RFP Airport On Call Engineering

advertisement
GRANTS MILAN AIRPORT
1116 N. Carnutte Road
Milan, New Mexico 87021
(505) 287-4700
REQUEST FOR PROPOSALS
GRANTS MILAN AIRPORT
Opening time 3:00 PM, December 2, 2014
I.
INVITATION
The City of Grants, New Mexico (referred to herein as "Sponsor"), as owners of the Grants Milan
Airport, are requesting proposals from consulting firms ("Proposers") qualified and experienced in
the field of airport engineering.
The Sponsor plans to award a two-year contract with an additional 2 year extension. Engineering
services for any and all engineering projects subject to federal assistance under the Airport and
Airway Improvement Act of 1982 as amended. Contemplated projects under this contract may
include:
Project list
2015 Reconstruct RW 13/31 - Design Only
Maintenance Grant 15-01
Runway, Taxiway, apron pavement maintenance
2016 Apron Expansion - Design Only and Environmental
Maintenance Grant 16-01
Reconstruct RW 13/31 - Construction
2017 Apron Expansion Construction - Phase I
Maintenance Grant
New Terminal Building – Design and Construction
2018 Apron Expansion – Construction Phase II
Maintenance Grant
Prepare DBE program and goals
Prepare and update SWPPP
Environmental services, excluding project specific Environmental Impact Statements and
Environmental Assessments.
Update Airport Layout Plan
Other projects that may be approved over the 2 year period of this contract for services
The above-contemplated projects are dependent upon federal AIP funding and State Aviation
Division funding and approval of the Sponsor, so it shall be understood that some of the services
related to the above-listed projects may be deleted and that the Sponsor reserves the right to initiate
additional services not included in the initial procurement. Projects not identified in the above list
will not be eligible for AIP funding.
II.
BACKGROUND
The Grants Milan Airport is located on the west side of the City of Grants approximately 4.0 miles
of the city limits off of Airport Road, Milan NM.
The Airport is not a Certificated FAR Part 139 airport. There is no control tower.
The contract issued to the successful consultant is subject to the provisions of Executive Order
11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of the
Department of Transportation Regulation 49 CRF Part 26 (Disadvantaged Business Enterprise
Participation). DBE firms are encouraged to participate.
III.
REQUESTS FOR CLARIFICATION
Any requests for clarification of additional information deemed necessary by any respondent to
present a proposal shall be submitted in writing, via postal service, e-mail, or fax, to the
Procurement Officer’s office at the above address, referencing this request. Written requests
must be received a minimum of seven (7) days prior to the submission deadline. Any requests
received after this deadline will not be considered. All requests received prior to the deadline will
be responded to, in writing, by the Procurement Officer in the form of an addendum addressed to
all prospective respondents.
IV.
SCOPE OF WORK
Basic engineering services are utilized in four distinct and sequential phases. Proposers are
required to set out their qualifications and to propose on the following scope of work.
A.
Preliminary Phase: This phase involves those activities required for defining the scope of a
project and establishing preliminary requirements including, but not limited to, the following:
1.
Conferring with the Sponsor on project requirements, programming, finances, schedules,
early phases of the project, and other pertinent matters and meeting with FAA and other concerned
agencies and parties on matters affecting the project.
2.
Assisting the Sponsor in the preparation of necessary pre-applications, applications, and
required documents for federal grants, including Disadvantaged Business Enterprise (DBE) plan
and goals, and exhibits.
3.
Planning, procuring, and/or preparing necessary surveys, field investigations, and
architectural and engineering studies required for preliminary design considerations.
4.
Develop design schematics, sketches, environmental and aesthetic considerations, project
recommendations, and preliminary layouts and cost.
Design Phase: This phase includes all activities required to undertake and accomplish a full and
complete project design including, but not limited to, the following:
Meetings and design conferences to obtain information and to coordinate or resolve design
matters.
2.
Collecting engineering data and undertaking field investigations and surveys and
engineering and environmental studies.
3.
Preparing necessary engineering reports and recommendations.
4.
Preparing detailed plans, specifications, and cost estimates.
5.
Conducting a detailed value engineering analysis, if applicable and requested.
C.
Bidding or Negotiation Phase: This phase, at a minimum, involves providing plans,
specifications, and all bid documents. The phase also includes assisting the Sponsor in
advertising and securing bids, negotiating for services, analyzing bid results, furnishing
recommendations on the award of contracts, and preparing contract documents.
D.
Construction Phase: This phase includes all basic services rendered after the award of a
construction contract including, but not limited to, the following:
1.
Providing consultation and advice to the Sponsor during all phases of construction.
2.
Representing the Sponsor at pre-construction conferences.
3.
Providing on site construction inspection and management involving the services of a
full-time resident engineer, inspector, or manager during the construction or installation phase of a
project, and providing appropriate reports to the Sponsor.
4.
Reviewing and approving shop and erection drawings submitted by contractors for
compliance with design concept.
5.
Reviewing, analyzing, and approving laboratory and mill test reports of materials and
equipment.
6.
Preparing and negotiating change orders and supplemental agreements.
7.
Observing or reviewing performance tests required by specifications.
8.
Determining payment amounts to contractors, and assisting Sponsor in the preparation of
payment requests for amounts reimbursable from grant projects.
9.
Conducting wage rate reviews of certified payrolls.
10.
Making final inspection and submitting a report of the completed project to the Sponsor,
including "as built" drawings.
E.
Proposers may be required to provide other incidental services, or subcontract with third
party individuals or companies for such services. Incidental services include, but are not limited
to, the following:
1.
Soils investigation, including core sampling, laboratory tests, related analyses, and reports.
2.
Detailed mill, shop, and/or laboratory inspections of materials and equipment.
3.
Land surveys and topographic maps.
4.
Field and/or construction surveys.
5.
Expert witness testimony in litigation involving specific projects.
6.
Miscellaneous plans, studies, and assessment reports including environmental, noise, etc.
7.
Assist Sponsor in preparing equipment (i.e. snow removal, Airport Rescue and Fire
Fighting, etc.) specifications for procurement purposes.
V.
SELECTION PROCESS
1.
The selection process will be in strict accordance with Federal Aviation Advisory Circular
150/5100-14E, Architectural, Engineering and Planning Consultant Services for Airport Grant
Projects and 49 CFR Part 18.
2.
The Selection Committee shall consist of:
Frances R Medina, Procurement Agent
James Fisk, Special Projects Coordinator
Wesley Hobbs, Grants Milan Airport Manager
Paul Pena, Director of Public Works
3.
Communication between Proposers and any member of the Selection Committee during
the selection process, except when and in the manner expressly authorized by the proposal
documents, is strictly prohibited; violation of this requirement shall be grounds for disqualification
of the Proposers from the process. Contact with the Airport Manager is allowed for project
information and airport visits.
4.
VI.
Instructions to Proposers are attached hereto and incorporated herein.
CONTENTS OF STATEMENT OF QUALIFICATIONS
Proposers interested in the provision of engineering services to accomplish the proposed projects
should limit their Statements of Qualifications to 25 pages, exclusive of cover letters, divider tabs
or letters of transmittal containing introductory language only. The Statement of Qualifications
should include:
A cover letter.
A narrative statement detailing the Proposer’s understanding of the requirements of the Sponsor
and the capability to perform all or most aspects of the engineering projects and tasks
contemplated.
A general description of the Proposer’s firm, including company organizational structure, size of
company, recent experience in comparable airport/aviation projects, and experience with projects
funded by Federal Aviation Administration AIP grants.
Identification of those key individuals who will be involved in the contemplated projects and their
qualifications, backgrounds, experience, and specific responsibilities.
A representative list of previous clients and representative projects comparable to the proposed
planning and/or engineering projects listed above (include contact person, airport, brief project
description(s), and phone numbers.
Demonstrated capability to meet schedules/deadlines, without delays, cost escalations or overruns,
and contractor claims.
2.
The Grants Milan Airport invites firms to submit Statements of Qualifications to perform
the above-described services. Interested firms shall submit one (1) original and five (5) copies of
the proposal on or before December 2, 2014 to:
Frances R Medina, Purchasing Agent
600 West Santa Fe Avenue
Grants, New Mexico 87020
505-287-7927—x217
Proposals received after the deadline, as determined by the Purchasing Agent, will not be
considered.
3.
All proposals must be submitted in a sealed envelope and clearly marked in the lower left
hand corner: “Request for Proposals for Engineering Services at the Grants Milan Airport.”
4.
Proposals must contain the name, address, and daytime telephone number for contact
persons to whom additional selection process requests should be communicated.
Following the selection process, the proposal for the selected Proposer shall be made available for
public review, except for any items that Proposer has requested, in writing, to remain confidential
under applicable law.
VII.
SELECTION CRITERIA
Selection criteria contained in FAA Advisory Circular 150/5100-14D Chapter Two, will be
applied in the following order of importance:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Recent experience in airport planning and development projects.
Capability to perform all aspects of project.
Reputation.
Ability to meet schedules within budget.
Quality of previous airport project undertaken.
Familiarity with Sponsor and project location.
Understanding the airport and proposed projects.
Understanding the Sponsor's special concerns.
Interest shown.
Total
30 points
30 points
20 points
20 points
25 points
25 points
30 points
10 points
10 points
200 points
A short list may be developed from the submittals received. Consultants on the short list may be
asked to attend an interview prior to final selection being made. A schedule of fees will be
negotiated with the selected consultant for the services to be performed under the initial NMDOT Aviation Division or FAA grant. Subsequent fees will be negotiated on a task order basis as
additional grants are obtained.
It is the intent of the Sponsor to enter into a contract with the most qualified firm no later than
December 1, 2014. The consulting firm most qualified to perform engineering services for the
contemplated projects will be selected and consulting fees for each project will be negotiated in
accordance with FAA regulations.
KGNT Grants-Milan Municipal Airport
Grants, New Mexico, USA
FAA INFORMATION EFFECTIVE 18 SEPTEMBER 2014
Location
FAA Identifier:
GNT
Lat/Long:
35-10-02.2000N / 107-54-07.4000W
35-10.036667N / 107-54.123333W
35.1672778 / -107.9020556 (estimated)
Elevation:
6537 ft. / 1992.5 m (surveyed)
Variation:
11E (2005)
From city:
3 miles NW of GRANTS, NM
Time zone: UTC -6 (UTC -7 during Standard Time)
Zip code:
87020
Airport Operations
Airport use: Open to the public
Activation date:
08/1952
Sectional chart:
ALBUQUERQUE
Control tower:
no
ARTCC:
ALBUQUERQUE CENTER
FSS: ALBUQUERQUE FLIGHT SERVICE STATION
NOTAMs facility:
GNT (NOTAM-D service available)
Attendance: 0800-1700
FOR SVC AFT HRS CALL 505-287-4700.
Wind indicator:
lighted
Segmented circle:
yes
Lights:
ACTVT MIRL RY 13/31 - CTAF.
Beacon:
white-green (lighted land airport)
Operates sunset to sunrise.
Airport Communications
CTAF/UNICOM:
122.8
WX AWOS-3PT:
118.3 (505-287-9890)
APCH/DEP SERVICE PROVIDED BY ALBUQUERQUE ARTCC ON FREQS 124.325/288.25
(WEST MESA AND ZUNI RCAGS).
Airport Services
Fuel available:
100LL JET-A1+
SELF SERVICE FUEL WITH CREDIT CARD; FUEL TRUCK AVBL WITH JET A.
Parking: tie downs
Airframe service:
MINOR
Power plant service: MINOR
Bottled oxygen:
NONE
Bulk oxygen: NONE
Runway Information
Runway 13/31
Dimensions: 7172 x 75 ft. / 2186 x 23 m
Surface:
asphalt, in good condition
Weight bearing capacity:
Single wheel: 12.0
Runway edge lights: medium intensity
RUNWAY 13
RUNWAY 31
Latitude:
35-10.641998N
35-09.674357N
Longitude:
107-54.614215W
107-53.787683W
Elevation:
6536.9 ft.
6518.1 ft.
Gradient:
0.1%
0.1%
Traffic pattern:
left
left
Runway heading:
134 magnetic, 145 true
314 magnetic, 325 true
Markings:
nonprecision, in good condition
nonprecision, in good condition
Visual slope indicator:
2-light PAPI on left (3.00 degrees glide path)
2-light
PAPI on left (3.00 degrees glide path)
PAPI OTS INDEFLY.
Runway end identifier lights:
no
Touchdown point:
yes, no lights
yes, no lights
Obstructions: 9 ft. brush, 510 ft. from runway, 180 ft. right of centerline, 34:1 slope to clear
2 FT BRUSH, 0-200 FT FROM END OF RY, BOTH SIDES OF CENTERLINE.
3 ft.
brush, 201 ft. from runway
3-4 FT BRUSH, 50-200 FT FROM RY END, BOTH SIDES OF CNTRLN.
Airport Ownership and Management from official FAA records
Ownership: Publicly-owned
Owner:
TOWN OF GRANTS
PO BOX 879
GRANTS, NM 87020
Phone 505-287-7927
Manager:
WES HOBBS
BOX 2579
MILAN, NM 87021
Phone 505-287-4700
G-M AVIATION, FBO/LESSEE.
Airport Operational Statistics
Aircraft based on the field: 16 Single engine airplanes:
13 Multi engine airplanes: 2
Helicopters: 1
Aircraft operations: avg 91/week *
44% transient general aviation
44% local general aviation
8%
air taxi
4%
military
* for 12-month period ending 13 April 201
Download