77
Capital Region Airport Authority Request for Qualifications (RFQ) Solicitation No. 19-04 for Planning, Architectural/Engineering, Construction Manager and Related Services for Terminal Modernization Program at the Capital Region International Airport Issue Date: July 29, 2019 (Advance Notice issued on July 11, 2019) Pre-Response Conference: July 30, 2019 at 2:00 PM Eastern Time Community Room (near Bag Claim) Capital Region International Airport 4100 Capital City Blvd. Lansing, MI 48906 Pre-Response Question Deadline: August 2, 2019 at 2:00 PM Eastern Time Email: [email protected] (Please reference Solicitation No. 19-04 in all emails) Response Deadline: September 5, 2019 at 2:00 PM Eastern Time (Late Responses will not be accepted.) Response Submittal Location: Capital Region Airport Authority Administrative Offices – 3rd Floor Capital Region International Airport 4100 Capital City Blvd. Lansing, MI 48906 Solicitation Contact: Bonnie Wohlfert, Executive Assistant Phone: (517) 886-3714 Email: [email protected] Description: Responses are being solicited by the Capital Region Airport Authority (Authority) for the purpose of contracting for services to undertake the planning, architectural/engineering, and construction Capital Region Airport Authority 1 Solicitation #19-04 RFQ

 · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

Capital Region Airport AuthorityRequest for Qualifications (RFQ)

Solicitation No. 19-04for

Planning, Architectural/Engineering, Construction Manager andRelated Services for

Terminal Modernization Programat the Capital Region International Airport

Issue Date: July 29, 2019 (Advance Notice issued on July 11, 2019)

Pre-Response Conference: July 30, 2019 at 2:00 PM Eastern TimeCommunity Room (near Bag Claim)Capital Region International Airport4100 Capital City Blvd.Lansing, MI 48906

Pre-Response Question Deadline: August 2, 2019 at 2:00 PM Eastern Time Email: [email protected](Please reference Solicitation No. 19-04 in all emails)

Response Deadline: September 5, 2019 at 2:00 PM Eastern Time(Late Responses will not be accepted.)

Response Submittal Location: Capital Region Airport Authority Administrative Offices – 3rd FloorCapital Region International Airport4100 Capital City Blvd.Lansing, MI 48906

Solicitation Contact: Bonnie Wohlfert, Executive AssistantPhone: (517) 886-3714Email: [email protected]

Description: Responses are being solicited by the Capital Region Airport Authority (Authority) for the purpose of contracting for services to undertake the planning, architectural/engineering, and construction management required to modernize the existing terminal and associated facilities in a multi-phased, multi-year improvement program at the Capital Region International Airport (LAN). Some of the services that will be assigned under the contracts resulting from this RFQ are anticipated to be federally funded and some services will be funded by non-federal sources. Future construction contracts may or may not be federally funded. The Capital Region Airport Authority intends to select one (1) Respondent made up of two (2) partner businesses - a Design Professional business and a Construction Professional business or a single business entity that has the capability of both a design professional and construction professional to award various contracts for the services outlined in this RFQ.

Information on how to view or obtain this Request for Qualifications (RFQ) is listed on Page 2 of this RFQ.Capital Region Airport Authority 1Solicitation #19-04 RFQ

Page 2:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

This Request for Qualifications (RFQ) may be viewed or obtained as follows1) To download this RFQ, all attachments, and all addenda, access the Airport Authority website at:

http://www.flylansing.com/media/19-04-rfq-planning-architecturalengineering-construction-management-and-related-services

2) To view a copy of the RFQ, all attachments, and all addenda, visit the following location:Capital Region Airport AuthorityAdministrative Offices – 3rd FloorCapital Region International Airport4100 Capital City Blvd.Lansing, MI 48906(517) 321-6121

Important Note: It is the responsibility of the Respondent(s) to view, obtain or download all addenda issued by the Airport Authority for this RFQ.

Capital Region Airport Authority 2Request for Qualifications - Solicitation No. 19-04

Page 3:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

TABLE OF CONTENTS

SECTION 1 – GLOSSARY OF TERMS....................................................................................................SECTION 2 – GENERAL INSTRUCTIONS..............................................................................................SECTION 3 – MINIMUM QUALIFICATION...............................................................................................SECTION 4 – BACKGROUND AND PROJECT OVERVIEW.................................................................SECTION 5 – ANTICIPATED TASKS AND SCOPE OF WORK............................................................SECTION 6 – EVALUATION PROCESS AND SUBMITTAL REQUIREMENTS....................................SECTION 7 – KEY TERMS AND CONDITIONS....................................................................................SECTION 8 – FORMS AND DOCUMENTATION...................................................................................SECTION 9 – ATTACHMENTS....................................................................................................47

Capital Region Airport Authority 3Request for Qualifications - Solicitation No. 19-04

Page 4:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 1 – GLOSSARY OF TERMS

To the extent in this solicitation document the following are defined as:

1) Airports: Capital Region International Airport and Mason Jewett Field Airport.

2) Airport Authority or Authority or CRAA: Capital Region Airport Authority.

3) Board: the governing body of the Airport Authority.

4) Business: an individual, firm, vendor, association, corporation, limited liability company, partnership, joint venture, sole proprietorship, or other legal entity.

5) Construction Professional: the business entity that is a partner of the successful Respondent or the successful Respondent and that will perform, oversee, and coordinate the pre-construction consulting services such as cost estimating, constructability reviews, etc., bidding, and construction management for projects and/or tasks under the contract(s) resulting from this RFQ.

6) CRIA or LAN: the Capital Region International Airport

7) Design Professional: the business entity that is a partner of the successful Respondent or the successful Respondent and that will perform, oversee, and coordinate the planning, design, engineering and related services for projects and/or tasks under the contract(s) resulting from this RFQ.

8) DBE: a Disadvantaged Business Enterprise that is certified per Michigan Unified Certification Program.

9) Final Completion: shall mean the completion of all the Work in accordance with all of the terms and conditions of the Contract Documents and acceptance thereof after final inspection.

10) Form of Agreement or FOA: the contract document for the solicitation.

11) Freedom of Information Act (FOIA): regulates and sets requirements for the disclosure of public records and defines when, how, and what information may be obtained from the Airport Authority by an interested party.

12) Holiday: the legal holidays observed by the Airport Authority which are currently New Year’s Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Eve, Christmas Day, New Year’s Eve.

13) Insurance: in addition to the insurance requirements set forth herein, all insurance policies require naming the Capital Region Airport Authority as additional insured.

14) Joint Venture: A partnership or other legal cooperative agreement between two or more persons or entities.

15) Managed: For the purpose of this solicitation, Managed shall be defined as being in full responsible charge of, and administering all facets of.

16) Nonhub Airport: for purposes of this RFQ, means an airport in United States that is open to the public and was identified as a Nonhub Airport in Appendix A of the FAA’s 2019-2023 National Plan of Integrated Airport Systems (NPIAS) Report.

17) Nonresponsible Response: a Response submitted in reply to an RFQ issued by the Airport Authority, where the Respondent does not meet all required minimum qualifications, or is not in compliance with the Airport Authority’s requirements concerning debarment and/or arrearage.

Capital Region Airport Authority 4Request for Qualifications - Solicitation No. 19-04

Page 5:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

18) Nonresponsive Response: a Response submitted in reply to an RFQ issued by the Airport Authority, which does not conform to all material requirements of the RFQ.

19) Notice of Award: written notification from the Airport Authority to the successful Respondent that they have been awarded the contract.

20) Notice to Proceed: written authorization from the Airport Authority to the successful Respondent to proceed with the work defined in the contract.

21) Partnership: an agreement under which two or more persons agree to carry on a business, sharing in the profit or losses, but each liable for losses to the extent of his or her personal assets.

22) Project Final Completion: shall mean the completion of all the Work in accordance with all of the terms and conditions of the Contract Documents and acceptance thereof after final inspection.

23) Public-use Airport:  an airport that is open to the public which is either 1) publicly owned, or 2) privately owned but designated by the Federal Aviation Administration (FAA) as a reliever, or 3) is privately owned but having scheduled service and at least 2,500 annual enplanements.

24) Respondent: is defined as a partnership of two (2) businesses, one (1) a design professional business and one (1) a construction professional business who come together and jointly submit a Response to this RFQ or a single business entity (corporation, joint venture, LLC, partnership, sole proprietor, etc.) that has the capability of both a design professional and a construction professional who submit a Response to this RFQ, will be contractually bound under the contract(s) with the Airport Authority if selected by the Airport Authority. Note: If the Respondent is a Joint Venture (JV) or Limited Liability company (LLC), the Minimum Qualifications may be satisfied by the JV or LLC entity itself or by any member of the JV or LLC.

25) Responsible Respondent: a Respondent who is qualified in all respects to fully perform the required services or to provide the required goods, and who possesses the integrity, experience and reliability necessary for good faith performance. A responsible Respondent meets the minimum qualification requirements and conforms to the Airport Authority’s requirements concerning debarment, arrearage, and where applicable, DBE participation goal.

26) Responsive Response: a response timely submitted by a Respondent in reply to, and in conformity with all material requirements of a Request for Qualifications issued by the Airport Authority.

27) Small Hub Airport: for purposes of this RFQ, means an airport in United States that is open to the public and was identified as a Small Hub Airport in Appendix A of the FAA’s 2019-2023 National Plan of Integrated Airport Systems (NPIAS) Report.

28) Substantial Completion: construction is sufficiently complete, in accordance with the Contract Documents, so the Airport Authority can legally use or occupy the Project or designated portion thereof for the use for which it is intended and only minor items, which have no material effect upon the use, function or value of the Project, remain to be completed.

29) Team Member: an entity identified in the Respondent’s response to this RFQ that will be assigned to the project outlined in this RFQ if the Respondent is awarded the contract. A Team Member may be the Respondent’s business (as identified on the Respondent Information Form included in the RFQ), or a subconsultant, or if the Respondent is a partnership or joint venture, an entity that is part of the partnership or joint venture.

30) Tri-County Area (TCA): Michigan counties of Ingham, Eaton and Clinton.

Capital Region Airport Authority 5Request for Qualifications - Solicitation No. 19-04

Page 6:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 2 – GENERAL INSTRUCTIONS1) PRE-RESPONSE INFORMATION AND QUESTIONS: Respondents are advised to review this

document in its entirety and to rely only upon the contents of this RFQ and accompanying documents and any written clarifications or addenda issued by the Airport Authority. THE AIRPORT AUTHORITY IS NOT RESPONSIBLE FOR ANY ORAL INSTRUCTIONS. If a Respondent finds a discrepancy, error, or omission in the RFQ document, the Respondent is requested to promptly notify the Contact noted on the Cover Page of this RFQ, so that written clarification may be sent to all prospective Respondents. All questions must be submitted in writing by the pre-response question deadline. No contact with other Airport Authority employees, officers or Board members regarding this solicitation is permitted.

2) RFQ MODIFICATIONS/ADDENDA: Clarifications or modifications may be made to this solicitation at the discretion of the Airport Authority. Any and all Addenda issued by the Airport Authority will be posted as noted on the Cover Page of this document. It is the responsibility of the Respondent to obtain from the Authority’s website any issued Addenda and to acknowledge the Addenda on the Response Form. If any changes are made to this solicitation document by any party other than the Airport Authority, the original document in the Airport Authority’s files takes precedence.

3) PRE-RESPONSE CONFERENCE: A Pre-Response Conference concerning this solicitation may be held. If so, the date, time and location are indicated on the cover page of this RFQ. Airport Authority staff will be available at this meeting to answer questions about this solicitation. Attendance at the meeting is strongly encouraged, unless the Cover Page indicates that attendance is mandatory.

4) RESPONSE DEADLINE / LATE SUBMISSIONS: The Response is due not later than the date and time listed on the Cover Page of this solicitation and must be submitted in hard copy to the Airport Authority. The deadline date may in some instances change during the solicitation issuance period. If any deadline date for submission changes, such change will be issued in a published Addendum to this solicitation prior to the deadline date indicated on the Cover Page of this solicitation. Responses submitted to the Procurement Department will not be accepted and will be returned to the Respondent unopened.

5) RESPONSE SUBMISSION: Failure to submit a timely Response including a signature binding the offer will result in your Response being deemed nonresponsive; this item will not be waived or considered a minor informality or irregularity.

a) All costs incurred in the preparation and presentation of the Response are the Respondent’s sole responsibility; no pre-response costs will be reimbursed to any Respondent.

b) All documentation submitted with the Response will become the property of the Airport Authority.

c) All Responses must be firm for at least 180 days from the Response Deadline date of the RFQ.

d) The Airport Authority has the right to request examples or clarifications from Respondent(s).

6) RESPONSE SIGNATURES: Responses must be signed by an authorized official of the Respondent.  Each signature represents binding commitment upon the Respondent to provide the goods and/or services offered to the Airport Authority if the Respondent is determined to be the most qualified Responsive and Responsible Respondent. Properly authenticated electronic signatures are acceptable and shall be treated the same as if the signee had put pen to paper.

Capital Region Airport Authority 6Request for Qualifications - Solicitation No. 19-04

Page 7:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

7) NO RFQ RESPONSE (“No-Bid” Response): Respondents who receive this RFQ but do not submit a Response are asked to submit a notice stating the reason(s) for not responding.

8) WITHDRAWAL: Responses may be withdrawn up to the RFQ deadline date and time by making a request to the contact listed on the cover page of this RFQ. No Response may be withdrawn after the deadline for submission.

9) REJECTION OF RESPONSES: Responses will be rejected for the following reasons:

a) Respondent’s failure to submit all required information of RFQ.

b) Respondent’s failure to meet minimum qualifications of RFQ.

c) Respondent is in arrears or in default to the Airport Authority on any contract, debt, or other obligation.

d) Respondent is debarred by the Airport Authority or federal government (for federally funded contracts) from consideration for a contract award.

e) Respondent has a contract or other relationship with a client that is determined by the Airport Authority to be a legal or business conflict that is unwaivable or that the Airport Authority, at its sole discretion, is unwilling to waive.

f) In the event a Respondent, including its subsidiaries, affiliated companies and franchises, submits more than one (1) Response, the Airport Authority, at its sole option, will have the right to determine which Response will be considered, or reject all such multiple Responses.

10) CANCELLATION/REJECTION: The Airport Authority reserves the right to cancel any or all solicitations, in whole or in part, as well as reject any or all Responses, or to accept or reject any Response in part, and to waive any minor informality or irregularity in Responses received if it is determined by the Chief Executive Officer or his designee that the best interest of the Airport Authority. If the solicitation is cancelled or all Responses are rejected by the Airport Authority, a notice will be posted on the Airport Authority’s website as identified on the Cover Page of this RFQ. No Response will be considered from any person, firm or corporation that is in arrears or in default to the Airport Authority on any contract, debt, or other obligation, or if the Respondent is debarred by the Airport Authority from consideration for a contract award.

11) CONTRACT NEGOTIATION PROCESS: Upon determination of the highest-ranked responsive and responsible Respondent, the Airport Authority will enter into negotiations with the Respondent partners or single business entity to determine fees for the scope of work identified in this RFQ. Included in negotiations will be labor classifications, hourly labor rate fees, audited overhead cost, unit rate fees, profit, reimbursable costs, and other customary fees prior to award of the initial contracts. It is anticipated that Not-to-Exceed (NTE) fees will be negotiated for the initial scope of work to be performed by the Design Professional and scope of work and NTE to be performed by the Construction Professional as outlined in this RFQ. Expectations and general timeframe for determining scope and fees for future services will also be agreed upon as part of the initial contract negotiations. Amendments to the initial contracts and/or additional contracts are anticipated after award of initial contracts. In the event that the Airport Authority and the highest-ranked responsive and responsible Respondent cannot come to agreement on the cost of the work, negotiations will be terminated with that Respondent, and the Airport Authority will enter into negotiations with the next highest-ranked responsive and responsible Respondent.

Capital Region Airport Authority 7Request for Qualifications - Solicitation No. 19-04

Page 8:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

12) CONTRACT AWARD AND CONTRACT EXECUTION: The Airport Authority reserves the right to award more than one contract at its sole discretion, to the most qualified Responsive and Responsible Respondent, or Respondents. All contract award recommendations must be approved by the Airport Authority’s CEO or Airport Authority Board (if applicable).

The Respondent(s) to whom the award is being recommended will be notified at the earliest possible date. If applicable, the successful Respondent and Airport Authority will negotiate a contract based of the Form of Agreement issued with this RFQ. The resulting contract will be provided to the Respondent for execution. If for any reason, the awarded Respondent(s) does not execute a contract within ten (10) calendar days then the Airport Authority may proceed with negotiation of a contract to the next most qualified Responsive and Responsible Respondent. A final Notice of Award, and if required, a Notice to Proceed, will be issued after completion of a fully executed contract.

13) RESPONDENT AGREEMENTS: If a Respondent requires an agreement beyond any agreement (e.g. Form of Agreement) required by the Airport Authority, or required as a part of this RFQ by the Airport Authority, the Airport Authority reserves the right to reject execution of any additional agreements required by the Respondent. In instances where the Airport Authority rejects execution of additional agreements that are required by the Respondent, the Airport Authority reserves the right to deem the Response as Nonresponsive, and to proceed with negotiation of a contract with the next most qualified Responsive and Responsible Respondent.

14) FREEDOM OF INFORMATION ACT (FOIA) REQUIREMENTS: Responses are subject to public disclosure after the Response Deadline in accordance with state law. For additional information, contact the Airport Authority’s FOIA Coordinator at: [email protected].

15) PROTESTS: A protester may file, with the Chief Executive Officer, a protest about alleged defects in a competitive solicitation process or recommended award of a contract or in certain circumstances, award of a contract. A protest must be filed in writing, and must be filed within seven (7) calendar days of the timeline of specific actions giving rise to the protest.

16) AIRPORT SECURITY BADGES: All personnel who will be working at the airport must obtain Airport Security Badges from the airport badging office. No person will be allowed in restricted areas without a valid Airport Security Badge or be escorted by an authorized badge holder. To obtain information about the badging process access the following weblink: http://www.flylansing.com/airlines-security/operations-and-badging-information

Capital Region Airport Authority 8Request for Qualifications - Solicitation No. 19-04

Page 9:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 3 – MINIMUM QUALIFICATION

MINIMUM QUALIFICATIONS: A Respondent will be deemed nonresponsible and rejected without any further evaluation if they as a Business or team of Businesses, do not meet all of the below qualifications:

1) The Business that will be contractually bound under the contract(s) with the Airport Authority as the Design Professional must:

a) Commit that at least two percent (2%) of the value of any federally funded contract(s) resulting from this RFQ will be performed by certified Disadvantaged Business Enterprises; and

b) Be a State of Michigan corporation, joint venture, Limited Liability Company, partnership, or sole proprietor on or before the Response deadline for this RFQ; and

c) Be compliant with the State of Michigan Occupational Code (Public Act 299 of 1980), including Section 339.2010 on or before the Response deadline for this RFQ. This State of Michigan Public Act may be accessed at web link: http://www.legislature.mi.gov/(S(bomucs5510og1a55nlkbgl55))/documents/mcl/pdf/mcl-299-1980-20.pdf; and

d) Have on staff of their business, an employee who will be assigned to the contract resulting from this RFQ, who has directed the planning or design services for at least two (2) passenger terminal renovation projects, each at a different Small or Nonhub Airport in the United States; and

e) Have on staff of their business an employee who will be assigned to the contract resulting from this RFQ, who is a WELL Accredited Professional as recognized by the International WELL Building Institute; and

f) Have on staff of their business or on the staff of a sub-consultant’s business, an employee who will be assigned to the contract resulting from this RFQ, who has at least five (5) years of experience in financial consulting for airport terminal projects; and

g) Have on staff of their business or on the staff of a sub-consultant’s business, an employee who will be assigned to the contract resulting from this RFQ, who is a Registered Architect (RA) with at least five (5) years of experience in the design of new or renovated public buildings; and

h) Have on staff of their business or on the staff of a sub-consultant’s business, an employee who will be assigned to the contract resulting from this RFQ, who has at least five (5) years of experience in the design of custom interior millwork for airports, convention centers, higher education or similar facilities.

2) The Business that will be contractually bound under the contract(s) with the Airport Authority as the Construction Professional must:

a) Commit that at least two percent (2%) of the value of any federally funded contract(s) resulting from this RFQ will be performed by certified Disadvantaged Business Enterprises; and

b) Be a State of Michigan corporation, joint venture, Limited Liability Company, partnership, or sole proprietor on or before the Response deadline for this RFQ; and

Capital Region Airport Authority 9Request for Qualifications - Solicitation No. 19-04

Page 10:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

c) Have successfully completed as a General Contractor or Construction Manager the construction of at least two (2) projects that included the renovation of a public building that was complete in the year 2009 or later; and

d) Have on staff of their business an employee who will be assigned to the contract resulting from this RFQ, who has least five (5) years of experience in providing pre-construction services to owners and cooperatively working with architectural and/or engineering firms during the design process; and

e) Have on staff of their business an employee who will be assigned to the contract resulting from this RFQ, who is a Leadership in Energy and Environmental Design (LEED) Accredited Professional as recognized by the United States Green Building Council (USGBC); and

f) Have on staff of their business an employee who will be assigned to the contract resulting from this RFQ, who has managed the construction related to renovation of at least two (2) existing facilities (while the facility remained occupied and operational) and where construction was complete in the year 2009 or later.

3) Either the Design Professional Business or the Construction Professional Business that will be contractually bound under the contract(s) with the Airport Authority must:

a) Have on staff of their business or on the staff of a sub-consultant’s business, an employee who will be assigned to the contract resulting from this RFQ, who has experience in developing energy efficiency improvement programs for public buildings or managed an energy performance contract allowed under Michigan Public Act 625 of 2012, the Cost-effective Governmental Energy Act.

1.

Capital Region Airport Authority 10Request for Qualifications - Solicitation No. 19-04

Page 11:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 4 – BACKGROUND AND PROJECT OVERVIEW

1) INTRODUCTION: Through this Request for Qualifications (RFQ), the Capital Region Airport Authority (Airport Authority) hereby invites teams of businesses that meet the qualifications set forth herein to submit a Response to provide planning, financial consulting, energy efficiency consulting, architectural, engineering, construction management and related services required to modernize the existing passenger terminal and associated facilities in a multi-phased, multi-year improvement program at the Capital Region International Airport (LAN) over the next several years.

2) BACKGROUND: The Capital Region Airport Authority (CRAA) owns and operates the Capital Region International Airport, a nonhub commercial service airport located in Lansing, Michigan. From 1929 until 1971, the airport was owned and operated by the state of Michigan and governed by the Michigan Aeronautics Commission. The CRAA was created in 1970 pursuant to Act No. 73 of the Public Acts of Michigan, in order to transfer the State-owned airport to the newly created local governmental entity. The airport is served year-round domestic air service by three (3) legacy airlines: American, Delta, and United, as well as seasonal international air service provided by Apple Vacations. The terminal building was originally constructed in 1955 and has been expanded incrementally over the years with additions in 1974, 1979, 2002 and 2008. The terminal building is currently approximately 165,000 square feet in area and serves approximately 375,000 passengers per year. Prior to 2017, the terminal had 15 aircraft positions associated with 13 gates at the terminal. In 2017, the facilities for four (4) lower level terminal gates were demolished. Currently, eight (8) of the 11 aircraft positions are equipped with Passenger Loading Bridges (PLB). The remaining three (3) aircraft positions are hardstand positions and located adjacent to the terminal. These three positions utilize aircraft or mobile stairs. Gates 1 through 4 are located on the lower level and Gate 5 through 9 are located on the upper level of the terminal. Gates 8 and 9 each serve two (2) aircraft positions.

3) ANTICIPATED MILESTONES: It is the Airport Authority’s intent to strive and work diligently toward the following tentative dates for the terminal modernization program. This anticipated schedule should not be construed as firm and is subject to change.

a) Complete Evaluation and Ranking of Respondents September 2019b) Begin Negotiation of Contracts October 2019 c) Obtain concurrence on Scope of Work from FAA November 2019 d) Recommend Award of Contracts to Airport Authority Board December 2019e) Begin Planning January 2020f) Begin Design of initial Phase June 2020g) Construction Substantial Completion of Last Phase September 2025h) Project Closeout complete July 2026

Capital Region Airport Authority 11Request for Qualifications - Solicitation No. 19-04

Page 12:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

4) PROJECT OVERVIEW: It is anticipated that the modifications and project scope necessary to modernize the Terminal building and associated site into a modern, efficient, and aesthetically pleasant air transportation facility will be determined after a collaborative terminal assessment and planning process. It is anticipated that the tasks to be authorized under the contract(s) that results from this RFQ will include a variety of professional, consulting and construction services required by the Airport Authority to effectively and efficiently operate, maintain, repair, improve facilities and infrastructure under the Airport Authority’s jurisdiction. It is anticipated that work will include but is not limited to partial demolition and addition(s) to the area(s) in terminal, vehicular public curbs and canopy, offices, roadways, parking, and apron pavement.

Initial items (not listed in order of importance) anticipated to be discussed with the successful Respondent at the beginning of planning the Terminal Modernization Program (TMP) are:

a) Maximizing utilization of all public and operational areas in the terminal building, remove of area(s) difficult to utilize, and capture and/or add additional space where required;

b) Maintaining FAA Air Traffic Control Tower and leased spaces;c) Improving functionality and aesthetics of terminal canopy, vestibules, lobby and entryways;d) Improving energy efficiency, reducing energy consumption and improve comfort within building;e) Improving use and leveraging of natural and artificial light;f) Creating signature space(s) within the terminal to elevate the passenger experience;g) Incorporating incorporation of an airport art program;h) Improving the visibility and visual appearance of the terminal from public roadways and Capital

City Boulevard;i) Improve function and aesthetics of public and commercial vehicular public curbs;j) Increasing out-bound bag tug area and aircraft operational support space;k) Centralizing bag screening, coordinating future upgrade of TSA owned equipment, and

improving out-bound bag conveyor systems;l) Improve bag claim and improving in-bound bag conveyor systems;m) Expanding passenger screening checkpoint from two (2) lanes to three (3) lanes and

coordinating future upgrade of TSA owned equipment;n) Creating automated exit corridor(s);o) Replacing and relocating HVAC, electrical, building control, security, life safety, and

communication systems;p) Replacing existing and install additional passenger loading bridges, elevators and escalators;q) Improving exterior enclosure systems including but not limited to windows, metal siding,

masonry walls, roofing, etc.;r) Replacing and improve interior finishes and equipment including walls, ceilings, flooring, lighting,

electrical, fire protection and alarm systems, etc.;s) Improving wayfinding and signage;t) Improving and creating spaces for passenger amenities, concessions, services;u) Replacing millwork and furniture;v) Accomplishing Leadership in Energy and Environmental Design (LEED) ‘Silver’ rating, as

recognized by the United States Green Building Council (USGBC); w) Improving other items and areas as required by the Authority.

Capital Region Airport Authority 12Request for Qualifications - Solicitation No. 19-04

Page 13:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 5 – ANTICIPATED TASKS AND SCOPE OF WORK

1) ANTICIPATED TASKS AND SCOPE OF WORK OF THE DESIGN PROFESSIONAL: The Design Professional is expected to be an active member of the Terminal Modernization Team (TMT) which will be composed of staff from the Design Professional, the Construction Professional and the Airport Authority.

a) Planning Phase Services: The Design Professional is expected to successfully accomplish various tasks and activities required to complete analysis, complete feasibility studies, develop and evaluate alternatives to define the scope of the project, develop design requirements, complete other required services to make application and receive federal funding including but not limited to:

i) Plan, conduct, and prepare the necessary surveys, investigations, existing conditions, and engineering studies for preliminary design considerations.

ii) Establish project requirements, develop alternatives, schedules, phasing strategies, complete necessary research, evaluations, analyses, and reports.

iii) Prepare benefit cost analysis, grant and PFC eligibility analysis and documents, and other documents required by the FAA.

iv) Determine environmental impact factors, prepare environmental statements in accordance with the National Environmental Protection Act (NEPA), as amended, and complete necessary documentation and coordination of any necessary public outreach.

v) Assist the Airport Authority with the development of program funding strategies, grant applications, and other required documents.

vi) Develop code studies to confirm compliance with all applicable code requirements. Identify issues that may require variance, and meet with all required authorities having jurisdiction over this project, and other agencies on matters affecting the program.

vii) Develop design concepts, sketches, and preliminary layouts to support detailed design.

viii) Develop approach and targeted credits for LEED Silver rating, and register the project with the USGBC for LEED certification.

ix) Assist the Construction Professional with the preparation pf preliminary cost estimates.

x) Develop and prepare preliminary schedules.

xi) Develop and prepare operational, maintenance, and energy cost projections.

xii) Coordinate tasks such as permitting, demolition, safety-phase planning and alternative design approaches.

xiii) Prepare reports and make presentations.

xiv)Other services as required.

Capital Region Airport Authority 13Request for Qualifications - Solicitation No. 19-04

Page 14:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

b) Design and Engineering Phase Services : The Design Professional is expected to successfully accomplish various tasks and activities necessary to complete the design, engineering of the multiple phases and multiple bid packs required to modernize the terminal including but not limited to:

i) Provide all design and engineering services necessary to construct, furnish, equip, commission, operate, and maintain the building and site. Design submittals will be required at the following stages of completion: 30%, 60%, 90% and 100%. Submittals shall include a minimum of ten (10) copies of drawings, technical specifications, and updated cost estimates. The Designer shall respond to all review comments in writing and incorporate all comments within 14 calendar days of receipt of review comments.

ii) Finalize code studies to confirm compliance with all applicable code requirements, and meet with all required authorities having jurisdiction over this project, and other agencies on matters affecting the project.

iii) Develop final approach and targeted credits for LEED Silver rating for Airport Authority concurrence, and incorporate into project design if approved by the Airport Authority.

iv) Meet with Airport Authority staff and governing agencies, conduct design review conferences to obtain Airport Authority design comments, and resolve matters.

v) Develop, maintain, and submit all necessary documentation for LEED certification process if approved by the Airport Authority.

vi) Prepare all necessary design and engineering reports.

vii) Prepare detailed drawings and specifications in compliance with current applicable codes, rules, regulations, and laws as required.

viii) Prepare detailed cost estimates at each aspect of detailed design indicated above.

ix) Prepare final operational and maintenance cost projections.

x) Prepare construction safety phasing plans and Federal Aviation Administration (FAA) Form 7460-1 for the Airport Authority to submit to the FAA.

xi) Prepare all permit applications, attachments and exhibits for the Airport Authority to submit to local, State, and Federal permitting agencies.

xii) Assist the Airport Authority with the development of a staging and phasing plan to relocate functions within the terminal. Please note that the Operations/Security and Emergency Operations Center are critical functions that must have redundancy in staging, phasing and equipment to ensure that their operation continues 24/7 during the relocation

xiii) Prepare reports and make presentations.

xiv)Other services as required.

Capital Region Airport Authority 14Request for Qualifications - Solicitation No. 19-04

Page 15:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

c) Bid Phase Services: The Design Professional is expected to successfully accomplish various tasks and activities required to assist the Construction Professional in the competitive bidding of multiple construction bid packs and awarding of resultant construction contracts, including but not limited to:

i) Preparation of addenda as required.

ii) Assist with evaluation of bids, unit rates, and extended costs for all bid items.

iii) Provide input on voluntary alternates and exceptions to the technical specifications.

iv) Assist with preparation of recommendations for the award of the construction contracts.

v) Incorporate all addendum into drawings issued for construction.

vi) Other bidding phase efforts and tasks as required.

vii) Other services as required.

d) Construction Administration Phase Services: The Design Professional is expected to successfully accomplish various tasks and activities required following award of each demolition, construction or equipment contract, including but not limited to:

i) Provide consulting services and recommendations to the Airport Authority during all phases of construction.

ii) Assist the Airport Authority at the preconstruction conferences.

iii) Assist with the administration of the Airport Authority’s construction services Form of Agreement and all terms and conditions of the construction services agreement General Terms and Conditions.

iv) Administer the requirements for the targeted LEED credits and confirm construction contractor compliance. Assist with the required commissioning, documentation, and validation process for LEED Silver rating goal.

v) Prepare periodic reports to the Airport Authority.

vi) Review, analyze and approve laboratory test reports for materials and equipment.

vii) Review and approve shop drawings submitted by the contractor for compliance with the drawings and specifications.

viii) Review and respond to Requests for Information submittals, and prepare Designers Supplemental instruction as required, including incorporation of changes into the construction documents.

ix) Prepare bulletins and negotiate costs for Airport Authority directed changes.

x) Review contractor change order requests and consult with the Airport Authority on applicability to the project based on the construction contract terms and conditions.

Capital Region Airport Authority 15Request for Qualifications - Solicitation No. 19-04

Page 16:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

xi) Observe construction, document field progress, and observe performance tests required by specifications.

xii) Review draft pay-applications and approve quantities for payment.

xiii) Make final inspections and prepare punch-lists.

xiv)Review operation and maintenance manuals, and witness start-up of electrical and mechanical systems.

xv) Prepare final reports, as required by the Airport Authority.

xvi)Prepare record drawings to illustrate as-built conditions.

xvii) Perform warranty inspections immediately prior to expiration of all applicable warranties.

xviii)Other services as required.

e) Other services. Additional related services that may be required by the Airport Authority.

Capital Region Airport Authority 16Request for Qualifications - Solicitation No. 19-04

Page 17:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

2) ANTICIPATED TASKS AND SCOPE OF WORK OF THE CONSTRUCTION PROFESSIONAL: The Construction Professional is expected to be an active member of the Terminal Modernization Team (TMT) which will be composed of staff from the Design Professional, the Construction Professional and the Airport Authority.

a) Planning Phase Services : The Construction Professional is expected to successfully accomplish various tasks and activities required to complete analysis, develop and evaluation alternatives complete feasibility studies to define the scope of the project, develop design requirements, complete necessary services to make application and receive federal funding including but not limited to:

i) Conduct Site, Facility, Infrastructure, Energy and Operational Reviews and Investigation - the Construction Professional will complete or assist in completion of necessary reviews, analysis, tests to determine existing conditions and/or factors and information necessary to determine existing conditions and operational factors.

ii) Participate in Collaborative Planning Process - the Construction Professional will participate and provide input at all meetings, sessions, documents utilized by the Program Team to identify, evaluate the constraints, challenges, risks and alternative solutions available for the terminal and its associated facilities and infrastructure.

iii) Complete Conceptual Design and Constructability Reviews - the Construction Professional will provide input on conceptual design, construction feasibility factors, cost avoidance and reduction strategies, schedule drivers, and methods to ensure the safety of the public, employees, and workers.

iv) Provide Other Required Planning Phase Services - the Construction Professional will provide all other planning phase services required to successfully complete planning of the terminal modernization program.

v) Other services as required.

b) Design/Engineering Input and Pre-Construction Services : This phase includes activities required to complete the design, engineering of the program in multiple phases and multiple bid packs including but not limited to:

i) Provide Input on Design – the Construction Professional will provide recommendations during the design process. This effort will identify opportunities for cost avoidance and reduction, schedule, or operation/maintenance savings that can be achieved without adversely impacting the safe operation, design intent or functional quality;

ii) Complete Constructability and Phasing Reviews – the Construction Professional will provide insight into means and methods intended to simplify the construction phasing, schedule work to maximize bid competition and workforce/trades, and ensure public/employee/worker safety;

iii) Phasing and Logistics – The terminal and its associated facilities must remain operational during implementation of the terminal modernization program. Relocation of some functions within the terminal will likely be required to complete the projects within the terminal modernization program. The Construction Professional is to provide assistance to the Design Professional to develop documents in such a manner to facilitate the efficient phasing, bidding, and construction;

Capital Region Airport Authority 17Request for Qualifications - Solicitation No. 19-04

Page 18:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

iv) Establish Construction Program and Documentation Requirements - the Construction Professional will develop reporting structure, work plan, control processes and procedures, and other items required by the Terms and Conditions;

v) Schedule Development – The Construction Professional will develop a detailed Baseline Schedule with input from the Project Team. Baseline and subsequent schedules will be developed in a software and format acceptable to the Airport Authority and updated at agreed upon intervals. The schedule will identify detailed work activities as required by the Airport Authority;

vi) Provide Other Design Input and Pre-Construction Services - the Construction Professional will provide all other design assistance and pre-construction services required to successfully complete design and engineering of the terminal modernization program;

vii) Other services as required.

c) Construction Management and Post-Construction Services: This phase includes services following award of each demolition, construction or equipment contract, including but not limited to:

i) All construction services must be awarded through a publicly-announced and competitively-solicited process using a Request for Bid (RFB) method containing at a minimum, the following:

(1) Instructions to the Bidders;

(2) Scope of Work;

(3) Minimum qualifications;

(4) Statements regarding Bid Guarantee;

(5) Drawings and Specifications for the Work;

(6) Disadvantaged Business Enterprise (DBE) Goal and Requirements for federally funded work only;

(7) Davis Bacon Wage Schedules for federally funded work and Prevailing Wage Requirement and Schedules for non-federally funded work;

(8) General, Special and Supplemental Conditions and Requirements

(9) Notice of retainage withheld;

(10) A statement indicating that the Bidder is in compliance with any applicable provision of federal, state and local laws, regulations and ordinances;

(11) A statement that the Bidders will comply with all other applicable contracting requirements;

(12) A statement requiring the successful Bidder to provide Performance and Payment bonds equal to 100% of the contract amount for all contracts in excess of $50,000;

(13) A statement that questions from the Bidders must be in writing and will be responded to in the form of an addendum distributed to all Bidders;

Capital Region Airport Authority 18Request for Qualifications - Solicitation No. 19-04

Page 19:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

(14) A Price Page used to establish the total cost for the Work solicited;

(15) A date, time and location where the bids must be submitted;

(16) The basis of award to the lowest responsive and responsible Bidder.

(17) Other services as required.

ii) Additional Requirements of the competitive bid process include:

(1) Public opening of all bids with representatives from the Airport Authority and the Design Professional present.

(2) Starting with the lowest priced bid, the bid submittal shall first be evaluated for responsiveness and, if determined to be responsive, then that Bidder is evaluated to determine if they are responsible:

(a) Responsiveness requires that all mandatory submittal requirements have been met.

(b) Responsible requires that the Bidders have: (i) met the minimum qualifications stated in the RFB, (ii) the Bidder is not in arrears or default to the Airport Authority, (iii) the Bidder is not debarred by the Airport Authority.

(c) The Construction Professional will inquire with the Airport Authority if there are any other violations or conflicts that would prohibit award to a Bidder.

(d) After the above has occurred, the Construction Professional shall make a written recommendation for award to the Airport Authority for approval.

iii) Permits – The Construction Professional will coordinate with the Design Professional and those jurisdictions having authority to ensure that all necessary permits are obtained in a timely fashion, in support of the schedule.

iv) General Conditions – The Construction Professional will be responsible for managing the site including the allocation of storage areas, jobsite trailers, site access, site maintenance, jobsite safety and security, jobsite Foreign Object Debris (FOD) control, waste removal, etc.

v) Monthly Reporting – The Construction Professional will provide the Airport Authority with monthly progress reports.

vi) Management – The Construction Professional shall be responsible for managing the project including all self-performed and subconsultant/subcontractor activities.

vii) Start up and Commissioning of System - The Construction Professional shall be responsible for the start-up and commissioning of the Airport Authority Administration Building.

viii) Post Construction – The Construction Professional will ensure completion of all punch list and:

(1) Provide CAD “as-built” plans to the Design Professional for implementation into record drawings that meet the Airport Authority requirements;

(2) Provide operations and maintenance manuals as well as the required training of Airport Authority’s personnel;

(3) Provide warrantees of all systems;

Capital Region Airport Authority 19Request for Qualifications - Solicitation No. 19-04

Page 20:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

(4) Submit all remaining spare parts to the Airport Authority;

(5) Closure of all permits;

(6) Post Construction insurance requirements;

(7) Resolution of all claims;

(8) All other requirements of the Form of Agreement and General Terms and Conditions.

ix) Provide Other Construction Management and Post-Construction Services - the Construction Professional will provide all other construction management and post-construction services required to successfully complete construction and start-up of the terminal modernization program.

d) Other services. Additional related services that may be required by the Airport Authority.

Capital Region Airport Authority 20Request for Qualifications - Solicitation No. 19-04

Page 21:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

3) STANDARDS, GUIDELINES AND CODES COMPLIANCE: All work shall be in strict compliance with the most current editions of all applicable Federal, State and local laws and ordinances and regulations. At a minimum, the following codes are applicable to the anticipated design work. Additional requirements may be required by the Authority Having Jurisdiction (AHJ) or the Airport Authority:

a) Federal Aviation Administration (FAA) guidance and requirements;b) Michigan Building Code;c) International Fire Code;d) Michigan Mechanical Code;e) Michigan Plumbing Code;f) Michigan Electrical Code;g) National Environmental Policy Act (NEPA);h) National Fire Protection Association (NFPA) 101 Life Safety Code;i) National Fire Protection Association (NFPA) 2001 Clean Agent Fire Extinguishing Code;j) Transportation Security Administration (TSA) requirements;k) American Association of State Highway and Transportation Officials (AASHTO) design

standards;l) Michigan Occupational Safety and Health Administration (MIOSHA);m) Michigan Department of Transportation (MDOT) requirements;n) Americans with Disability Act Accessibility Guidelines (ADAAG):o) Other reference NFPA codes and standards as directed by Authority Having Jurisdiction; and p) All other applicable Federal, State and local regulations, laws and ordinances.q) Additional requirements may be required by the AHJ or the Airport Authority.

4) REQUIRED DOCUMENT FORMAT AND SOFTWARE:

a) The successful Respondent will be required to submit in English all final documents in hard copy and electronic format as requested by the Airport Authority (such as, but not limited to: Word, Excel, AutoCAD, Revit, ArcGIS, PDF and TIFF). CAD format and layer naming convention shall meet Airport Authority requirements and standards.

b) The successful Respondent will provide a web-based computerized project management system acceptable to the Airport Authority. This system must allow for the management of all business processes used by the Airport Authority for the management of funding, workflows, and documents. The system must assign the Airport Authority as system administrator, utilize a named user assignment, and track all data entry and modifications for audit purposes.

Capital Region Airport Authority 21Request for Qualifications - Solicitation No. 19-04

Page 22:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 6 – EVALUATION PROCESS AND SUBMITTAL REQUIREMENTS

1) EVALUATION CRITERIA: All responses timely received will be evaluated by an Evaluation Committee comprised, at a minimum, of Airport Authority representatives from at least three (3) different operating departments. All responses will first be evaluated for responsiveness, then responsibility. All responsive and responsible responses will be evaluated on the following criteria, which are listed in descending order of importance:

a) Experience and Qualifications of Key Personnelb) Experience and Qualifications of the Business(es) of the Respondent c) Experience and Qualifications of the Subconsultant Business(es)d) Approach to the Programe) Resource Management Plan and Schedule

In addition, the Evaluation Committee also may consider the past performance of the Respondent on other contracts with the Airport Authority or other entities. The Airport Authority reserves the right to make such additional investigations as it deems necessary and may require the submission of additional information.

2) SHORTLISTING: The Airport Authority may shortlist the Respondents based upon responses to the above items. The Airport Authority will notify each Respondent on the shortlist, if such presentation is required. These presentations will provide an opportunity for the Respondents to respond to questions posed by the Evaluation Committee and to clarify their responses through exhibition and discussion. The Airport Authority will not reimburse oral presentation or any other costs of any Respondent.

3) GENERAL SUBMITTAL REQUIREMENTS:

a) NUMBER OF COPIES: One original, plus five (5) copies – total of six (6) total of the entire Response must be submitted. The original must be marked as an original. Each copy must be identical to the original.

b) RESPONSE FORMAT: Each response should be bound, shall be 8-1/2”x11” in size however up to four (4) 11”x17” size sheets may be included if folded down to 8-1/2”x11” size. Responses shall be prepared simply and economically. Responses shall be in the same order as the requirements are listed below to ensure the Evaluation Committee is able to easily locate the information that is requested in this solicitation. Marketing and promotional brochures should not be included unless the information directly addresses a submittal requirement specific to evaluation criteria as listed in section vi) below.

c) RESPONSE CONTENT: The Respondent must include the following items, or the response will be deemed nonresponsive and rejected without any further evaluation.

i) Tab 1 - Cover Letter. Provide an introduction of the Respondent’s Team Members. The cover letter must not exceed two pages. It should contain at a minimum the following information:

(1) Acknowledgment that the Respondent has reviewed the RFQ in its entirety and understands and accepts the requirements of the RFQ process.

(2) Statement of how the Respondent’s Team is uniquely qualified to be the Consultant for the Airfield Pavement Design and related services for the Airport Authority.

Capital Region Airport Authority 22Request for Qualifications - Solicitation No. 19-04

Page 23:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

ii) Tab 2 - Table of Contents. Provide a detailed table of contents listing major sections and subsections that correspond to the requirements of the Request for Qualifications. The Table of Contents must list the page number for the beginning of each section.

iii) Tab 3 - Organization Chart. Provide an organizational chart that illustrates the relationship between the Team Member businesses and the staff proposed for the program and services described in this RFQ. Identify the staff person from each Respondent partner who will function as the leader/administrator for the respective partner.

iv) Tab 4 - Forms. The Respondent must fully complete and include the following or its Response will be deemed nonresponsive and rejected without any further evaluation.

(1) A signature binding the offer (i.e. Response Form)

(2) Verification of Minimum Qualifications Form – Respondent to submit information that substantiates the Respondent meets each and all of the minimum qualifications of this RFQ by completing Verification of Minimum Qualifications Form or provide the required information that demonstrates each minimum qualification is satisfied by the Respondent.

(3) Respondent Information Form – Partners of Respondent must certify that it neither (a) engages in investment activities in the energy sector of Iran, including the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran, nor (b) extends credit to another person or entity, if that person or entity will use the credit to engage in investment activities in the energy sector of Iran. Note: A separate Respondent Information Form must be submitted for the Design Professional and the Construction Professional if they are different businesses.

(4) Subconsultant Forms (Part 1 and Part 2) - Provide information about each subconsultant that will be utilized in the performance of a resulting contract. Provide a description of the services the subconsultant will perform, and the percentage of the total contract that the services represent. Subconsultants cannot be added or replaced after submittal of the response without the prior written approval of the Airport Authority.

v) Tab 5 - Submittal Requirements Specific to Evaluation Criteria. Submit a complete response to each of the following items which are specific to the evaluation criteria. These topics are intended to obtain more specific information about the Respondent’s experience and qualifications.

(1) Experience and Qualifications of Key Personnel. Provide information that illustrates the background and experience of the Key Personnel that will be assigned to the Terminal Modernization Program outlined in this RFQ if contracts are awarded to the Respondent’s Members. Key Personnel shall include, at a minimum, the staff members that will be assigned as a result of this RFQ to meet the ‘Minimum Qualifications’ as outlined in Section 3 of this RFQ.  Additional Key Personnel may be identified to further describe the abilities of the staff of the Respondent and those of first, second or third tier subconsultants to provide the required services necessary for the successful completion of the services outlined in this RFQ. The following information must be included for each staff member who will function as Key Personnel (limit to 2 pages per person):

(a) Individual’s name, education, certifications, licenses, professional memberships/ affiliations, awards, recognitions, honors, etc.;

Capital Region Airport Authority 23Request for Qualifications - Solicitation No. 19-04

Page 24:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

(b) Identify the specific role of the individual relative to the services described in this RFQ;

(c) Date(s) of service with current employer, and previous employment history with date(s) of service; if not employed during any period, state “not employed” for that period;

(d) Information related to the three (3) most recent projects that have been completed or substantially completed in the year 2009 or later that are most similar to the services outlined in this RFQ. Include the project’s name, location, description, scope, size, cost, owner, owner point of contact information, milestone dates, unique features and challenges resolved are to be included for each project.

(2) Experience and Qualifications of the Business(es) of the Respondent. Provide information for each business (Design Professional and Construction Professional) comprising the Respondent. Illustrates the background and experience of each. The following information must be included:

(a) Design Professional Information (limit to 3 pages): Include name of business, role, history, organizational structure, professional memberships/affiliations, awards, recognitions, honors, etc. Provide locations (city, state, country) of all offices of the Design Professional and percent work that is anticipated be completed in each office. Identify the specific expertise that will be contributed by the Design Professional to the Terminal Modernization Program to be completed under the contract(s) resulting from this RFQ.

(b) Construction Professional Information (limit to 3 pages): Include name of business, role, history, organizational structure, professional memberships/affiliations, awards, recognitions, honors, etc. Provide locations (city, state, country) of all offices of the Construction Professional and percent work that is anticipated be completed in each office. Identify the specific expertise that will be contributed by the Construction Professional to the Program to be completed under the contract(s) resulting from this RFQ.

(3) Experience and Qualifications of the Subconsultant Businesses. Provide information for each subconsultant (limit to 2 pages per subconsultant) that will be contracted by a business of Respondent or a subconsultant of a subconsultant (second or third tier subconsultant). Illustrates the background and experience of each. Include name of subconsultant’s business, role, history, organizational structure, professional memberships/affiliations, awards, recognitions, honors, etc. Provide locations (city, state, country) of all offices of the subconsultant and percent work that is anticipated be completed in each office. Identify the specific expertise that will be contributed by the subconsultant to the Terminal Modernization Program to be completed under the contract(s) resulting from this RFQ.

Capital Region Airport Authority 24Request for Qualifications - Solicitation No. 19-04

Page 25:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

(4) Approach to Program (limit to 5 pages).

(a) Provide the approach proposed by the Respondent to assure the requirements of the Airport Authority will be fully satisfied by the Respondent.

(b) Outline initial ideas and thoughts the Respondent’s team currently has and how it intends to present and discuss with the Airport Authority’s staff if selected.

(c) Illustrate how the Respondent’s team will interface with Airport Authority designated representatives regarding submittals/documentation, change management, managing risk, setting and accomplishing expectations and control costs.

(d) Describe how the Respondent’s team will assess and investigate existing conditions and facilitate evaluation alternative solutions and selection of preferred conceptual design.

(e) Outline the Respondent’s approach to assuring quality for the Services. Provide a description of how a similar approach has been successfully utilized for services provided to other clients.

(f) Include any other information that illustrates the approach the Respondent has to the terminal modernization program.

(5) Resource Management Plan and Schedule (limit to 3 pages).

(g) Provide the Respondent’s approach to assigning staff, estimated time to respond to the Airport Authority staff, tools anticipated to be utilized, and Respondent’s ability to respond to the Airport Authority's needs on short notice and comply with tight timelines and assignments.

(h) Describe how the Respondent’s team will interface with sub consultants and Airport Authority designated representatives, regarding contract authorizations, timely and accurate invoicing and progress to closing projects following substantial completion. Provide information on how the Respondent’s team will coordinate with the FAA, TSA, CBP, Airport Authority staff, airlines, and others when planning and implementing assigned related projects and tasks.

(i) Include any other information that illustrates how resources or schedules will be managed by the Respondent’s team to successfully complete the Services.

Capital Region Airport Authority 25Request for Qualifications - Solicitation No. 19-04

Page 26:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

vi) Tab 6 – Disclosures:

(a) Actual or Potential Conflicts of Interest. The Respondent must provide information on whether any party of the Respondent poses a conflict of interest with the Airport Authority. The Respondent should also describe the system in place for identifying potential conflicts. The Respondent must immediately advise the Airport Authority in writing of any real or possible conflicts that arise after the submission of its Response.

(b) Business Relationships. The Respondent must disclose any business relationships between any team member and parties such as manufacturers, suppliers, etc., which could be perceived or appear be an advantage for the party on future business opportunities, bids, work, services etc. associated with the Terminal Modernization Program.

vii) Tab 6 – Proposed Exceptions : The Respondent shall clearly identify any proposed deviations from the language in the RFQ (including its Form of Agreements). Each exception must be clearly defined and referenced to the proper paragraph in this RFQ or its Form of Agreement. The exception shall include, at a minimum, the Respondent's proposed substitute language and opinion as to why the suggested substitution will provide equivalent or better service and performance. If no exceptions are noted in the Respondent's Response, the Airport Authority will assume complete conformance with this specification and the Consultant will be required to perform accordingly. Respondents not meeting all requirements may be rejected. Respondents taking exception to material terms/conditions in the Form of Agreement (e.g. indemnification, subrogation, insurance, standard of care, ownership of documents, governmental requirements) will not be considered. The Airport Authority reserves the right to accept or to allow the Respondent to withdraw any or all exceptions. The Airport Authority reserves the right to reject any and all exception proposed by the Respondent and find the Respondent nonresponsive if the refuses to withdraw its proposed exception upon the request of the Airport Authority.

Capital Region Airport Authority 26Request for Qualifications - Solicitation No. 19-04

Page 27:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 7 – KEY TERMS AND CONDITIONS

1) CONTRACT TERM: It is anticipated that the initial contract(s) shall be for a term of six (6) years, starting on January 1, 2020 and will include an extension option for up to three (3) additional years if required to complete implementation of the terminal modernization program. A contract will terminate upon final payment of all required services.

2) PAYMENT: Payments will be paid monthly upon satisfactory completion of all services and receipt of complete and accurate invoices received from the successful Respondent.

3) PROOF OF INSURANCE REQUIREMENTS: The Consultant must submit proof that they meet all Airport Authority insurance requirements prior to receiving an executed contract and purchase order. Proof of insurance as stated in the Form of Agreement will be required within 5 days of request. To expedite the process, a copy of your current coverage may be submitted with your Response.

4) STANDARD INSURANCE REQUIREMENTS: The Consultant, at its own expense and in its own name, must provide and keep in force during the term of the contract, and for 6 years post contract completion (for General Liability and Professional Liability only) insurance coverage, provided by a company(s) licensed to conduct business in the State of Michigan, with a financial rating no less than AM Best A-VII or equivalent rating from a similar agency acceptable to the Airport Authority, with limits not less than required and agreed to by the Airport Authority.

Further, the Capital Region Airport Authority and their directors, officers, appointed officials, employees and agents must be included as additional insured on both the General Liability (including completed operations) and Automobile Liability Policies which shall include primary/non-contributory additional insured status.

All policies except professional liability must provide a waiver of subrogation and shall be endorsed to provide 30 days advance notice of cancellation or non-renewal - to Airport Authority (or in the case of premium non-payment – 10 calendar days).  These items must be confirmed on the Certificate of Insurance.  Copies of endorsements must be submitted with certificate.

The foregoing notwithstanding, the Consultant agrees as a material provision of this Agreement that if from time to time the consultant actually maintains limits or insurance coverage amounts greater than those specified above, then the actual limits and coverage amounts so maintained by the contractor shall be substituted for the limits and amounts above and shall be deemed to be, and shall constitute, for all contractual and other legal purposes, the limits and amounts required by this Agreement.

Should any subconsultant be used in the performance of this contract, the successful Respondent must ensure subcontracts include same insurance requirements to the extent of coverage and limits. It is required the successful Respondent and sub-consultant provides satisfactory evidence of insurance to access all AOA work sites. They must name the Capital Region Airport Authority as additional insured as shown above. The successful Respondent must secure their agreement to do so in writing. Insurance certificates for all subconsultants shall be collected and reviewed by Consultant to ensure compliance with this section.

To the extent that the successful Respondent may be self-insured, and upon execution of the agreement, the successful Respondent shall submit an affidavit confirming its self-insured retention for the required limits of liability, and as applicable, Certificates of Insurance for any excess insurance coverage is to be provided.  The Airport Authority reserves the right to request additional documentation or information from the successful Respondent to confirm that all insurance requirements are met to the satisfaction of the Airport Authority.

Capital Region Airport Authority 27Request for Qualifications - Solicitation No. 19-04

Page 28:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

5) PROPERTY OF THE AIRPORT AUTHORITY: All item(s) including drafts, photos, drawing files, models, work papers, prototypes and any other instrument of service, produced by the successful Respondent during the service of any resulting contract(s) are the property of the Airport Authority.

6) PROJECT ACCEPTANCE: Acceptance is predicated on all Scope of Work objectives or any other specifically identified criteria being completed to the Airport Authority’s satisfaction.

7) PERFORMANCE REVIEW: The Airport Authority will conduct regular contract performance reviews to ensure Contractors consistently meet all aspects of performance.

8) CHANGES TO KEY PERSONNEL AND SUBCONSULTANTS: It is essential that the successful Respondent provides adequate experienced personnel and subconsultants, capable of and devoted to the successful accomplishment of work to be performed under this contract. The successful Respondent must agree to assign specific individuals to the key positions. The successful Respondent agrees that once assigned to work under this contract, key personnel and subconsultants shall not be removed or replaced without written notice to the Airport Authority. If key personnel and subconsultant are not available for work under this contract for a continuous period exceeding thirty (30) calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the successful Respondent shall immediately notify the Airport Authority, and shall, subject to the concurrence of the Airport Authority, replace such personnel with personnel of substantially equal ability and qualifications.

9) CONFLICTS OF INTEREST: The Airport Authority reserves the right to reject a Response if the Respondent has a contract or other relationship with a client that is determined by the Airport Authority to be a legal or business conflict that is unwaivable or that the Airport Authority, at its sole discretion, is unwilling to waive.

10) RUNWAY INCURSIONS: The Federal Aviation Administration (FAA) defines a Runway Incursion as “Any occurrence at an airport involving an aircraft, vehicle, person, or object on the ground that creates a collision hazard or results in a loss of separation with an aircraft taking off, intending to take off, landing or intending to land”. Entering the Movement Area (i.e. runways, taxiways, etc.) without authorization from the FAA Air Traffic Control Tower and the Capital Region Airport Authority will result in the suspension of an assigned security badge and/or airfield driving privileges and could subject the successful Respondent or the successful Respondent’s key personnel to permanent revocation of their airfield driving privileges. Furthermore, runway incursions may result in federal fines and/or termination of this contract.

Capital Region Airport Authority 28Request for Qualifications - Solicitation No. 19-04

Page 29:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 8 – FORMS AND DOCUMENTATION

RESPONSE FORM.................................................................................................................................VERIFICATION OF MINIMUM QUALIFICATIONS FORM.....................................................................SUBCONSULTANT FORM - PART 1.....................................................................................................SUBCONSULTANT FORM - PART 2.....................................................................................................RESPONDENT INFORMATION FORM – PART 1.................................................................................RESPONDENT INFORMATION FORM – PART 2.................................................................................

Capital Region Airport Authority 29Request for Qualifications - Solicitation No. 19-04

Page 30:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

RESPONSE FORM

Failure submit a signature binding the offer with your Response shall result in your Response being deemed nonresponsive and rejected without any further evaluation.

ADDENDA:The undersigned has read, understands and is fully cognizant of the Information to Respondents, Offer and Form of Agreement, all Exhibits thereto, together with any written addendum issued in connection with any of the above. The undersigned hereby acknowledges receipt of the following addendum(s): _____, _____, _____, _____ (write “none” if none). In addition, the undersigned has completely and appropriately filled out all required forms.

OBLIGATION:The undersigned, by submission of this Offer, hereby agrees to be obligated, if selected as the Contractor, to provide the stated goods and/or services to the Airport Authority, for the term as stated herein, and to enter into an Agreement with the Airport Authority, in accordance with the Conditions, Scope and Terms, as well as the Form of Agreement attached to the RFQ, together with any written addendum as specified above.

COMPLIANCE:The undersigned hereby accepts all administrative requirements of the RFQ and will be in compliance with such requirements.

NONCOLLUSION:The undersigned, by submission of this Response Form, hereby declares that this Response is made without collusion with any other business making any other Response, or which otherwise would make a Response.

PERFORMANCE GUARANTEE:The undersigned further agrees that if awarded the contract(s) as a result of the this RFQ, it will submit to the Airport Authority any required performance guarantee (i.e. irrevocable letter of credit or cash deposit).

For clarification of this submitted Response, the Airport Authority should contact:

Name: Title:

Business Name:

Office Phone: Cell Phone:

Email:

CERTIFICATION BINDING OFFER:The undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all terms, scope of work, conditions, specifications, and addenda in the Request for Qualification.Further, the undersigned certifies it has attached a complete Response and submitted all information requested in the submittal requirements outlined in the Evaluation Process and Submittal Requirements section of this RFQ.

Capital Region Airport Authority 30Request for Qualifications - Solicitation No. 19-04

Page 31:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

RESPONSE FORM (continued)

No Response shall be accepted which has not been signed.

As a partner of the Respondent, I certify, under penalty of perjury, that I have the legal authorization to bind the Design Professional hereunder:

Business Name of Design Professional

Address (NO P.O. BOX ALLOWED)

City State Zip

Signature of Person Authorized to Sign Date

Printed Name

Title

As a partner of the Respondent, I certify, under penalty of perjury, that I have the legal authorization to bind the Construction Professional hereunder:

Business Name of Construction Professional

Address (NO P.O. BOX ALLOWED)

City State Zip

Signature of Person Authorized to Sign Date

Printed Name

Title

Capital Region Airport Authority 31Request for Qualifications - Solicitation No. 19-04

Page 32:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

VERIFICATION OF MINIMUM QUALIFICATIONS FORM

Failure to complete this form or provide the required information for verification of minimum qualifications will result in your Response being deemed nonresponsive and rejected without further evaluation.

Note: The Respondent partners must submit information that substantiates how they meet each of the minimum qualifications listed in this RFQ. Respondents may record the minimum qualification information on this Form or provide the required information as an attachment.

1) MINIMUM QUALIFICATIONS FOR RESPONDENT - DESIGN PROFESSIONAL:

a) What percentage [must be at least 2% of value of federally funded contact(s) resulting from this RFQ] is the Respondent - Design Professional committing will be performed by certified Disadvantaged Business Enterprises? ____________ %

Describe how the Respondent - Design Professional intends to meet the above DBE

commitment for federally funded contracts that result from this RFQ?

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

b) The Respondent - Design Professional must be a State of Michigan corporation, joint venture, Limited Liability Company, partnership, or sole proprietor on or before the Response deadline for this RFQ.

Does the Respondent – Design Professional comply with this requirement? Check one: Yes ( ) No ( )

Is documentation included with this Response? Check one: Yes ( ) No ( )

Provide location (section and page number) where above information is located: ____________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

Capital Region Airport Authority 32Request for Qualifications - Solicitation No. 19-04

Page 33:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

c) The Respondent - Design Professional must be compliant with the State of Michigan Occupational Code (Public Act 299 of 1980), including Section 339.2010 on or before the Response deadline for this RFQ. This State of Michigan Public Act may be accessed at web link: http://www.legislature.mi.gov/(S(bomucs5510og1a55nlkbgl55))/documents/mcl/pdf/mcl-299-1980-20.pdf

Does the Respondent – Design Professional comply with this requirement? Check one: Yes ( ) No ( )

Provide the below information to demonstrate compliance with State of Michigan Occupational Code (Public Act 299 of 1980) including Section 339.2010. Note: If a Principal in not licensed, insert “N/A” in the License No. field.

Principals Name License No. Issuing State Title

Duplicate additional lines if required.

Capital Region Airport Authority 33Request for Qualifications - Solicitation No. 19-04

Page 34:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

d) The Respondent - Design Professional must have on staff of their business, an employee who will be assigned to the contract resulting from this RFQ, who has directed the planning or design services for at least two (2) passenger terminal renovation projects, each at a different Small or Nonhub Airport in the United States.

Describe how the Respondent meets this minimum qualification by providing the below information:

Name of Employee of Respondent - Design Professional:

(1). Name of Terminal Renovation Project #1:

Name of Airport #1:

Type/Size of Airport as listed in FAA’s 2019-2023 National Plan of Integrated Airport Systems (NPIAS) Report (Check one): Small Hub _____ Nonhub _____

Name of Entity/Operator of Airport:

Contact Name: Title:

Contact Phone Number:

Airport Location: City: State:

Completion Date of Project:

Describe this terminal renovation project or provide page number in the Response where the

project is described:

(2). Name of Terminal Renovation Project #2:

Name of Airport #2:

Type/Size of Airport as listed in FAA’s 2019-2023 National Plan of Integrated Airport Systems (NPIAS) Report (Check one): Small Hub _____ Nonhub _____

Name of Entity/Operator of Airport:

Contact Name: Title:

Contact Phone Number:

Airport Location: City: State:

Completion Date of Project:

Describe this terminal renovation project or provide page number in the Response where the

project is described:

Capital Region Airport Authority 34Request for Qualifications - Solicitation No. 19-04

Page 35:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

e) The Respondent - Design Professional must have on staff of their business an employee that will be assigned to the contract resulting from this RFQ, who is a WELL Accredited Professional as recognized by the International WELL Building Institute.

Provide name of employee of Respondent - Design Professional who is a WELL Accredited Professional:

Provide additional detail about this employee’s WELL accreditation:

f) The Respondent - Design Professional must have on staff of their business or on the staff of a sub-consultant’s business, an employee that will be assigned to the contract resulting from this RFQ, who has at least five (5) years of experience in financial consulting for airport terminal projects.

Name and title of staff member with required experience:

Employer of above staff member:

Describe how the Respondent had a minimum of five (5) years of experience in financial consulting for airport terminal projects by specific terminal projects this staff member provided financial consulting. Duplicate below as required.

Terminal Project(s):

Name of Airport:

Describe Financial Consulting Services Provided:

Airport’s Contact Name: Title:

Contact Phone Number:

Airport Location: City: State:

Start Date of Financial Consulting:

Completion Date of Financial Consulting:

Terminal Project(s):

Name of Airport:

Describe Financial Consulting Services Provided:

Airport’s Contact Name: Title:

Contact Phone Number:

Airport Location: City: State:

Start Date of Financial Consulting:

Completion Date of Financial Consulting:

Capital Region Airport Authority 35Request for Qualifications - Solicitation No. 19-04

Page 36:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

g) The Respondent - Design Professional must have on staff of their business or on the staff of a sub-consultant’s business, an employee that will be assigned to the contract resulting from this RFQ, who is a Registered Architect (RA) with at least five (5) years of experience in the design of new or renovated public buildings.

Name and title of Registered Architect with required experience:

Architect’s License No. and Issuing State:

Employer of above staff member:

Describe how the Respondent had a minimum of five (5) years of experience in experience in the design of new or renovated public buildings. Duplicate below as required.

Project Name:

Name of Owner of Public Building:

Public Building Project Type (Check one): New _____ Renovated _____ Both _____

Describe Design Services Provided:

Building Owner’s Contact Name: Title:

Contact Phone Number:

Public Building Location: City: State:

Start Date of Design Services:

Completion Date of Design Services:

Project Name:

Name of Owner of Public Building:

Public Building Project Type (Check one): New _____ Renovated _____ Both _____

Describe Design Services Provided:

Building Owner’s Contact Name: Title:

Contact Phone Number:

Public Building Location: City: State:

Start Date of Design Services:

Completion Date of Design Services:

Capital Region Airport Authority 36Request for Qualifications - Solicitation No. 19-04

Page 37:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

h) The Respondent - Design Professional must have on staff of their business or on the staff of a sub-consultant’s business, an employee that will be assigned to the contract resulting from this RFQ, who has at least five (5) years of experience in the design of custom interior millwork for airports, convention centers, higher education or similar facilities.

Name and title of staff member with required experience:

Employer of above staff member:

Describe how the Respondent had a minimum of five (5) years of experience in experience in the design of custom interior millwork for airports, convention centers, higher education or similar facilities. Duplicate below as required.

Describe Interior Millwork Designed:

_

Name of Owner of Building:

Building Type (Check one): Airport _____ Convention Center _____ Higher Education _____

Describe similar type of Building if not one of the above:

Building Owner’s Contact Name: Title:

Contact Phone Number:

Building Location: City: State:

Start Date of Design Services:

Completion Date of Design Services:

Describe Interior Millwork Designed:

_

Name of Owner of Building:

Building Type (Check one): Airport _____ Convention Center _____ Higher Education _____

Describe similar type of Building if not one of the above:

Building Owner’s Contact Name: Title:

Contact Phone Number:

Building Location: City: State:

Start Date of Design Services:

Completion Date of Design Services:

Capital Region Airport Authority 37Request for Qualifications - Solicitation No. 19-04

Page 38:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

2) MINIMUM QUALIFICATIONS FOR RESPONDENT - CONSTRUCTION PROFESSIONAL:

a) What percentage [must be at least 2% of value of federally funded contact(s) resulting from this RFQ] is the Respondent - Construction Professional committing will be performed by certified Disadvantaged Business Enterprises? ____________ %

Describe how the Respondent - Construction Professional intends to meet the above DBE

commitment for federally funded contracts that result from this RFQ?

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

b) The Respondent - Construction Professional must be a State of Michigan corporation, joint venture, Limited Liability Company, partnership, or sole proprietor on or before the Response deadline for this RFQ.

Does the Respondent – Construction Professional comply with this requirement? Check one: Yes ( ) No ( )

Is documentation included with this Response? Check one: Yes ( ) No ( )

Provide location (section and page number) where above information is located: ____________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

Capital Region Airport Authority 38Request for Qualifications - Solicitation No. 19-04

Page 39:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

c) The Respondent - Construction Professional must have successfully completed as a General Contractor or Construction Manager the construction of at least two (2) projects that included the renovation of a public building that was complete in the year 2009 or later.

Describe how the Respondent- Construction Professional meets this minimum qualification by providing the below information:

(1). Name of Public Building Renovation Project #1:

Type of Contract (check one): General Contractor Construction Manager:

Public Building Owner:

Contact Name: Title:

Contact Phone Number:

Public Building Location: City: State:

Completion Date of Project:

Describe this public building renovation project or provide page number in the Response

where the project is described:

(2). Name of Public Building Renovation Project #2:

Type of Contract (check one): General Contractor Construction Manager:

Public Building Owner:

Contact Name: Title:

Contact Phone Number:

Public Building Location: City: State:

Completion Date of Project:

Describe this public building renovation project or provide page number in the Response

where the project is described:

Capital Region Airport Authority 39Request for Qualifications - Solicitation No. 19-04

Page 40:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

d) The Respondent - Construction Professional must have on staff of their business an employee who will be assigned to the contract resulting from this RFQ, who has least five (5) years of experience in providing pre-construction services to owners and cooperatively working with architectural and/or engineering firms during the design process.

Name and title of staff member with required experience:

Describe how this staff person meets the above minimum requirement. Duplicate below as required.

Project Name:

Describe Pre-construction services provided:

Describe how staff person cooperatively worked with architectural and/or engineering firms during the design process:

Name Project Owner:

Contact Name: Title:

Contact Phone Number:

Project Location: City: State:

Start Date of Services:

Completion Date of Services:

Project Name:

Describe Pre-construction services provided:

Describe how staff person cooperatively worked with architectural and/or engineering firms during the design process:

Name Project Owner:

Contact Name: Title:

Contact Phone Number:

Project Location: City: State:

Start Date of Services:

Completion Date of Services:

e) The Respondent - Construction Professional must have an employee that will be assigned to the contract resulting from this RFQ, who is a Leadership in Energy and Environmental Design (LEED) Accredited Professional (AP) as recognized by the United States Green Building Council (USGBC).

Name and title of LEED AP:

LEED AP No. and Date of Accreditation:

Capital Region Airport Authority 40Request for Qualifications - Solicitation No. 19-04

Page 41:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

f) The Respondent - Construction Professional must have on staff of their business an employee that will be assigned to the contract resulting from this RFQ, who has managed the construction related to renovation of at least two (2) existing facilities (while the facility remained occupied and operational) and where construction was complete in the year 2009 or later.

Name and title of staff member with required experience:

Describe how this staff person meets the above minimum requirement.

(1). Name of Existing Building Renovation Project #1:

Building Owner:

Contact Name: Title:

Contact Phone Number:

Building Location: City: State:

Construction Completion Date of Renovation Project:

Describe this building renovation project and how is remained occupied and operational or

provide page number in the Response where the project is described:

(2). Name of Existing Building Renovation Project #2:

Building Owner:

Contact Name: Title:

Contact Phone Number:

Building Location: City: State:

Construction Completion Date of Renovation Project:

Describe this building renovation project and how is remained occupied and operational or

provide page number in the Response where the project is described:

Capital Region Airport Authority 41Request for Qualifications - Solicitation No. 19-04

Page 42:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

3) MINIMUM QUALIFICATIONS FOR RESPONDENT – EITHER DESIGN PROFESSIONAL OR CONSTRUCTION PROFESSIONAL:

a) The Respondent – either Design Professional or Construction Professional must have on staff of their business or on the staff of a sub-consultant’s business, an employee that will be assigned to the contract resulting from this RFQ, who has experience in developing energy efficiency improvement programs for a public building or managed an energy performance contract allowed under Michigan Public Act 625 of 2012, the Cost-effective Governmental Energy Act.

Name and title of staff member with required experience:

Employer of above staff member:

Describe how this staff person meets the above minimum requirement. Duplicate below as required.

(1). Name of Project:

Building Owner:

Contact Name: Title:

Contact Phone Number:

Building Location: City: State:

Date period energy efficiency improvement program was in development or date period energy performance contract was managed: _________________to __________________

Describe services provided by staff person for above project:

Capital Region Airport Authority 42Request for Qualifications - Solicitation No. 19-04

Page 43:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SUBCONSULTANT FORM - PART 1

Failure to complete this form and/or provide the information requested may result in your Response being deemed nonresponsive and rejected without any further evaluation. Ensuring completion of the Subconsultant Form is the responsibility of the Respondent, and failure of the Respondent to timely arrange for its prospective subconsultant to complete and submit the form to the Airport Authority as part of the Response may result in its Response being deemed nonresponsive.

Are there any subconsultants to be utilized under the Design Professional’s contract(s)?

YES - You must complete Subconsultant Form - Part 1 and Subconsultant Form - Part 2 for each subconsultant*.

NO - You must complete only Subconsultant Form - Part 1.

ACKNOWLEDGED BY:

Respondent’s Name (Design Professional):

Authorized Representative’s Name:

Title:

Signature: Date: _

Are there any subconsultants to be utilized under the Construction Professional’s contract(s)?

YES - You must complete Subconsultant Form - Part 1 and Subconsultant Form - Part 2 for each subconsultant*.

NO - You must complete only Subconsultant Form - Part 1.

ACKNOWLEDGED BY:

Respondent’s Name (Construction Professional):

Authorized Representative’s Name:

Title:

Signature: Date: _

* A separate Subconsultant Form must be completed by each subconsultant anticipated to be used on the contracts at the time the Response is submitted and/or prior to the Response Deadline, unless prior alternative arrangements have been made with the Airport Authority.

Capital Region Airport Authority 43Request for Qualifications - Solicitation No. 19-04

Page 44:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SUBCONSULTANT FORM - PART 2You must submit Part 2 of this form for each subconsultant. If Respondent has more than one subconsultant, make additional copies of Part 2 of this form, as needed. Note: Both the Respondent and subconsultant must complete and sign this form.

Respondent’s Name:

Check one: Design Consultant: Construction Consultant:

State relationship, if any, between Respondent and each subconsultant:

Subconsultant’s Name: Federal Tax ID No.

Address: P.O. Box (if applicable)

City: _______ County ______________ State ____ Zip:

Phone: (___) Fax: ( _) Email: ______

Primary contact person: Phone: (_____)

List all Partners/Principals/Officers/Directors/Owners/Stockholders with 5% or more stock holdings:

Detailed description of the work to be self-performed by the subconsultant:

For purposes of federally funded contracts only, is this subconsultant certified as a Disadvantaged Business Enterprise (DBE) under the Michigan Unified Certification Program (MUCP)? Yes ( ) No ( )

Estimated Percent of Total Contract(s): % Note: For RFQs Respondents may enter “TBD”.

ACKNOWLEDGEMENTS:

SUBCONSULTANT:I acknowledge that all the above information has been completely filled out and is true.

Authorized Signature Name & Title Date

RESPONDENT:I acknowledge that all the above information has been completely filled out and is true.

Authorized Signature Name & Title Date

Capital Region Airport Authority 44Request for Qualifications - Solicitation No. 19-04

Page 45:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

Capital Region Airport Authority 45Request for Qualifications - Solicitation No. 19-04

Page 46:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

RESPONDENT INFORMATION FORM – PART 1

Failure to complete this form may result in your Response being deemed nonresponsive and rejected without any further evaluation.

Design Professional’s Business Name:

Design Professional’s Principal Office Address:

FORM OF OWNERSHIP OF BUSINESS (Check One of the below)

Corporation ( ) LLC ( ) Joint Venture ( ) Sole Proprietor ( ) Partnership ( )

If Partnership, select one of the following: Limited ( ) or General ( ) or Individual ( )

BUSINESS INFORMATION

State of Incorporation/Registration Date of Incorporation/Registration

Is the Business in Good Standing with the State of Michigan? Yes ( ) No ( )

Federal Tax ID No.

Latest Credit Rating (Specify if other than Dun and Bradstreet)

For purposes of federally funded contracts only, is this business certified as a Disadvantaged Business Enterprise (DBE) under the Michigan Unified Certification Program (MUCP)?Yes ( ) No ( )

LIST ALL PARTNERS, PRINCIPALS, OFFICERS, DIRECTORS OR OWNERS

Name: Title: _

Name: Title: _

Name: Title: _

(Duplicate additional lines if required)

LIST ALL STOCKHOLDERS (those holding 5% or more of the outstanding stock)

Name: Address: _

Name: Address: _

Name: Address: _

(Duplicate additional lines if required)

CERTIFICATION:I hereby certify that the above information is true, correct and complete. Additionally, I certify that this business neither (a) engages in investment activities in the energy sector of Iran, including the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran, nor (b) extends credit to another person or entity, if that person or entity will use the credit to engage in investment activities in the energy sector of Iran.

Authorized Signature: Date: _

Printed Name of Authorized Signer: Title: _ Capital Region Airport Authority 46Request for Qualifications - Solicitation No. 19-04

Page 47:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

RESPONDENT INFORMATION FORM – PART 2

Failure to complete this form may result in your Response being deemed nonresponsive and rejected without any further evaluation.

Construction Professional’s Business Name:

Construction Professional’s Principal Office Address:

FORM OF OWNERSHIP OF BUSINESS (Check One of the below)

Corporation ( ) LLC ( ) Joint Venture ( ) Sole Proprietor ( ) Partnership ( )

If Partnership, select one of the following: Limited ( ) or General ( ) or Individual ( )

BUSINESS INFORMATION

State of Incorporation/Registration Date of Incorporation/Registration

Is the Business in Good Standing with the State of Michigan? Yes ( ) No ( )

Federal Tax ID No.

Latest Credit Rating (Specify if other than Dun and Bradstreet)

For purposes of federally funded contracts only, is this business certified as a Disadvantaged Business Enterprise (DBE) under the Michigan Unified Certification Program (MUCP)?Yes ( ) No ( )

LIST ALL PARTNERS, PRINCIPALS, OFFICERS, DIRECTORS OR OWNERS

Name: Title: _

Name: Title: _

Name: Title: _

(Duplicate additional lines if required)

LIST ALL STOCKHOLDERS (those holding 5% or more of the outstanding stock)

Name: Address: _

Name: Address: _

Name: Address: _

(Duplicate additional lines if required)

CERTIFICATION:I hereby certify that the above information is true, correct and complete. Additionally, I certify that this business neither (a) engages in investment activities in the energy sector of Iran, including the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran, nor (b) extends credit to another person or entity, if that person or entity will use the credit to engage in investment activities in the energy sector of Iran.

Authorized Signature: Date: _

Printed Name of Authorized Signer: Title: _ Capital Region Airport Authority 47Request for Qualifications - Solicitation No. 19-04

Page 48:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

SECTION 9 – ATTACHMENTS

ATTACHMENT A – DESIGN PROFESSIONAL FORM OF AGREEMENT............................................48ATTACHMENT B – CONSTRUCTION PROFESSIONAL FORM OF AGREEMENT.............................49

Capital Region Airport Authority 48Request for Qualifications - Solicitation No. 19-04

Page 49:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

ATTACHMENT A – DESIGN PROFESSIONAL FORM OF AGREEMENT

The Form of Agreement for the Design Professional is a separate document and is not included with the originally issued RFQ but will be issued as part of an addendum to this RFQ.

Capital Region Airport Authority 49Request for Qualifications - Solicitation No. 19-04

Page 50:  · Web viewCapital Region Airport Authority. Request for Qualifications (RFQ) Solicitation. No. 19-04. f. or. Planning, Architectural/Engineering, Construction. Manager and

ATTACHMENT B – CONSTRUCTION PROFESSIONAL FORM OF AGREEMENT

The Form of Agreement for the Construction Professional is a separate document and is not included with the originally issued RFQ but will be issued as part of an addendum to this RFQ.

Capital Region Airport Authority 50Request for Qualifications - Solicitation No. 19-04