HomeMy WebLinkAboutFull RFQ for Engineering Services 2020 Newspaper Ad:
NOTICE TO AIRPORT CONSULTANTS
The City & County of Twin Falls, ID (the City/County) is issuing this Request for Qualifications
(RFQ) for architectural/engineering services (Services) for Joslin Field, Magic Valley Regional
Airport (the Airport). The projects are anticipated to be funded by the Federal Aviation
Administration (FAA), and the City & County of Twin Falls, ID. The City/County will retain the
services of a consultant for a period of up to five (5) years to provide professional engineering,
surveying, testing, land acquisition services, FAA grant preparation and administration
assistance and construction inspection for airport related projects.
A complete copy of the Request for Statements of Qualifications and Experience may be
obtained from the airport manager's office via email at bcarberry(_tfid.org or via phone at 208-
733-5215 ext. 1101.
Interested firms are to submit one (1) electronic copy and seven (7) complete paper copies of
the Statements of Qualifications and Experience to the Magic Valley Regional Airport by 2:00
Pm local time September 10, 2020. Submittals should be mailed or delivered to the Magic
Valley Regional Airport, attention: Bill Carberry, Airport Manager, Magic Valley Regional
Airport, PO Box 1907 Twin Falls, ID 83303. Physical Address is 492 Airport Loop Twin Falls,
ID 83301. Late submittals will not be accepted.
Each Statement of Qualifications must be placed inside a sealed envelope or package, and the
outside of the envelope or package must be marked with the wording: "Statement of
Qualifications for Architectural/Engineering Services." The outside of the envelope or package
must also state the name(s) of the Respondent(s).
The Consultant must supply all information required by the Request for Statements of
Qualifications and Experience. The City and County of Twin Falls reserves the right to waive
any informalities and minor irregularities in the submittals and to select the consultant deemed
to be in the best interest of The City and County of Twin Falls and the Magic Valley Regional
Airport.
All proposals received will be evaluated based on FAA Advisory Circular 150/5100-14E, and
on compliance with the request. Projects funded through FAA grants will be subject to the
provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment
Opportunity) and to the provisions of the Department of Transportation Regulations 49 CFR
Part 23 (Disadvantaged Business Enterprise Participation) and to foreign trade restrictions.
DBE firms are encouraged to apply.
Publish: August 13 and 20 , 2020
Times News-Twin Falls, ID
REQUEST FOR QUALIFICATIONS BY THE
CITY & COUNTY OF TWIN FALLS, IDAHO
FOR ARCHITECTURAL/ENGINEERING
SERVICES FOR JOSLIN FIELD, MAGIC VALLEY
REGIONAL AIRPORT
ISSUED: August 13, 2020
Regional Airport
PART 1 - GENERAL INFORMATION FOR RESPONDENTS
1.1. Issuer: This Request for Statements of Qualifications ("RFQ") is issued by the City of
Twin Falls. The City operates Joslin Field, Magic Valley Regional Airport, a commercial
service airport located in Twin Falls County, Idaho.
1.2 City's Project Manager. William Carberry, Airport Manager, is the Project Manager for
the City in connection with this RFQ. All questions regarding this RFQ must be directed
to the Project Manager. The Project Manager may be contacted as follows:
Joslin Field, Magic Valley Regional Airport
P.O. Box 1907
Twin Falls, ID 83303
Telephone No.: 208-733-5215 ext.1101
E-Mail bcarberry@tfid.org
Attention: William Carberry, Airport Manager
1.3. Purpose of RFQ. The City is requesting Statements of Qualifications to retain the
services of a qualified consultant for architectural/engineering services(the"Services")at
the Airport in accordance with United States Department of Transportation, Federal
Aviation Administration ("FAA") Advisory Circular 150/5100-14E (including current
Changes)and other applicable FAA rules, regulations and guidance. The City will retain
the services of a consultant for a period of up to five (5)years to provide airport planning,
professional engineering, surveying, testing, land acquisition services, environmental
services, FAA grant preparation and administration assistance, and construction
inspection for airport-related projects. Types of projects may include, but will not
necessarily be limited to,the following:
1.3.1. Runway, taxiway, taxi lane and apron construction, reconstruction, and
rehabilitation.
1.3.2. Access Roads, Parking Lots Construction, Reconstruction & Rehabilitation.
1.3.3. Lighting, signing, and NAVAID upgrades.
1.3.4. Equipment procurement.
1.3.5. Pavement Management Program update.
1.3.6. Buildings and related facilities.
1.3.7. Security equipment and enhancements.
1.3.8. Incidental airport planning, AGIS surveys and related work.
1.3.9 Environmental Assessments and Studies
1.3.10. Land Acquisition
1.4. Selection Process. The City will use a qualifications-based selection procedure for
selection of the Consultant.
The City of Twin Falls will be reviewing proposals. Proposals will be ranked on
qualifications and the City may choose to interview several of the top ranked firms.
However, at its sole discretion the city may dispense with interviews and select a firm to
perform the work. Selection committees will be established by the City of Twin Falls.
The City may perform independent evaluations and/or make independent
recommendations to their perspective governing body. It is the City's intent to negotiate
a contract, refine the scope of work, fees, schedule, etc. with the preferred firm. If
unable to reach an agreement,the City may terminate negotiations and commence with
the second ranked firm, and so forth.
The City of Twin Falls reserves the right, if it deems such action to be in the best interest
of the Airport , to reject any and all submittals or to waive any irregularities or informalities
therein. Any incomplete, false or misleading information provided by or through the
Consultant shall be grounds for non-consideration. If submittals are rejected, the Airport
Board further reserves the right to investigate and negotiate with the next ranked
Consultant in order of ranking or to reject all Consultants and re-solicit for additional
consulting firms.
The City of Twin Falls expects to evaluate proposals and provide written notification of
the short-listed firms within 30 days of receipt of proposals. If interviews are held, they
will be scheduled within 2 weeks of the short list notification.
PART 2 - GENERAL REQUIREMENTS FOR STATEMENTS OF
QUALIFICATIONS.
2.1. Deadline. The City must receive statements of Qualifications no later than 2:00 p.m.
on Thursday, September 10, 2020 (the "Deadline"). All Statements of Qualifications
must be mailed or delivered to: Bill Carberry, Airport Manager, Magic Valley Regional
Airport, PO Box 1907 Twin Falls, ID 83303. Physical Address is 492 Airport Loop Twin
Falls, ID 83301. Late submittals will not be accepted.
2.2. Copies to be Provided. Each Respondent must submit seven (7) paper copies of its
Statement of Qualifications to the City. In addition, each Respondent must submit one
(1) copy of its entire Statement of Qualifications (including all attachments and exhibits)
in digital format. The digital copy of the Statement of Qualifications must be submitted in
Adobe*.pdf format. All seven (7) paper copies and the digital copy of the Proposal must
be enclosed in a sealed envelope or package, the outside of which must be marked with
the wording: "Statement of Qualifications for Architectural/Engineering Services." The
outside of the envelope or package must also state the name of the Respondent.
Emailed Submittals will not be accepted.
2.3. Statement Must Be Signed. Each Respondent must sign at least one (1) original of its
Statement of Qualifications, certifying the truth of the statements and representations
made in the Statement of Qualifications.
2.4. Representations of Respondent. Each Respondent, by submitting a Statement of
Qualifications, represents that (i) it has read and understands the Information for
Respondents, (ii) it is familiar with the conditions under and the purpose for which the
Services will be performed, (iii) it is knowledgeable of and has fully complied with and, if
selected by the Airport,will fully comply with all federal, state and local laws, ordinances,
rules and regulations that in any manner affect the Services or Respondent's
performance of the Services.
2.5. Investigations.The City reserves the right to make any and all investigations as it deems
necessary to establish the competency of any Respondent to perform the Services. If,
upon investigation, evidence of competency is not satisfactory in the Airport's sole
judgment, the City reserves the right to reject the Respondent.
2.6. Rejection of Statements of Qualifications. The City reserves the right, in its sole
discretion,to reject any and all Statements of Qualifications and to waive any technicality,
informality or irregularity in any Statement of Qualifications received for any reason at
any time prior to entering into a contract to perform the Services. Without limiting the
foregoing, the City specifically reserves the right to reject a Statement of Qualifications if
the Respondent fails to furnish the data required by this Information to Respondents or if
the Statement of Qualifications is in any way incomplete or irregular.
2.7. Agreement Subject to Granting Agency Requirements.All or a part of the costs of the
Services will be paid or reimbursed by the FAA under the Airport Improvement Program.
In addition to any other requirements of law, the Agreement will be subject to any
applicable requirements of the FAA.
2.8. Costs Incurred By the Respondent Prior to Execution of an Agreement and Notice
to Proceed. The City shall not be liable for any costs incurred by any Respondent in
preparation of its Statement of Qualifications. Further, the City shall not be liable for any
costs incurred by the selected Respondent in the course of negotiation of the Agreement.
2.9. Nondiscrimination.By submitting a Statement of Qualifications in response to this RFQ,
each Respondent agrees that it understands that the City is an equal opportunity
employer. It is the policy of the City to comply with all applicable portions of 49 CFR Part
21 (Title VI of the Civil Rights Act of 1964)which prohibits unlawful discrimination based
on race, color, creed, sex, age, national origin, physical handicap, or disability. The
Agreement will require that the Consultant(and all subcontractors)represent and warrant
to the City that it (and they) will comply with all applicable provisions of 49 CFR Part 21
and all other laws, rules and regulations prohibiting discrimination.
PART 3 - INFORMATION REQUIRED FROM RESPONDENTS
3.1. Required Information. To be selected, a Statement of Qualifications must demonstrate
that the Respondent is highly qualified by expertise and experience to perform the Services.
A Statement of Qualifications should emphasize the Respondent's qualifications and
experience regarding all aspects of the Services. This includes familiarization with FAA
Advisory Circulars and the FAA construction process. At a minimum, all of the following
information MUST be furnished by each Respondent as part of its Statement of
Qualifications. The information provided must be complete and accurate. Any omission,
inaccuracy, or misstatement may be cause for rejection of the Proposal.
Submittals shall be brief and concise and limited to a total of no more than 30 pages not
including cover pages, introductory letters and table of contents. Submittals will be
evaluated by the below-listed criteria. They should be organized and identified in the same
order.
3.1.1. Identification of Respondent.
(i) Full, correct, legal name and type of business entity of Respondent, and, if
applicable, the Respondent's state of incorporation or organization.
(ii) Address (street and mailing) of Respondent.
(iii) Name of Respondent's representative for purposes of notice or other
communications regarding the Proposal. If the address of Respondent or
name of Respondent's representative for purposes of notice or other
communications regarding the Agreement will be different from the above,
such other address or name must be provided.
(iv) Telephone and email address for Respondent and, if different, for
Respondent's representative regarding the Statement of Qualifications and
the Agreement.
3.1.2. Qualifications. Capability and experience to perform all or most aspects of the
project.
(i) Recent successful experience in capital projects comparable to the
proposed project. Describe only relevant experience for which individuals
currently employed by the firm have managed, and only that experience
which involved personnel to be assigned to this project. This item includes
demonstrated abilityto meetschedules or deadlines,and demonstrated past
performance to complete projects without significant cost escalations or
overruns. Demonstrate project understanding, potential problems and
owner's special concerns.
(ii) Provide a list of all current Airport projects and those over the last three (3)
years. Highlight which have been completed by the firm's proposed team
of key personnel outlined in the Statement of Qualifications. Identify the
starting and completion dates, if applicable, for each. List the sponsor's
name, the name of a contact person and telephone number where the
project was completed or is currently being performed.
(iii) Key personnel's professional background and qualifications. Extent of
participation in project(s) by key personnel.
(iv) Experience and qualifications of your firm in complying with the
requirements of the FAA AIP grant program, as well as familiarization with
FAA Advisory Circulars, FAA standards, and the FAA process.
(v) Qualifications and experience of sub-consultants who may participate in the
project. Please identifythe portions of the project anticipated to be performed
(in part) by sub-consultants.
(vi) Capability of a branch office that will do the work to perform independently
of the home office, or conversely, to obtain necessary support from the
home office.
(vii) Evidence that the consultant has established and implemented an
Affirmative Action Program (see note in Selection section below).
(viii) A statement, if applicable, setting forth the following: for all contracts of
Respondent or any subsidiary, parent or affiliate of Respondent for services
similar to the Services that have been terminated either voluntarily or
involuntarily prior to the expiration of their respective terms during the past
five (5)years, the name, location and address of the other party(ies)to said
contracts, if any, and the date(s) of termination; the name and address of
the surety and date of any forfeited or canceled sureties or bonds within the
past five(5)years; a detailed description of anyjudgments and any pending
or threatened lawsuits related in any way to Respondent or any wholly-
owned subsidiary, parent or affiliate of Respondent for work or services
similar to the Services during the past five (5)years; and a description, date
of filing and address of court for any petition in bankruptcyfiled by or against
Respondent or any wholly- owned subsidiary, parent or affiliate of
Respondent during the past five (5) years.
(ix) Any other information the Respondent wishes to submit to the City for
consideration in evaluating the Respondent's Statement of Qualifications.
PART 4 - CRITERIA FOR SELECTION
4.1. Process. The selection process shall be in accordance with FAA Advisory Circular (AC)
150/5100-14E, Architectural, Engineering, and Planning Consultant Services for Airport
Grant Projects. Additionally, contracts will be subject to the provisions of Executive
Order 11246 (affirmative Action to Ensure Equal Employment Opportunity) and to the
provisions of Department of Transportation Regulations 49 CFR Part 30 (Foreign Trade
Department of Transportation Regulations 49 CFR Part 26 Disadvantaged Business
Enterprise Participation and 49 CFR Part 30(Foreign Trade Restriction Clause).
4.2. Selection Criteria. The City will use a qualifications-based selection procedure for
selection of the Consultant. Under no circumstances are Statements of Qualifications to
include fee or cost estimates for any or all of the Services. All Statements of Qualifications
received before the Deadline will be reviewed and evaluated by the City.
Submittals shall be ranked based upon the following criteria and relative importance (as
may be supplemented by secondary selection criteria) as applied by the Selection
Committee to the material in the required submittals:
(i) Capability to perform all or most aspects for the project, and provide consultant
services as may become necessary to the Joslin Field, Magic Valley Regional
Airport. (15%)
(ii) Recent experience in airport projects comparable to the proposed projects and
experience with the FAA(Northwest Mountain Region and the Helena ADO). (15%)
(iii) 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%)
(iv) Key personnel's professional background/reputation and successful relevant
experience. (10%)
(v) Demonstrated ability to meet schedules or deadlines, and to complete projects
without having major cost escalations, overruns, or disputed claims. (10%)
(vi) Quality of projects previously undertaken. (10%)
(vii) Familiarity with the project(s) and the Joslin Field, Magic Valley Regional Airport
and an understanding of the project(s) potential problems and owner's special
concerns. (20%) (See attached 5 year FAA Airport Capital Improvement Plan)
(viii) Capability to furnish qualified inspectors with FAA project experience for
construction inspection. (5%)
(ix) Demonstrated capability to properly administer projects funded by the Federal
Aviation Administration (references and examples). (10%)
Changes to Request for Statements of Qualifications and Experience
The Airport Board reserves the right to make changes to this Request for Statements of
Qualifications and Experience. Changes will be made by written addendum, which will be issued
to those firms that have requested this Request for Statement of Qualifications and Experience.
All questions and inquiries should be made to:
Bill Carberry, Airport Manager
Magic Valley Regional Airport
PO Box 1907
Twin Falls, ID 83303
208-733-5215 ext 1101