Click here to load reader
Upload
lekhanh
View
212
Download
0
Embed Size (px)
Citation preview
REQUEST FOR QUALIFICATIONS
PROFESSIONAL AIRPORT ENGINEERING SERVICES
AIRPORT PAVEMENT MANAGEMENT SYSTEM-2011
RENO-TAHOE AIRPORT AUTHORITY
The Reno–Tahoe Airport Authority (RTAA) Reno, Nevada, is seeking qualified consulting firms
to provide professional engineering services for the ongoing implementation of the Airport
Pavement Management System (PMS). The PMS program consists of inspection, evaluation,
design, cost estimating, and database management for the airfield and landside pavements at
Reno–Tahoe International (RTIA) and Reno–Stead (RTS) Airports.
PROJECT DESCRIPTION In compliance with Federal Aviation Administration (FAA) requirements, the RTAA has
implemented a Pavement Management System to inventory, inspect, and determine the
Pavement Condition Index (PCI) for airport pavements. This system is used for reporting and
programming recommendations for repair or reconstruction, generating budgetary cost estimates,
design of construction documents for bidding, and establishing priorities for capital improvement
and maintenance projects.
The current PMS has a well established pavement network, database, and GIS configuration. The
Consultant shall generate separate reports for Airfield Pavements and Landside Pavements and
update the reports on an annual basis. The pavement conditions are assessed and tracked on a
long-term basis, with construction and maintenance projects programmed and budgeted from the
corresponding funding source.
SCOPE OF SERVICES The scope of services includes, but is not limited to:
The Consultant shall conduct data gathering, generate PMS reports, database management, design,
client review, bidding assistance, and construction support.
Inventory – The consultant shall review and update the established pavement inventory. Priority
of pavement branches and sections will be assessed in collaboration with the RTAA.
Inspection – The consultant shall visually inspect pavement areas and record the distress types,
extents, and severities of defects observed. Locations of defects shall be mapped to allow others
to locate the defect for further inspection or repair. Inspection of pavements shall be typically
conducted by non-destructive methods.
Evaluation – The consultant shall provide a pavement condition assessment and determine the
corresponding Pavement Condition Index (PCI). Information shall be entered into a pavement
management database to be selected by the RTAA.
Recommendations – The consultant will make recommendations for maintenance, repair, or
reconstruction of pavement areas based on field inspection, evaluation, PCI, and priority.
Cost Estimates – The consultant shall generate cost estimates structured on the maintenance,
repair, or reconstruction recommendations identified in the evaluation. Cost estimates shall be
based on local construction methods, materials, and prices.
Annual Reports – Separate reports and databases for Airfield Pavements and Landside
Pavements shall be generated on an annual basis. The reports will program work commensurate
with priority and available funding. The reports shall include exhibits depicting the pavement
network and PCI ratings.
Design Services – Separate design packages will be issued for Airfield Pavements and Landside
Pavements. The Consultant may provide bidding services and construction support services.
Design services may be retained under this solicitation or a separate RFQ, with this Consultant or
others at the discretion of the RTAA.
Program Management / Construction Management services (PM/CM) will be provided by others.
The RTAA reserves the right to negotiate additional services with the selected firm(s) as it may
deem necessary to fulfill the project intent.
DURATION OF SERVICES
The Contract for services shall be for the fiscal year 2011-12 (ending June 30, 2012), with an
option to extend the contract for fiscal years 2012-13 and 2013-14; for a maximum of three
years.
SUBMITTAL CONTENT The Statement of Qualifications should be limited to the following:
• A cover with the name and address of the submitting firm and marked “Airport
Pavement Management System”
• A cover letter signed by the submitting firm contact person outlining willingness and
capability to perform the work; experience with FAA design and administrative
procedures; familiarity with airport operations; FAA requirements, experience with
similar projects at this and/or other airports; proximity of the design team to the
project vicinity and familiarity with local construction methods, materials and costs;
and any specialized experience required to successfully complete the project. The
letter should also acknowledge compliance with the DBE Policy of the Airport
Authority and the participation goals set forth therein.
• A SF330 Architect / Engineer Qualifications Part I - Contract Specific Services for
the office(s) which will undertake the work, including sub consultants.
• An organizational chart denoting the lines of communication and responsibility for
the Project Manager and key individuals on the team.
• Identification of the Project Manager and other key personnel that will be assigned to
the project and a list of similar projects undertaken by each.
• Ability to obtain security clearance.
SELECTION PROCESS A selection committee from the RTAA will review the Statements to determine which respondent
is best qualified to perform the work. Depending upon the number and qualifications of
respondents, the RTAA may select directly from the Statements of Qualifications, or may
develop a shortlist of firms for interviews and final selection. The decision as to the process,
timing and selection will be based entirely on the judgment of the Airport Authority’s selection
committee.
DBE POLICY It is the policy of the Airport Authority that Minority and Women Business Enterprises shall
have equal opportunity to participate in the performance of airport contracts. Respondents to this
invitation shall not be discriminated against on the basis of race, color, national origin or gender
in the award and performance of any contract entered into pursuant to this advertisement.
SUBMITTAL REQUIREMENTS
Please submit five (5) copies of your Statement of Qualifications by 3:00 PM local time,
September 30, 2011.
The Submittals shall be addressed to:
Allan Eckle, Special Projects Coordinator
Airport Pavement Management System-2011
Reno-Tahoe Airport Authority – Engineering & Construction Division
P.O. Box 12490
Reno, NV 89510-2490
The physical address for express deliveries is:
Reno – Tahoe Airport Authority
2001 E. Plumb Lane
Reno, NV 89502
Please direct any inquiries regarding this Statement of Qualifications to Allan Eckle at (775)
328-6462 or [email protected]
In the event your firm/team desires additional information, the RTAA will endeavor to provide
such information as expeditiously as possible; however, the RTAA will not be responsible for
any delay resulting in respondent’s inability to meet the deadline for submission of the Statement
of Qualifications. In addition, the RTAA will not be responsible for costs associated with
preparation or submittal of the Statement of Qualifications.