MHK RFQ Architectural Engineering Services

REQUEST FOR QUALIFICATIONS
1. Purpose. This is a Request for Qualifications (RFQ) for a five (5) year airport
Architectural and Engineering (A/E) services agreement at the Manhattan Regional
Airport (MHK), issued by the City of Manhattan, Kansas (City).
2. Definition of Request for Qualifications. This RFQ is an invitation by the City to
Airport Architectural and Engineering firms (Firms) to submit their Statements of
Qualification (SOQ) for performing the services specified in this RFQ. Selection will
be based upon the judgment of the City in obtaining a firm that will be in the best
interest of the City. This RFQ is NOT a request for a competitive bid. The
submittal of a proposal in response to this RFQ does not create any right in or
expectation to a contract with the City.
3. Due Date. SOQs are due by November 8, 2016 at 5:00 pm Central. Submissions
should be clearly marked “Airport Engineering SOQ” and sent to:
Mr. Gary Fees
City Clerk
City of Manhattan
1101 Poyntz Avenue
Manhattan, Kansas 66502
Firms should submit Six (6) copies of their SOQ. All submissions must be received in a
sealed envelope or box. The City reserves the right at any time to change or extend the
due date for any reason.
4. RFQ Requirements. The selection of a firm will be based on a comparative analysis
of the professional qualifications deemed necessary for satisfactory performance of
the anticipated services. Firms responding are advised that much of the work is
expected to be accomplished during the course of several Federal Aviation
Administration (FAA) Grant projects. Some of the projects listed may not be
initiated and the City reserves the right to initiate additional procurement action for
any of the projects included in this RFQ. The SOQ should include the following:
a. A historical profile of the firm, including details regarding the evolution
and growth of the business as it relates to aviation services and airports,
and current work load of employees.
b. List of primary runway reconstruct design, planning and/or construction
projects completed in the last five years. Highlight from that list airports
comparable in size and enplanements (Small commercial non-hub) to
1
MHK. Please include a contact person and phone number for each airport.
c. List of Airports that the firm (i.e. the branch/regional office that will serve
MHK) currently has multi-year A&E agreements with, regardless of
airport size. Please include a contact person and phone number.
d. List and description of key team members’ professional experience.
e. Qualifications and experience of outside consultants regularly engaged by
the Firm.
f. Description of the Quality Assurance Program.
g. Specify Disadvantage Business Enterprise (DBE) ownership, or other
relevant DBE participation which is planned.
5. Project Objectives. A multi-year A/E service contract which includes A/E services
for all phases and necessary incidental services for the following projects:
a. Conduct necessary environmental studies for the reconstruction and/or
extension of Runway 3/21and Taxiway Alpha
b. Design, bidding, and construction phases of Runway 3/21
c. Design, bidding and construction phases of Taxiway Alpha
d. Assist in commercial development of non-aeronautical airport property
e. Construct Aircraft Hangars (design, bidding and construction phases)
f. General Aviation aircraft parking aprons (design, bidding and
construction phases)
6. Evaluation Criteria/Rankings. Any evaluation criteria, weighting of criteria or
ranking is used by the City only as a tool to assist the City in selecting the most
qualified firm. The City may change criteria, criteria weights and ranking at any
time. Evaluation scores or ranks do not create any right in or expectation to a
contract regardless of any score or ranking given to any firm. The selection
committee will review each RFQ using the following general objective criteria.
a. Conformance with the format and content requirements stated in
paragraph 4 of this RFQ.
b. Readability of the submitted SOQ.
c. Thoroughness of the submitted SOQ.
d. Approach and perception of the projects as demonstrated by the Firm’s
understanding of the potential problems and other pertinent factors.
e. Firm’s experience with similar projects.
f. Firm’s approach to organization and management of the project.
g. Firm’s current workload.
h. Firm’s capability to meet schedules or deadlines.
i. If interview is conducted, preparation and the degree of interest shown in
undertaking the project.
j. Evidence of the establishment and implementation of an Affirmative
Action Program and knowledge of Federal Disadvantaged Business
Enterprise (DBE) requirements.
k. Sub-consultants that may be used on the project.
2
l. Demonstrated experience with the Federal Aviation Administration
Central Regional and knowledge of the Airport Improvement Program
(AIP)
m. Firm’s capability to coordinate between FAA and the Department of
Defense
7. Selection Process and Schedule. The provision of A/E services will require a multidisciplined firm that is capable of performing a wide variety of tasks and potentially
managing specialized sub-consultant firms necessary to properly implement the
projects undertaken. The procedure to be used in the selection process is described in
the following steps.
Step 1.
Proposals from firms responding to the RFQ will be reviewed and
evaluated by a selection committee that includes Airport staff, City
staff, one member from the Airport Advisory Board, and one City
Commissioner to formulate a recommendation for the
Commission’s consideration. The selection committee will identify
a Short List of candidate firms.
Step 2.
At the discretion of the selection committee, short-listed candidate
firms may be required to make a presentation to the selection
committee. If this step is used, the firm’s Principal in Charge will
be expected to play a lead role in the presentation. The Principal in
Charge would review the information contained in the SOQ and
discuss the firm’s ability to satisfy the requirements for providing
the services.
Step 3.
The selection committee will rank the firms based on the results of
the presentations and identify the firm with which negotiations
should begin. The top recommended firm will be submitted to the
City Commission for review and approval.
Step 4.
The selected firm will enter into negotiations with the City to
develop contract terms and conditions. Following negotiations, the
contract with the selected firm will be presented to the City
Commission with recommendation.
The following is a proposed schedule for the selection process.
October 11, 2016
RFQ advertised
November 8, 2016
SOQ submittal deadline
November 18, 2016
Short List of firm prepared
November 28, 2016
Short Listed firm Interviews (exact dates
dependent on staff/firm availability)
December 20, 2016
Recommended firm presented to City
3
Commission
January 03, 2017
Contract prepared and presented to City
Commission for approval
NOTE: Schedule is subject to change.
8. Interviews, Discussions and Negotiations with Firms. The firm’s SOQ, including
any proposed personnel and any other required proposal documents may be subject
to negotiation by the City at any time. The City may interview none, one, some, or
all the firms that submit SOQs. The City reserves the right to request additional
information from any or all firms.
9. Late Submissions. SOQs and modifications of statements received after the exact
hour and date specified for receipt will not be considered unless: (1) they are sent via
the U.S. Postal Service, common carrier or contract carrier, by a delivery method that
guarantees the proposal will be delivered to the City prior to the submission
deadline; or (2) if submitted by mail, common carrier, or contract carrier and it is
determined by the City that the late receipt was due solely to an error by the
aforementioned carriers; or (3) the proposal is timely delivered to the City but is at a
different City location than specified in this RFQ; or (4) the City extended the time
after the deadline for a force major event that could potentially affect any or all
design professionals meeting the deadline.
10. Rejection of SOQs. The City reserves the right to reject any and all SOQs.
11. Waivers. The City Manager or his designated representative or the City
Commissioners, at any time, may waive any requirements imposed in this RFQ or by
any City regulation or City’s Code of Ordinances when failure to grant the waiver
will result in an increased cost to the City. The City reserves the right to waive any
irregularities and/or formalities as deemed appropriate.
12. Equal Employment Opportunity and Disadvantaged Business Enterprise (DBE)
Participation. Any contract awarded as a result of this RFQ is expected to be
funded in part by Grants from FAA. This procurement will be subject to regulations
required by the FAA and City of Manhattan Ordinances and Policies with regard to
minority participation. The City has established a contract goal of eight percent (8%)
participation for small business concerns owned and controlled by certified socially
and economically Disadvantaged Business Enterprises (DBE). All persons entering
into a contract with the City of Manhattan shall be subject to and required to comply
with all applicable City, State, and Federal provisions pertaining to
nondiscrimination, equal employment opportunity, and affirmative action assistance.
13. AIP Participation in Project Funding. It is the City’s intent to seek reimbursement
through Airport Improvement Program (AIP) grants for one or more of the listed
projects. Firm selection will be based on the criteria established in AC 150/5100-14,
Architectural, Engineering, and Planning Consultant Services for Airport Grant
Projects. It is expected that the successful firm will have a working knowledge of
appropriate FAA Advisory Circulars and demonstrated experience with the FAA
Central Region Airports Division. Fee information will not be considered in the
4
selection process and must not be submitted with the statement of qualifications.
Fees will be negotiated for projects as federal funds become available. Prospective
Consultants are advised that applied overhead rates must be in accordance with the
cost principles established within Federal Regulation 48 CFR Part 31, Contract Cost
Principles and Procedures. The successful firm will be required to submit a copy of
their current overhead rate audit certification.
14. Federal Provisions. Any contract resulting from this RFQ is subject (but not
limited) to the following federal provisions:
a.
b.
c.
d.
Title VI of the Civil Rights Act of 1964
Section 520 of the Airport and Airway Improvement Act of 1982
DOT Regulation 49 CFR Part 18.36(i) – Access to Records
DOT Regulation 49 CFR Part 20 – Lobbying and Influencing Federal
Employees
e. DOT Regulation 49 CFR Part 26 – Disadvantage Business Enterprises
Participation.
f. DOT Regulation 49 CFR Part 29 – Government-wide Debarment and
Suspension
g. DOT Regulation 49 CFR Part 30 – Federal Trade Restriction Clause
15. Requests for Additional Information. The City believes that this RFQ contains all
the information about the project that is needed to prepare an adequate response.
However, any questions or requests for information that may arise must be received
in writing by 4:00 p.m. October 24, 2016, at the office of the Airport Director.
Responses, where deemed appropriate, will be in writing and copies will be
distributed to all RFQ recipients of record. Please refrain from discussions of any
matters related to the project with Manhattan Regional Airport staff unless
specifically authorized by the Airport Director.
Correspondence Address:
Jesse R. Romo, Airport Director
Manhattan Regional Airport
5500 Skyway Drive, Suite 120
Manhattan, Kansas 66503
Telephone Numbers:
(785) 587-4565
(785) 587-4569 (FAX)
E-Mail Address:
[email protected]
5