GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS ON-CALL AVIATION PLANNING SERVICES The County of Montrose, Colorado is accepting Statements of Qualifications from qualified firms to provide On-Call Aviation Planning Services in accordance with the terms, conditions, and specifications contained in these documents. The County plans to award a five-year contract for planning services for any and all aviation planning projects subject to Federal assistance from the Federal Aviation Administration, as provided under Title 49, U.S.C. Section 47104, or other funding sources as applicable at the Montrose Regional Airport and Hopkins Field Airport (Nucla, CO). Each firm shall become fully informed of the extent and character of work required. All questions must be submitted via email to Susan Wheater, Montrose Regional Airport, swheater@montrosecounty.net, no later than 2:00 PM, our clock, on Wednesday, June 24, 2015. Questions received after the deadline shall not be answered. Answers to questions of general interest will be posted to the Montrose County website (www.montrosecounty.net) no later than 2:00 PM on Friday, June 26, 2015. Click the I Want To tab, then View Bids, and On-Call Aviation Planning Services to locate the Addendum. Other addenda, if issued, will be posted at any time up to 7 days prior to the SOQ submission deadline. Respondents are responsible for checking the website to ensure they have all addenda prior to submitting their SOQ, as failing to acknowledge receipt of any addenda may result in rejection of the SOQ. Sealed submissions must be delivered to Lloyd D. Arnold, C.M., Director of Aviation, Montrose Regional Airport, 2100 Airport Road, Montrose, Colorado 81401 no later than 2:00 PM, our clock, on Wednesday, July 8, 2015. SOQs must be submitted in a sealed envelope bearing the name of the firm. In the lower left hand corner, the sealed envelope must be marked On-Call Aviation Planning Services, Due 7/8/15 2:00 PM. The Respondent has sole responsibility to ensure the SOQ is received before the deadline and shall bear all risks associated with delays in the U.S. mail or delivery service. Guaranteed overnight delivery to Montrose Regional Airport may not be available from overnight carriers. Submissions received after the deadline shall not be considered. Respondents should keep a file copy of their SOQ. All SOQs submitted become the property of Montrose County and shall not be returned. Any proprietary information must be clearly identified for non-disclosure purposes. This project is solicited in accordance with the County of Montrose Purchasing Policy and Federal statutes, regulations and policies, including FAA Advisory Circular 150/5100-14D, Page 1 of 6
Architectural, Engineering and Planning Consultant Services for Airport Grant Projects and 49 CFR Part 18. MONTROSE COUNTY REQUEST FOR STATEMENTS OF QUALIFICATIONS ON-CALL AVIATION PLANNING SERVICES A. INTENT The County of Montrose, Colorado (Sponsor), owner and operator of the Montrose Regional Airport (Montrose, CO) and Hopkins Field (Nucla, CO), is requesting Statements of Qualifications (SOQ) for On-Call Aviation Planning Services from firms (Respondents) qualified and experienced in aviation planning. The Sponsor plans to award a five-year contract for aviation planning services on an asneeded basis for any and all projects subject to Federal assistance from the Federal Aviation Administration, as provided under Title 49, U.S.C. Section 47104, or other funding sources as applicable. The Sponsor s proposed projects are dependent upon Federal funding; therefore it shall be understood that some of the services related to the proposed projects may be deleted or modified. B. BACKGROUND Montrose County operates two airports. Montrose Regional Airport is located in Southwest Colorado, 1 mile north of the City of Montrose on approximately 1,121 acres. The airport enplanes approximately 97,000 passengers annually and is the air gateway to Black Canyon of the Gunnison National Park, Telluride and Crested Butte ski resorts, and the greater Montrose County region. Presently the commercial air service tenants at the airport consist of four airlines: United Airlines, American Airlines, Delta Airlines, and Allegiant Travel Co. Other tenants include one current fixed base operator (Black Canyon Jet Center), one fixed base operator under construction (MTJ FBO Partners, LLC), 6 rental car companies, 8 ground transportation companies, and assorted terminal concessions. The Montrose Regional Airport is certificated by FAA under 14 CFR Part 139, Certification of Airports, to serve air carrier passenger operations as Class I airport required to comply with ARFF Index B requirements. The airport design category is C- IV. The airport has one 10,000 x 150 asphalt runway and one 7,500 x 100 asphalt runway with approximately 27,000 operations per year. NAVAIDs include an ILS, Terminal VOR/DME, ACTVT High Intensity Runway Lighting, MALSR RY 17, REIL s RY 13-31 and 35, VASI S, and ASOS. There is no airport traffic control tower. Page 2 of 6
Hopkins Field Airport is located in Southwest Colorado, 3 miles Southwest of Nucla, Colorado. The airport provides access to the Western portion of Montrose County and Eastern Utah border. Hopkins Field is a General Aviation (GA) airfield, with a design category of B-II. It has one 4,600 x 75 asphalt runway and one 4,000 x 80 turf runway with approximately 1,600 operations per year. NAVAIDs include Medium Intensity Runway Lighting, AWOS, and Lighted Wind Indicator. There is a newly constructed 2,900 sq. ft. general aviation terminal. C. SCOPE OF WORK On-call aviation planning services may include, but are not limited to the following projects and are anticipated to be Federally-funded: Montrose Regional Airport 1. Airport Master Plan (Scope of Work has been completed. See Attachment #1. Minor changes to the Scope of Work may be permitted.) 2. Airport Geographic Information System (AGIS) Survey 3. Airport Layout Plan (ALP) Update 4. General Aviation Hangar/Development Area Conceptual Layouts 5. Airport Landside and Ground Access 6. Land Acquisition 7. Capital Improvement Plan Update 8. On- and Off-Airport Land Use 9. Airport Property Map ( Exhibit A ) Update 10. NEPA Environmental Documentation 11. Airspace and Obstruction Analysis 12. Passenger Facility Charges (PFC s) application Hopkins Field Airport 1. General Aviation Hangar/Development Area Conceptual Layouts 2. Airport Landside and Ground Access 3. Capital Improvement Plan Update 4. On- and Off-Airport Land Use 5. Airport Property Map ( Exhibit A ) Update 6. NEPA Environmental Documentation 7. Airspace and Obstruction Analysis The projects listed above may require performance of the following, or additional activities: Design study to establish framework and detailed work program Data collection Forecasting and demand/capacity analysis Requirements determination Noise study Development schedule and cost estimate Page 3 of 6
Financial planning and cost benefit analysis Participation in public information/community involvement program and/or public hearing Environmental assessment, environmental impact statement, and other study in compliance with FAA Orders 5050.4 and 1050.1 Respondents shall understand that the proposed projects are subject to availability of Federal funds and may be deleted or modified accordingly. All Federally-funded projects will comply with all Federal statutes and FAA regulation, policies, guidance and advisory circulars. D. SOQ CONTENTS Submittals should be 30 pages or less, exclusive of cover letter or letter of transmittal containing introductory language, and must include: 1. Cover letter, to include the firm s understanding of Sponsor requirements 2. Description of how the firm will accomplish all or most aspects of the Sponsor s proposed projects 3. General description of the firm, including organizational structure, size, recent experience in comparable airport/aviation projects, and experience with projects funded by Federal Aviation Administration AIP grants 4. List of firm s anticipated projects and those already in progress 5. Representative list of previous clients/projects comparable to the Sponsor s projects listed in Section C. Provide project name/description, airport name, contact person, and phone number(s). 6. Resumes of key individuals to be involved in the Sponsor s proposed projects, identifying their qualifications, backgrounds, experience and specific responsibilities 7. Evidence of the Respondent s ability to meet schedules and deadlines, without delays, cost escalations, overruns and contractor claims 8. Evidence of general liability and professional liability insurance 9. Respondent s sample proposed aviation planning agreement 10. Name, address, and daytime phone number of firm s representative(s) to contact for clarification or additional information. Page 4 of 6
E. ADDITIONAL INSTRUCTIONS 1. Respondents must submit five (5) SOQ copies in paper form, and one (1) copy in electronic form (CD or flash drive). 2. All SOQs must be produced on recyclable paper that, where possible, meets the 30% post consumer recycled material standard. 3. SOQs shall be bound by staple or binder clip and shall consist of paper only. All binders, plastic separators, non-recyclable materials, etc. are prohibited. Submittals will not be evaluated on the aesthetics of the package. 4. Submissions shall be addressed to Lloyd D. Arnold, C.M., Director of Aviation, Montrose Regional Airport. 5. All required copies must be submitted in a sealed envelope bearing the name of the firm and marked with the project name, due date/time in the lower left hand corner. 6. Following award, all submittals shall be open to the public, except for items deemed proprietary by the Director of Aviation. F. SELECTION PROCESS 1. The selection process will be in strict accordance with Federal Aviation Advisory Circular 150/5100-14D, Architectural, Engineering and Planning Consultant Services for Airport Grant Projects and 49 CFR 18. 2. The Selection Committee may consist of the Director of Aviation, the County Manager, and the Manager of Planning & Development. 3. Direct contact with County elected officials or County staff, other than as expressly authorized by the SOQ documents, is strictly prohibited and may result in disqualification from the SOQ process. 4. The County of Montrose hereby notifies all Respondents that small and disadvantaged business enterprises will be afforded full opportunity and will not be discriminated against on the grounds of race, religion, color, sex, age or national origin in consideration for award. The contract awarded to the successful consultant/engineer is subject to the provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of Department of Transportation regulations 49 CFR Part 26 (Disadvantaged Business Enterprise Participation) and to foreign trade restrictions. Qualified DBE firms are encouraged to participate. Page 5 of 6
5. Based on selection criteria listed in Section VII below, a maximum of three firms shall be invited to make formal presentations to the Selection Committee. The firm most qualified to provide aviation planning services will be selected. G. SELECTION CRITERIA Selection of consultant will be based on the following criteria, all weighted equally: 1. Capability to perform all or most aspects of the proposed projects, whether utilizing home office personnel independently and/or supported by branch office and/or outside consultants 2. Recent experience in projects comparable to Sponsor s list 3. Key personnel qualifications, experience, competence, availability, reputation, integrity, and knowledge of FAA regulations, policies, and procedures 4. Quality of planning projects previously undertaken that are comparable to Sponsor s proposed projects; quality defined as timely, satisfactory completion of projects without major cost escalations or overruns 5. Demonstrated understanding of the project`s potential problems and the Sponsor`s concerns 6. Current workload and demonstrated ability to meet schedules and deadlines H. AWARD OF CONTRACT It is the intent of the Sponsor to enter into a contract with the selected firm no later than August 1, 2015. The term of the contract shall be for a period of five (5) years. The firm most qualified to perform planning services for the proposed projects will be selected and consulting fees for each project will be negotiated in accordance with FAA regulations. Page 6 of 6