Pre-Qualification Conference PowerPoint

Pre-Qualification Conference
Airfield Pavement Rehabilitation
FY15, FY16 & FY17
Response Due Date
March 24, 2015 no later than 2:00 p.m., ET
Agenda
•
•
•
•
•
•
•
•
•
•
•
Introductions and Sign in
Project Introduction
Project Description
Scope of Services
Significant Dates
Format for Response/Evaluation Criteria
Forms Package
Project Requirements
Mistakes that could cost you
Cone of Silence
Questions
Note: A copy of the attendance sheet will be posted on the
Authority’s website
Project Introduction
RFQ Section 1.0
The Hillsborough County Aviation Authority, hereinafter referred to as
Authority, invites interested Design Professional firms, hereinafter
referred to as Respondent, to submit qualifications to provide
professional design services in accordance with Florida Statute Section
287.055 for the design of Airfield Pavement Rehabilitation FY15, FY16
& FY17 at Tampa International Airport, hereinafter known as Program.
Project Description
RFQ Section 3.0
As included in the Authority’s Capital Improvement Plan, the design and
construction of multiple airfield projects are planned over several fiscal
years and under a number of separate construction packages. The
following Program description is for the preparation of this response and
may be changed or modified by the Authority as required due to funding or
other requirements.
Project Description
The following scope of work may be included in the Program as described below:
AIRFIELD MARKINGS (See Exhibit A)
Investigate, remove & replace pavement markings for taxiways.
This scope item includes field investigations and design of airfield markings in
accordance with the latest FAA Advisory Circulars.
Exhibit A
Project Description
ASPHALT REHABILITATION (See Exhibits B-1 & B-2)
This scope of work will rehabilitate asphalt airfield pavements to the east of Runway
1R-19L. The pavements are showing signs of distress consisting of cracking,
raveling, heaving and oxidation. Also, these pavements have locations that are no
longer in accordance with the latest FAA Pavement Advisory Circular. The
rehabilitation will require the milling and overlaying of large areas of pavements
including sealing of cracks and possible base failure repairs. Areas of pavement
removal will require re-grading to maintain the current drainage patterns.
Investigation into the most appropriate methods to rehabilitate the existing FBO
aprons will also be required.
The reconstruction of the west end of Taxiway N and the connector to Runway 10-28
was designed to the 90% level under another project. This scope item will include
completion of the design and the successful Respondent becoming the Engineer of
Record.
Exhibit B-1
Exhibit B-2
Project Description
CONCRETE REHABILITATION – Airside F Apron/Taxilanes/Airfield-wide (See
Exhibit C)
Joint seal, concrete repairs and slab replacement to concrete airfield pavement
throughout the Airport will be required. This rehabilitation is a continuation of ongoing
projects to improve the condition and service life of concrete airfield pavements. The
limits of work include Airside F apron, adjacent taxilanes and miscellaneous concrete
slab replacement throughout the Airport.
Exhibit C
Project Description
CONCRETE RECONSTRUCTION - Taxiway W (See Exhibit D)
Reconstruction of Taxiway W from Taxiway W-1 to Taxiway W-5 will be required.
The existing asphalt/concrete composite section of this taxiway is showing signs of
distress and will be removed and replaced with a new concrete pavement section.
Exhibit D
Scope of Services
RFQ Section 4.0
Services for the Contract may include the following
technical expertise and others as necessary:
• Airfield Engineering
• Electrical Engineering
• Drainage Design
• Construction inspection
• Cost estimating
• Scheduling
• Land surveying
• Geotechnical engineering
• Materials testing
Significant Dates
RFQ, Section 7.0
Clarification Deadline
March 6, 2015 by 5:00
p.m.
Submit by e-mail to Tom Thalheimer, Procurement
Agent at [email protected]
Addendum Posted
March 11, 2015 by 5:00
p.m.
All addenda will be posted at www.TampaAirport.com,
Airport Business, Procurement Department, Current
Opportunities, 15-411-016
Response Deadline
March 24, 2015 by 2:00
p.m.
Label response and hand deliver per subsection 8.4
Minimum Qualification
Evaluation
March 31, 2015 at 10:30
a.m.
Authority Administrative Offices Building –
Lobby A Conference Room
Technical Evaluations
April 20, April 21 at 9:00
a.m. and April 24, 2015 at
11:00 a.m.
Authority Administrative Offices Building –
Lobby A or B Conference Rooms
Technical Interviews
April 22, 2015 at 9:00
a.m.
Authority Administrative Offices Building –
Lobby A or B Conference Rooms
Selection
June 4, 2015 at 9:00 a.m.
Authority’s Board Room
Award Part 1 Contract
August 6, 2015 at 9:00
a.m.
Authority’s Board Room
Section 9.0 Outline
Format for Response
•
•
•
•
•
•
•
•
•
•
Minimum Qualifications
Organizational Structure
Key and Support Personnel Staffing
Key and Support Personnel Project References
Key and Support Personnel Resumes
Respondent’s Experience in Work of Comparable
Scope and Complexity
Location
Estimating and Cost Control
Approach to the Program
Volume of Work
FORMS PACKAGE
RFQ, Section 15.0 Appendices
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Respondent’s Information – Appendix A.1
Minimum Qualifications – Appendix A.2
Respondent’s Team by Discipline Data Form – Appendix B
Key and Support Personnel Data Form – Appendix C
Key and Support Personnel Project References – Appendix D
Key and Support Personnel Resumes – Appendices E.1 - E.3
Respondent’s Experience in Work of Comparable Scope and Complexity –
Appendix F
Location – Appendix G
DBE Assurance and Participation – Appendix H.1
DBE Letter of Intent – Appendix H.2
DBE Good Faith Effort Worksheet – Appendix H.3
Scrutinized Company Certification – Appendix J
Acknowledgement of Addenda – Appendix M
Volume of Work – Appendix N
Project Requirements
• Florida Division of Corporations
Respondents must be authorized to do business in
the State of Florida.
1. Register with the Florida Division of Corporations (www.sunbiz.org).
2. Submit the response using the legal name listed with the FDOC.
• Supplier Registration Program
All prospective Respondents must register their business online with the
Authority:
http://www.TampaAirport.com
Airport Business
Supplier Registration
Project Requirements
• State and Federal Convicted Vendor List
‒ The respondent must not be listed on the State/Federal
Convicted Vendor List.
http://dms.myflorida.com
www.epls.gov
• FDOT Suspension List
‒ The respondent must not be listed on the Federal Department of
Transportation Suspension List.
www.dot.state.fl.us/
construction/legal/NewSuspension.shtm
Project Requirements
Article 9 - Sample Contract
• Insurance
Coverage and Minimum Limits:
– Worker’s Comp - $1,000,000 / $1,000,000 / $1,000,000
– Commercial General Liability - $10,000,000
– Business Auto Liability - $10,000,000
– Professional Liability - $5,000,000
Project Requirements
RFQ, Section 9.10
• DBE
‒ 8% participation expectancy of the total dollar amount
earned under the Contract
‒ Certified DBEs to perform useful functions
‒ Firms must be certified with the appropriate agency
as stated in the Solicitation.
‒ Assurance and Participation – Appendix H.1
‒ Letter of Intent – Appendix H.2
‒ Good Faith Worksheet – Appendix H.3
Mistakes That Could
Cost You!
• Delivering the response after the deadline.
• Assuming the Authority will not check information
provided.
• Failing to provide the information asked for in the
“Minimum Qualifications”.
• Failing to provide information about past experience
working with the Authority.
• Assuming the Authority will know what you intended.
• Not raising questions regarding requirements.
Mistakes That Could
Cost You!
• Including exclusions or modifications.
• Cutting and pasting without editing.
• Providing information that is not legible, too small or
blurry.
• Failing to register with the Authority.
• Failing to acknowledge addenda.
• Failing to sign the response.
Cone of Silence
• The cone of silence began with the advertisement of this
Solicitation and will end upon selection of the successful
Respondent by the Board.
• All inquiries/communications regarding RFQ must be
submitted to [email protected].
• Exceptions:
– Legal Affairs
• Questions