Loading...
HomeMy WebLinkAboutRFQ Ad - Engineering Services - Renton AirportPage 1 of 4 RENTON, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS AND EXPERIENCE FOR ENGINEERING SERVICES FOR THE RENTON AIRPORT I. INVITATION Renton, Washington (referred to herein as "Sponsor" or “City”, as the owner of the Renton Airport, is requesting statements of qualifications and experience from consulting firms ("Proposers") qualified and experienced in the field of airport engineering services. The Sponsor plans to enter into a professional service contract to the most qualified proposer for project listed below, as federal AIP funding becomes available, for airport engineering services, and any and all engineering projects subject to federal assistance under the Airport and Airway Improvement Act of 1982, as amended, or other sources of funding. The City intends to use this RFQ to determine the Most Qualified Proposer for project identified below as subject to FAA funding for engineering services through December 31, 2025 The individual contract will be for airport engineering consulting services as defined herein. The City of Renton reserves the right to inquire into the prospective proposal’s ability to provide professional services for the project listed below, as defined below, and to amend the Schedule of Projects and contract Scope of Work at the sole discretion of the City of Renton, on behalf of the Renton Municipal Airport, to include any or all of the below-listed services. Contemplated projects under this contract: 1. Taxiway Alpha and Taxiway Connectors - (Environmental, Design and Project Management) including: a. Parallel Taxiway A – Reconstruction b. Taxiway Alpha connectors 1, 2, 3, 4, 5, 6, 7 – Reconstruction c. Infield drainage between Taxiway Alpha and the Runway – d. Taxiway A lighting LED upgrade e. Runway lighting LED upgrade f. PAPI & REIL g. Infield Signage h. Add shoulders to Taxiway Alpha connectors 1-7 i. Reduce runway width to 150’ and leave the existing pavement in place as a runway shoulder j. Decommission every other Flush Mount Fire Hydrant (FMFH) in the Taxiway Alpha infield and replace the remaining with new FMFH All projects are dependent upon federal Airport Improvement Program (AIP) funding, state funding, and approval from the Sponsor. The is no guaranteed of award of contract or minimum amount payable to the Proposers or the selected most qualified as a result of this RFQ. Therefore, it shall be understood that some of the services related to the above- listed projects may be deleted or modified. The Sponsor reserves the right to initiate additional services related to the FAA Grant funded projects not included in this initial project list. II. BACKGROUND Renton Airport is not a Federalized, Part 139, Commercial Service airport. It is located on the south shore of Lake Washington in Renton, WA. The Sponsor is seeking to implement improvements to accommodate existing and future aviation demand. The airport has one runway. 16/34 is 5,380 feet in length, 200 feet wide. The airport serves approximately 300 based aircraft, with 130,000 operations. III. SCOPE OF WORK Basic engineering services are utilized in four distinct and sequential phases. Proposers are required to set out their qualifications and to propose on the following scope of work. A. Preliminary Phase: This phase involves those activities required for defining the scope of a project and establishing preliminary requirements, including, but not limited to, the following: 1. Conferring with the Sponsor on project requirements, programming, finances, schedules, early phases of the project, and other pertinent matters, and meeting with the Federal Aviation Administration (FAA) Page 2 of 4 and other concerned agencies and parties on matters affecting the project. 2. Assisting the Sponsor in the preparation of necessary pre-applications, applications, and required documents for federal grants, including exhibits and Disadvantaged Business Enterprise (DBE) plan(s) and goals. 3. Planning, procuring, and/or preparing necessary surveys, field investigations, and architectural and engineering studies required for preliminary design considerations. 4. Developing design schematics, sketches, environmental and aesthetic considerations, project recommendations, preliminary layouts, and cost estimates. B. Design Phase: This phase includes all activities required to undertake and accomplish a full and complete project design, including, but not limited to, the following: 1. Conducting and attending meetings and design conferences with the Sponsor to obtain information and to coordinate or resolve design matters. 2. Evaluation of engineering data and field investigation(s), geotechnical engineering, surveys, architectural engineering, and environmental studies prepared to support the design. 3. Preparing necessary engineering reports and recommendations. 4. Preparing detailed design and construction plans, technical specifications, and contract documents. 5. Preparing cost estimates. 6. Providing copies of plans, specifications, and contract documents for review. C. Bidding or Negotiation Phase: At a minimum, provide plans, specifications, and all bid documents. The phase also includes assisting the Sponsor in advertising and securing bids, negotiating for services, analyzing bid results, furnishing recommendations on the award of contracts, and preparing contract documents. D. Construction Phase: This phase includes all basic services rendered after the award of a construction contract, including, but not limited to, the following: 1. Providing consultation and advice to the Sponsor during all phases of construction. 2. Representing the Sponsor at preconstruction conferences. 3. Preparation of construction management plans and review of contract construction schedule. 4. On-site construction inspection and management, involving the services of a resident engineer, inspector or manager, full-time or periodically during the construction or installation phase of a project as required by the Sponsor, and providing appropriate progress reports to the Sponsor and FAA. 5. Review and comments on shop drawings submitted by contractors for compliance with design concepts. 6. Review and comments on mix design, laboratory and mill test reports of materials, and equipment submitted by the contractor. 7. Preparing and negotiating change orders and supplemental agreements. 8. Observing or reviewing performance test(s) required by specifications. 9. Determining payment amounts to contractors and assisting the Sponsor in the preparation of payment requests for amounts reimbursable from grant projects. 10. Conduct wage rate interviews in accordance with federal standards. 11. Make final inspection and submit a final construction report for the completed project to the Sponsor. 12. Prepare record drawings of the project; revise ALP to reflect as-constructed conditions. 13. Assist Sponsor with project closeout documents. E. Proposers may be required to provide other technical services, or subcontract with third party individuals or companies for such services. Technical services include, but are not limited to, the following: 1. Soils investigation, including core sampling, laboratory testing, related analyses, and reports. 2. Detailed mill, shop, and/or laboratory inspections of materials and equipment. 3. Land surveys and topographic maps. 4. Field and/or construction surveys. 5. Miscellaneous plans, studies, and assessment reports, including environmental, noise, drainage, etc. 6. Assist Sponsor in preparing equipment (i.e. snow removal, Airport Rescue and Fire Fighting, etc.) specifications for procurement or procurement purposes. 7. Prepare benefit-cost analysis. IV. SELECTION PROCESS The selection process will be in strict accordance with Federal Aviation Advisory Circular 150/5100-14E, Architectural, Page 3 of 4 Engineering and Planning Consultant Services for Airport Grant Projects, and 49 CFR Part 18. Fees will be negotiated for projects on a task-order basis as grants are obtained. Cost or fee information is not to be submitted with this proposal. The contract issued to the successful consultant is subject to the provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of the Department of Transportation Regulation 49 CFR Part 26 (Disadvantaged Business Participation). DBE firms are encouraged to participate. V. CONTENTS OF STATEMENT OF QUALIFICATIONS A. Statements of Qualifications must be no more than 15 pages, exclusive of cover letters or letters of transmittal containing introductory language only. The Statement of Qualifications should include: 1. A cover letter. 2. A narrative statement detailing the firm’s understanding of the requirements of the Sponsor and the capability to perform all or most aspects of the engineering projects proposed. 3. A general description of the firm, including company organizational structure, size of company, recent experience in comparable airport/aviation projects, and experience with projects funded by FAA AIP grants. 4. Identification of those key individuals who will be involved in the proposed project(s), setting forth their qualifications, backgrounds, experience, and specific responsibilities. 5. A representative list of previous clients and representative projects comparable to the proposed engineering projects listed above. Include contact person, airport, projects(s), and phone numbers. 6. Demonstrated capability to meet schedules/deadlines without delays, cost escalations, overruns, or contractor claims. 7. Evidence of general liability and professional liability insurance. B. The Sponsor invites firms to submit Statements of Qualifications to perform the above-described services. Interested firms should submit electronic copies no later than 3:00 p.m. (PST) on Thursday, September 22, 2022. William Adams, PE Renton Municipal Airport 616 W Perimeter Rd Renton, WA 98057 wadams@rentonwa.gov C. No submittals will be accepted after the specified date and time. D. All submittals must be submitted via email to William Adams at wadams@rentonwa.gov. The subject line must read: “STATEMENT of QUALIFICATIONS FOR AIRPORT ENGINEERING SERVICES”. E. Proposals must contain the name, address, email address, and daytime telephone number for contact person(s) to whom additional selection process requests should be communicated. F. Materials submitted in response to this competitive process shall become the property of the City and will not be returned. All submittals are deemed public records as defined in RCW 42.56. VI. REQUESTS FOR CLARIFICATION Any requests for clarification of additional information deemed necessary by any respondent to present a proposal shall be submitted in writing, via postal service, or email to William Adams (wadams@rentonwa.gov ) referencing this request. Written requests must be received a minimum of five (5) calendar days prior to the submission deadline. Any requests received after this deadline will not be considered. All requests received prior to the deadline will be responded to, by Mr. Adams, in the form of an addendum addressed to all prospective respondents. Direct contact with City elected officials, or City staff (with the exception of Airport Director) during the selection process, except when and in the manner expressly authorized by the Request for Statement of Qualification documents, is strictly prohibited and may render the submittal as non-compliant. Violation of this requirement is grounds for disqualification from the process. VII. SELECTION CRITERIA Selection criteria contained in FAA Advisory Circular 150/5100-14E Chapter 2, will be applied in the following order of importance: Page 4 of 4 1.Capability to perform all or most aspects for the project and provide consultant services as may become necessary to the Renton Airport. (10) 2.Recent experience in Airport projects comparable to the proposed projects and experience with the FAA (Northwest Mountain Region and the Seattle ADO) and WSDOT. (10) 3.Evidence that the consultant has established and implemented an Affirmative Action Program, and the consultant has experience in DBE requirements associated with Federal Grants. (5) 4.Key personnel’s professional background/reputation and successful relevant experience. (15) 5.Demonstrated ability to meet schedules or deadlines, and to complete projects without having major cost escalations, overruns, or disputed claims. (15) 6.Quality of projects previously undertaken. (10) 7.Familiarity with the project(s) and the Renton Airport and an understanding of the project(s) potential problems and Sponsor’s special concerns. (20) 8.Capability to furnish qualified inspectors with FAA project experience for construction inspection. (5) 9.Demonstrated capability to properly administer projects funded by the FAA (references and examples). (10) TOTAL 100 Points In the event the Sponsor is unable to reach a decision based on proposers’ submittals, a short list may be developed from submittals received. Consultants on the short list may be asked to attend an interview prior to final selection. A schedule of fees will be negotiated with the selected consultant for the services to be performed under the initial FAA or other grant(s). Subsequent fees will be negotiated on a task-order basis as additional grants are obtained. This RFQ does not commit the City to enter into a contract. The City assumes no obligations, responsibilities and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred by the parties responding to this RFQ. All such costs shall be borne solely by each Submitter. The Sponsor hopes to enter into a professional services contract with the most qualified firm by October 17, 2022. The consulting firm most qualified to perform engineering services for the contemplated projects will be selected, and consulting fees for each project will be negotiated in accordance with guidance from the FAA and per state law Attached is a sample of the City’s Standard Professional Services Agreement to be used on all individual project contracts. Melissa McCain, MMC, CPRO Deputy City Clerk Dates of publication in the Seattle Daily Journal of Commerce: September 2 & September 9, 2022