21-021-FH Airport Engineering Consultant Services for the Middle Georgia Regional Airport (1/21/21)

December 21, 2020

Published by FHoward

Please direct questions related to this solicitation to Frank Howard, email preferred at fhoward@maconbibb.us.

 

MBE/WBE/DBE Participation: Minority, Women Owned, and other Disadvantaged Business Enterprises are encouraged to participate in the solicitation process. Additionally, respondents are encouraged to use M/W/DBE sub-consultants where possible. Small and other disadvantaged businesses requiring assistance with the competitive process can contact Sam Henderson, Director of Small Business Affairs at (478) 803-2806 or shenderson@maconbibb.us.

Macon-Bibb County is seeking a qualified aviation consulting firm to provide professional aviation/ airport planning, engineering, architectural, construction administration and other specialty services in connection with Airport Capital Improvement Plans at Middle Georgia Regional Airport.

It is the intent of Macon-Bibb County to enter into a 5-year Master agreement with a consultant. The selected consultant will negotiate and enter into sub-agreements for services, based on the scope of work, with Macon-Bibb County on an assignment-by-assignment basis during the term of the Master Agreement. The selection of the consultant is being done in accordance with FAA Advisory Circular 150/5100-14D and applicable Georgia statutes and laws.  Responding firms must possess a current prequalification by the Georgia Department of Transportation in Area Classes No. 1.08 Airport Master Planning and No. 2.09 Aviation.

The consultant and any sub-consultants proposed shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Disadvantaged Business Enterprise (DBE) utilization is strongly encouraged.  Proposed DBE firms are to be certified by the Georgia Uniform Certification Program. The consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of all Federally-assisted contracts.  Failure by the consultant to carry out these requirements is a material breach of the contract, which may result in the termination of the contract or such other remedy as Macon-Bibb County deems appropriate.

Macon-Bibb County reserves the right to reject any and all submittals in response to this Request for any reason.  Macon-Bibb County is not liable for any costs incurred by the Consultant in the preparation or presentation of a response to this request.

Invitation

Notice is hereby given that Macon-Bibb County will receive responses from qualified engineering consultants to the Request for Qualifications (original plus 4 unredacted copies and 2 redacted copies in accordance with the instructions in the “Submission Requirements” Section) in the Procurement Department, 700 Poplar Street, 3rd Floor, Macon, Georgia 31201, until 12:00 o’clock NOON at the time legally prevailing in Macon, Georgia on Thursday, January 21, 2021 for Airport Engineering Consultant Services for Macon-Bibb County.

NO LATE RESPONSES WILL BE CONSIDERED

The names of responding firms will be publicly read on Thursday, January 21, 2021 at 2:00 P.M. in the Macon-Bibb County Conference Room, located on the 3RD Floor of the Government Center at 700 Poplar Street, Macon Georgia 31201.

Definitions

Wherever the term “Owner”, “County”, “Macon-Bibb”, or “Macon-Bibb County” occurs in this document, it shall mean Macon-Bibb County, a political subdivision of the State of Georgia acting through the Macon-Bibb County Board of Commissioners.

Solicitation Documents

Announcement of this Request for Qualifications may also be posted on the Macon-Bibb County website at www.maconbibb.us/purchasing, on the Georgia Procurement Registry website https://ssl.doas.state.ga.us/PRSapp/PR_index.jsp, other pertinent websites and the Macon Telegraph newspaper.

Insurance Requirements

Insurance coverage shall be carried with an insurance company licensed to do business in the State of Georgia. All coverage should be written with an insurance company with a Best Rating of A or better. Insurance shall be obtained prior to commencement of work and shall remain in force throughout the period of the contract. Macon-Bibb County shall be named as additional insured on the policy.

Workers’ Compensation: Statutory

Errors and Omission: $1,000,000

General Liability: $1,000,000

Automobile Liability: $1,000,000

Submittals

Responses must be sealed and identified on the outside of the package as and delivered to

21-021-FH Engineering Consultant Services for the Middle Georgia Regional Airport

Macon-Bibb County Procurement Department

700 Poplar Street

Suite 308

Macon, Georgia 31201

Telephone: (478) 803-0550

Submissions may not be withdrawn for a period of one hundred-twenty (120) days after the deadline on date of closing. Macon- Bibb reserves the right to reject any and all submissions and to waive technicalities and formalities. Respondents shall carefully read the information contained herein and submit a complete response to all requirements and questions as directed. Submittals and any other information submitted in response to the RFQ shall become the property of Macon-Bibb County.

Scope of Service

Macon-Bibb County is currently under contract with Goodwyn, Mills, & Cawood, Inc. (“GMC”) to provide “aviation/airport planning, engineering, architectural, construction administration, and other specialty services in connection with Airport Capital Improvement Plans at Middle Georgia Regional Airport and Macon Downtown Airport.”  The consultant selected from this RFQ will be awarded responsibility for the work detailed herein at the Middle Georgia Regional Airport.  GMC will remain the primary consultant for the Macon Downtown Airport.  Macon-Bibb County shall have discretion to award projects not clearly falling within the below scope of work to either GMC or the consultant selected hereby based on similarity of such projects to the designated scope of work and other criteria as may be deemed appropriate under the circumstances.

The accomplishment of the work listed in the Scope of Service may be funded by multiple grants.

The Scope of Service to be included in the multi-year contract may include, but is not limited to, the following:

  1. Prepare Project Funding Applications, Capital Improvements Program (CIP) Documents and all other required submissions and documents with regard to state and federal (AIP) Airport Improvement Programs.
  2. Assist with all Airport Planning Efforts, to include the development of opportunities for aviation and non-aviation properties, with a focus on the financial diversification and stability of airport revenue streams and airport operations.
  3. Perform Design, Bidding and Negotiation, Construction Administration, and Resident Engineer Inspection Services.
  4. Assist with DBE Program Overall Goal Updates / Program Administration.
  5. Prepare/Update as necessary Airport Property Map, and Airport Layout Plan. See Exhibit “A” for Airport Layout Plan and Airport Property Map.
  6. Design, Construct and Manage Airport Runway 5-23 Extension Project.
  7. Construct/Rehabilitate Airfield Pavement and lighting.
  8. Install/Upgrade Airport Fencing and Security Systems.
  9. Prepare and Manage Airport Land Acquisition Processes
  10. Work necessary to address deficiencies, concerns, necessary improvements, in accordance with the Owner’s Environmental Assessment.
  11. Design and construct Taxiway C Rehabilitation.
  12. NAVAID Temporary Decommissioning
  13. FAA NAVAID installation and commission.
  14. Design and construct Taxiways E, E1, and E2.
  15. Design and construct South Apron Rehabilitation.
  16. Such other airport-related work as Macon-Bibb County may deem necessary.

Mandatory Conference

A pre-submission conference is scheduled for 9:00 o’clock a.m., January 7, 2021 at the Middle Georgia Regional Airport Terminal Conference Room, 1000 Terminal Drive, Macon, GA 31216. This pre-bid is mandatory; contractor must be present in order to submit a response.  Social distancing measures will be strictly enforced.

Evaluation Criteria

The following criteria summarized from FAA AC 150/5100-14E, Section 2-8, shall be used to select the consultant and therefore should be included in a Statement of Qualification:

1.     Capability to perform all or most aspects of the project. 10 points
1.     Recent experience in airport projects comparable to the proposed tasks. 10 points
2.     Key personnel’s professional qualifications, experience, and availability for the proposed project; their reputation, professional integrity, competence; and their knowledge of FAA regulations, policies, and procedures. 8 points
3.     Magnitude of projects previously undertaken 10 points
4.     Capability to complete projects without having major cost escalations or overruns. 7 points
5.     Qualifications and experience of sub-consultants regularly engaged by the consultant under consideration. 6 points
6.     Availability of key personnel for meetings, inquiry response and turnaround time, and past project management. 7 points
7.     Ability to furnish qualified inspectors, onsite project managers and/ or resident engineers for construction inspection. 8 points
8.     Understanding of the potential challenges and the sponsor’s special concerns with regard to future projects. 10 points
9.     Capability to incorporate and blend aesthetic and architectural concepts with the project design while accomplishing the basic requirements that transportation facilities be functional, safe, and efficient. 8 points
10.  In meeting the Disadvantaged Business Enterprise (DBE) contract goal, evidence documenting the consultant met the DBE goal, or by documenting that it made adequate good faith efforts to meet the DBE goal. 8 points
11.  Capability to conduct a Value Engineering (VE) study for projects that are particularly complex or have unique features. 8 points
TOTAL 100 points

 

Submission Requirements

Required information is to be presented in a manner that clearly illustrates the following:

  1. Cover Letter: The proposal shall contain a cover letter on corporate letterhead signed by an authorized representative of the company. The firm’s name, address, telephone and facsimile numbers, and signature shall be clear and legible.
  2. Team Description / Background: A general description of the submitting firm, including firm size, and general information regarding any sub-consultant firms.
  3. Organizational Chart: Include clear illustration as to the Project Manager and key personnel representing the primary firm.
  4. Resumes: Include for key personnel. Indicate each individual’s qualifications and experience.
  5. Relevant Experience: Qualifications and experience of the primary firm in the past five (5) years at general aviation and/ or commercial service airports of regional significance (i.e. GASP Level 3 or larger) similar in nature to the Macon Bibb County Airports.
  6. Proximity to the Middle Georgia Regional Airport: Geographical location of the office that will be primarily responsible for assigned projects and where the work will be accomplished, as well as the location of any supporting offices that will likely be involved in this contract.
  7. References: Contact name, agency name, and telephone number of at least four (4) current airport clients of the primary firm which are similar in nature to the Macon Bibb County airports.
  8. Regulatory Familiarity: Demonstrate familiarity with a Federal Aviation Administration (FAA) Airports District Office and a State Department of Transportation Aviation Program Office.
  9. Workload: Provide a brief summary of the primary firm’s current workload and ability to meet schedules and deadlines.

All interested parties shall submit seven (7) copies of the Statement of Qualifications, which shall contain no more than thirty (30) pages, excluding tabs and a cover letter not exceeding two (2) pages.  Submittals shall be printed single-sided on 8.5” x 11” paper. Two (2) of the seven (7) copies shall be subject to the aforementioned restrictions.

The remaining five (5) of the seven (7) copies shall be subject to the following in addition to the restrictions for the two (2) other copies. The remaining five copies shall delete or redact all identifying information regarding the interested party, it’s principals and agents, it’s place of business, description of projects completed within Bibb County, logos or slogans of the business, and other information that would allow members of the selection committee to ascertain the identity of the interested party.

A screening committee made up of members who shall not serve as members of the selection committee shall review the redacted five copies to ensure compliance and redact any non-compliant documents prior to presenting the redacted five copies to the selection committee for the purpose of allowing the selection committee to conduct an impartial review of the parties’ qualifications. The screening committee may reject non-compliant submissions or redact non-compliant portions of submissions. The selection committee shall determine whether the interested parties are qualified to provide engineering consultant services to the Middle Georgia Regional Airport.

From the pool of any and all qualified interested parties, the selection committee shall choose the most qualified consultant based upon evaluation of the redacted five submission copies, and the screening committee shall determine which interested party is the most qualified entity to provide engineering consultant services to the Middle Georgia Regional Airport.

This is a Request for Qualifications only.  Price proposals are not required at this time.

Selection Process

Qualifications will be reviewed and evaluated by a Selection Committee based on the criteria listed herein. At the discretion of the Selection Committee, consultants may or may not be invited to participate in an interview.  It is the intent of the Macon-Bibb County, Georgia to select a consultant as a result of this effort.

Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity

  1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth
  2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:

Timetables

Goals for minority participation for each trade: 27.5%

Goals for female participation in each trade: 6.9%

These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.

The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

  1. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.
  2. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Macon, Bibb County, Georgia.

Title VI Assurance

Macon-Bibb County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US. C.§§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

Incorporated by Reference:

The following statutory and regulatory requirements are a non-exhaustive list of requirements for airport improvement projects which are funded by Federal grants. These provisions are hereby incorporated by reference pursuant to the Guidelines for Contract Provisions for Obligated Sponsors and Airport Program Projects issued by the Federal Aviation Administration:

  1. Buy American Preference pursuant to 49 USC § 50101.
  2. Title VI of the Civil Rights Act (as amended).
  3. The Davis-Bacon Act 40 USC §§ 276a to 276a-7.
  4. Bidders shall not be suspended, debarred, or excluded by any Federal department or agency from participating in federally assisted projects.
  5. Bidder must satisfy the good faith requirements to meet Disadvantaged Business Enterprise standards pursuant to 49 § CFR 26.53.
  6. Foreign Trade Restrictions pursuant to 49 USC § 50104; 49 CFR part 30.
  7. Byrd Anti-Lobbying Amendment 31 USC § 1352; 2 CFR part 200, Appendix II(J); 49 CFR part 20, Appendix A.
  8. Solid Waste Disposal Act 42 USC §§ 6901-6992k; 2 CFR 200.322; 40 CFR part 247.

Request for Qualifications

Mandatory Meeting Sign-In Sheets

Addendum 1

Official Tabulation of Selection Committee Scores 21-021-FH

Latest News

More News Like This

24-017-LH, Mead Road Repairs for Macon-Bibb County (4/11/2024)

Laura Hardwick March 13, 2024
Learn More
24-014-LH, Bicentennial Park Construction Project (4/11/2024)

Laura Hardwick March 4, 2024
Learn More
24-015-LH, Building and Site Demolition Project at the Middle Georgia Regional Airport (4/4/2024)

Laura Hardwick March 4, 2024
Learn More

Was this page helpful?
TOP