Proposers must have a minimum of five (5) continuous years of engineering experience with Airports and submit all forms as required by this RFQ. The purpose of information requested in this section is to assist the Airport in evaluating the offerors overall qualifications, including its methodologies and technical abilities, and previous experience. The following categories will be ranked: 3 Points = Highly Advantageous (HA) 2 Points = Advantageous (A) 1 Point = Not Advantageous (NA) 0 Points = Unacceptable (U) Consultant Selection will be based on the following criteria: 1. Qualifications of the Firm: Demonstrated capability and experience of the principal consultant and its key personnel. Firm should demonstrate its familiarity with FAA policies and procedures. HA Principal Consultant as well as all key personnel have at least ten (10) years experience in Airport Planning and Architectural and Engineering (APAE) Services. A Principal Consultant as well as two or more key personnel has at least ten (10) years APAE experience. Remaining key personnel have at least five (5) years APAE experience. NA - Principal Consultant as well as two or more key personnel has less than ten (10) but more than five (5) years APAE experience. Remaining key personnel have five (5) years or less than APAE experience. Nantucket Memorial Airport RFQ Engineering P a g e 7

U - Principal Consultant as well as two or more key personnel has five (5) years or less APAE experience. 2. Qualifications of Sub consultants and/or Subcontractors: Demonstrated ability and experience of each sub consultant and/or subcontractor and its key personnel. HA Proposer has sufficiently demonstrated the ability and experience of each sub consultant and/or subcontractor. A - Proposer has adequately demonstrated the ability and experience of each sub consultant and/or subcontractor. NA - Proposer has poorly demonstrated the ability and experience of each sub consultant and/or subcontractor. U - Proposer did not include any information on their sub consultant and/or subcontractor. 3. Project Similarity: RFQ should include specific examples of similar projects performed for similar clients. References and points of staff contact should be included. RFQ should include the approach and methodology taken to complete similar projects for other clients. HA Proposer has strongly demonstrated past experience in similar projects with clear and precise approach and methodology. A Proposer has adequately demonstrated past experience in similar projects with clear and precise approach and methodology. NA Proposer has poorly demonstrated past experience with similar projects and/or is not clear and precise on approach and methodology. U - Proposer has no experience with similar projects and/or provided poor or no approach or methodology. 4. Past Performance: RFQ should demonstrate the Firm's ability to meet schedule demands and complete projects by agreed-upon deadlines, and to complete work on or under budget. References should be included that help Nantucket Memorial Airport ascertain and determine the quality of the projects completed, and the satisfaction of clients where projects have previously been undertaken by the proposing Firm. Firm shall disclose all arbitration, litigation, lawsuits, and other legal actions associated with projects Firm was involved with in the past five years. HA Proposer has strongly demonstrated the ability to meet scheduled deadlines with more than 90% of projects being on or under budget. A - Proposer has adequately demonstrated the ability to meet scheduled deadlines with less than 90% but more than 85% on or under budget. NA - Proposer has poorly demonstrated the ability to meet scheduled deadlines with less than 85% bit more than 80% on or under budget. U Proposer has failed to meet most scheduled deadlines with less than 80% on or under budget. Nantucket Memorial Airport RFQ Engineering P a g e 8

5. Project Manager or Key Personnel to be assigned to the Projects: A key element in the success of providing professional services is the Project Manager. RFQ should include resume and detail of experience relevant to the provision of these services. RFQ shall also include longevity with proposed Firm, where Project Manager will be based, and his/her ability to travel to Nantucket Memorial Airport. RFQ should also demonstrate the Project Manager understands the challenges and opportunities of this project. HA Project Manager s resume is detailed, indicates longevity with proposing firm of (10) years or more and is based less than 100 miles from Hyannis, MA and has demonstrated ability of travel to Nantucket. A - Project Manager s resume is detailed, indicates longevity with proposing firm of less than 10 years but more than 5 years, and/or is based more than 100 miles but less than 150 miles of Hyannis, MA and has demonstrated ease of travel to Nantucket. NA - Project Manager s resume is detailed but has less than 5 years but more than 3years longevity with proposing firm and/or is based more than 150 miles from Hyannis, MA and/or has demonstrated travel restrictions to Nantucket. U Project Manager s resume is not detailed and/or has less than 3 years longevity with proposing firm and/or is based more than 150 miles from Hyannis, MA and/or has demonstrated travel restrictions to Nantucket. 6. Approach to Performing Work: RFQ should include approach to performing the engineering services. Your own experience should allow you to expand on this description in your response to the RFQ. HA Proposer has provided a detailed, clear and concise approach which highly demonstrates comprehension of the scope of services required. A Proposer has provided a somewhat detailed, clear and concise approach which adequately demonstrates comprehension of the scope of services required. NA Proposer has provided little detail or an unclear approach which does not demonstrate comprehension of the scope of services required. U Proposer has not provided any detail or an unclear approach which does not demonstrate comprehension of the scope of services required. 6. Interviews: The Selection Committee may interview finalists to determine if the offerors are responsive and responsible, and meet the needs of the Airport. Offerors should therefore be prepared to travel to Nantucket for this interview, which should include the Team Leader and additional key personnel who will be working on projects on a day-to-day basis. The Airport will not assume any travel costs related to these interviews. Nantucket Memorial Airport RFQ Engineering P a g e 9

EQUAL OPPORTUNITY REQUIREMENTS Equal Employment Opportunity Statement All companies interested in conducting business with the Nantucket Memorial Airport shall not discriminate against any employee or applicant for employment, because of race, color, religion, gender, national origin, ancestry, physical or mental disability, veteran status, medical condition, marital status, age (40 years and older), sexual orientation, pregnancy, or other non-job-related criteria. Interested companies shall also take action to assure that applicants and employees are treated without regard to the same criteria listed above. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM It is the policy of the Massachusetts DOT - Aeronautics (DOT) and the Federal Aviation Administration (FAA) that disadvantaged business enterprises, as defined in 49 CFR 26, shall have maximum opportunity to participate in the performance of Contracts financed in whole or in part with Federal and State Funds under this Contract. Disadvantaged Business Enterprises (DBEs) must either be registered with the State Office of Minority and Women Business Assistance (SOMWBA) or provide appropriate certification forms with the Proposal Documents. Certification forms must be submitted to determine DBE eligibility. If the respondent is unable to meet the MBE goal for the project, the Bidder is required to provide evidence of a good faith effort. CLARIFICATIONS AND ISSUANCE OF ADDENDA Respondents should not contact Nantucket Memorial Airport Commission members or employees regarding this RFQ. Requests for explanations or clarifications should be directed in writing to Janine Torres, Office Manager, Nantucket Memorial Airport. Any interpretations, corrections or changes to this RFQ will be made by addendum. Any written addenda to the RFQ issued prior to the acceptance deadline will be considered a part of the RFQ. Respondents shall acknowledge receipt of all addenda within their response. CONTACT INFORMATION: Janine Torres, Office Manager Nantucket Memorial Airport 14 Airport Rd Nantucket, MA 02554 email, jtorres@nantucketairport.com phone: (508) 325-5303 fax, (508) 325-5306 Nantucket Memorial Airport RFQ Engineering P a g e 10

Interpretations, corrections or changes to the RFQ made in any other manner other than in writing are not binding upon the Nantucket Memorial Airport, and Respondents shall not rely upon such interpretations, corrections or changes. The Nantucket Memorial Airport, its officers, agents, and employees will not be responsible for any oral instruction, clarification, or modification, and the Respondent shall not be entitled to rely upon any oral communications. DISQUALIFICATION It shall be the responsibility of the Respondent to deliver the RFQ at the appointed place prior to the announced deadline for receipt of submittals. Late delivery of submittals will disqualify the Respondent. Please be aware that overnight mail may not be guaranteed to our Island. GENERAL NOTES The Nantucket Memorial Airport reserves the right to reject any and all submittals, and to re-solicit, for any reason; to waive any informalities or irregularities in any submittal received; and to waive any requirement of the RFQ documents as to the submitting procedure. By submitting its qualifications, the Respondent acknowledges that the Airport has the right to make any inquiry or investigation that it deems appropriate to substantiate or supplement information sought in such inquiry or investigation. The Airport reserves the right to provide Respondents with an opportunity to provide additional information or clarify specific areas in their RFQ. The Airport reserves the right to negotiate all elements that comprise the successful Respondent's submittal to ensure that the best possible consideration be afforded to all concerned. INSURANCE REQUIREMENTS The contractor/consultant shall maintain such insurance as will protect him from claims under Workmen's Compensation acts and from claims for damages because of bodily injury, including death, which may arise from and during operations under this contract whether such operations are by himself or by any subcontractor or anyone directly/indirectly employed by either of them. The General Contractor shall name the Town of Nantucket and the Nantucket Memorial Airport as additional insured on the liability and excess liability (umbrella) insurance policies on a primary and non-contributing basis. In addition any sub-contractor shall name the General Contractor and the Town of Nantucket and the Nantucket Memorial Airport as additional insured on the liability and excess liability (umbrella) insurance policies on a primary and non-contributing basis. A thirty (30) day written notice of cancellation of the policy applies. A. Public Liability Insurance: The contractor shall maintain such insurance as will protect him against claims of the public. The amount of the insurance shall be as follows: Bodily Injury - $250,000/500,000 Property Damage $100,000 Or $1,000,000 Combined Single Limit Nantucket Memorial Airport RFQ Engineering P a g e 11

B. Owners Professional Liability Insurance: $1,000,000/2,000,000 Prior to starting work on the contract, the contractor shall deposit with the Airport Office Manager, certificates from the insurers clearly stating that the insurance policies required in the above paragraphs have been issued to the contractor. The contractor agrees to assume all liability for injury or damage to the contractor and any and all persons acting by, through, at the invitation of, or on behalf of the contractor, and to all property and equipment of the contractor whether owned by the contractor or not. The contractor agrees to indemnify, defend and hold the Town of Nantucket and the Nantucket Memorial Airport harmless for any injury or damage to any person or property as a direct or indirect consequence of any aspect of the contractor's operation, which undertaking shall survive the term of the contract. The proposer agrees to indemnify and hold harmless the Town of Nantucket and the Nantucket Memorial Airport and their officials, employees and other agents and representatives, against any loss, claim, cause of action, damage, or liability whatsoever, whether without limitation strict or absolute liability in tort or by statute imposed, charge, cost or expense, including without limitation, attorneys fees to the extent permitted by law, which may be incurred in connection with, or in any manner arising out of damage or loss to property or injury or death of any person resulting from, or arising out of, without limitation the offerors performance in connection with this solicitation process. DEFAULT In the case of default by the consultant, the Airport may procure services from other sources and hold the consultant responsible for any excess costs occasioned or incurred thereby. PUBLICATION The Consultant agrees not to publish, or use materials relating to this contract in advertising, sales promotion, or publicity matters without the prior written consent of the Airport except that which may be required under law. The Consultant further agrees to submit to the Airport Manager, or appropriate representative, all advertising, sales promotion, and other publicity matters relating to this Contract wherein the Airport s name is mentioned or language used from which the connection of the Airport's name therewith may, in the Airport's judgment, be inferred or implied. SELECTION PROCESS This section provides the proposer with an understanding of the typical Nantucket Memorial Airport selection process and anticipated schedule to complete this solicitation. The Airport at its discretion can modify the process as necessary to fit the solicitation needs. Nantucket Memorial Airport RFQ Engineering P a g e 12

Short List: In the event of the need to compile a short-list, the Selection Committee will evaluate the Request for Qualifications (RFQ) and prepare a short list of qualified teams based on the criteria within the RFQ. Presentations/Interviews: Each short-listed team will be given the opportunity to introduce team members highlight their qualifications and discuss their Project Approach to the Selection Committee. Following each presentation, the committee may conduct a Q&A session, as necessary, with the team representatives. Highest Rank Consultant: A recommendation from the selection committee will be based upon the results of the qualifications, presentations and interview. Upon concurrence from the Nantucket Memorial Airport Commission and Chief Procurement Officer, the Airport will issue a Notification of Intent to Negotiate with the highest ranked consultant team for rates. Scope and Fee Negations: Once a consultant/engineer has been chosen each separate project will be negotiated as to fee from the above negotiated rates. The negotiation will be limited to the services expected to be performed. If a fee cannot be agreed upon between the Nantucket Memorial Airport and the selected firm, the negotiations will be terminated and the Nantucket Memorial Airport Commission, through the Airport Manager will initiate a new procurement for engineering service. Final Award: Upon Nantucket Memorial Airport Commission approval of the selected consultant, the Office Manager will execute the appropriate Airport contract for professional services. Nantucket Memorial Airport RFQ Engineering P a g e 13

Nantucket Memorial Airport Solicits Interest (Issues RFQ) Requests For Qualifications Distributed Notify Unsuccessful Consultants Receive and Evaluate Qualified Consultants Apply Selection Criteria Short-list Qualified Consultants Interview Most Qualified Consultants Rank Qualified Consultants in Order of Preference Conduct Contract Negotiations for Fee with Highest Ranked Firm No, Reject Proposal Negotiations Successful Yes, Award Contract Nantucket Memorial Airport RFQ Engineering P a g e 14

Appendix A CERTIFICATION OF TAX COMPLIANCE: Pursuant to Mass General Laws, Chapter 62C, s. 49A, I certify under the penalties of perjury, that I, to my best knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. Federal Employer ID Number NON-COLLUSION STATEMENT: Pursuant to Mass General Laws, Chapter 701 of the Acts of 1983, the undersigned certifies under the penalties of perjury that this Proposal or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. Signature of person Company Name of person - Please Print Nantucket Memorial Airport RFQ Engineering P a g e 15