National Academies Press: OpenBook
« Previous: Appendix C - Survey Questionnaire and Results
Page 70
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 70
Page 71
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 71
Page 72
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 72
Page 73
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 73
Page 74
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 74
Page 75
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 75
Page 76
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 76
Page 77
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 77
Page 78
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 78
Page 79
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 79
Page 80
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 80
Page 81
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 81
Page 82
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 82
Page 83
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 83
Page 84
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 84
Page 85
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 85
Page 86
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 86
Page 87
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 87
Page 88
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 88
Page 89
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 89
Page 90
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 90
Page 91
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 91
Page 92
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 92
Page 93
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 93
Page 94
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 94
Page 95
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 95
Page 96
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 96
Page 97
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 97
Page 98
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 98
Page 99
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 99
Page 100
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 100
Page 101
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 101
Page 102
Suggested Citation:"Appendix D - Examples of QBS Documents." National Academies of Sciences, Engineering, and Medicine. 2019. Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery. Washington, DC: The National Academies Press. doi: 10.17226/25641.
×
Page 102

Below is the uncorrected machine-read text of this chapter, intended to provide our own search engines and external engines with highly rich, chapter-representative searchable text of each book. Because it is UNCORRECTED material, please consider the following text as a useful but insufficient proxy for the authoritative book pages.

70 A P P E N D I X D Examples of QBS Documents This appendix contains salient portions regarding qualifications-based selection (QBS) from the following documents. They are provided as examples. Readers requiring more details should contact the airport directly. • Construction manager-at-risk (CMR) request for qualifications (RFQ)—Scottsdale Airfield Improvements, Scottsdale Airport (SCF) • Progressive design–build (PDB) RFQ—Terminal 2, San Diego International Airport • PDB RFQ—Laughlin/Bullhead International Airport Monument • Indefinite delivery/indefinite quantity (IDIQ)—Managing General Contractor Services RFQ, Hartsfield-Jackson Atlanta International Airport (ATL) • IDIQ—Immediate Repairs Work Order Contracts, LaGuardia Airport (LGA) • IDIQ—Paving, ATL statement of qualifications (SOQ) evaluation checklist.

Examples of QBS Documents 71 CMR Example: Scottsdale Airfield Improvements, SCF Extract: SOQ for airfield improvement CMR project. STATEMENT OF QUALIFICATIONS AIRFIELD IMPROVEMENTS AT SCOTTSDALE AIRPORT PROJECT The City of Scottsdale is seeking a qualified Construction Manager at Risk (CMAR) to provide design phase assistance and construction services for each phase as the Construction Manager at Risk for Airfield Improvements at the Scottsdale Airport. The total estimated construction cost $15,000,000 for various projects phase over 4 to 5 years. These projects will be 95% funded by the Federal Aviation Administration (FAA); Disadvantaged Business Enterprise (DBE) utilization will be required. SECTION I—PROJECT DESCRIPTION The Airfield Improvements will consist of the construction of new and expanded areas of asphalt taxiway connectors, reconstruct existing taxiway and airport aprons, runway safety area drainage facilities, installation of new airfield lighting, signage, pavement markings, and rehabilitation of Runway 3/21 all as depicted in Exhibit “A”. The construction will occur in multiple phases. This work is contingent upon grants from the FAA. The CMAR is to provide preconstruction design phase services and to construct the various phases of the project. The City intends to enter into a design phase contract with the CMAR for each of the phased projects. At the end of each design phase, the City also intends to enter into a separate construction contract with the CMAR for construction phase services. The project will be phased consistent with the grant allocations from the FAA. SECTION II—SCOPE OF WORK The CMAR will initially provide agency support for preconstruction design phase services and may continue with a construction contract with the City to construct for one or more phases of the project as FAA grant funding becomes available. At some point during the preconstruction design phase, the CMAR will submit a complete proposal for each phase to assume the risk of delivering the project through a guaranteed maximum price (GMP) contract. If accepted, the CMAR would be responsible for construction means and methods, and will be required to solicit bids from prequalified subcontractors to perform the work. The CMAR may also self- perform certain construction work subject to competitive evaluation of cost and ability. As noted above, construction may occur over several phases, with submission of multiple separate GMPs [guaranteed maximum prices] and construction contracts each with separate Notices to Proceed (NTP). Based on the following seasonal and operational limitations, there may be substantial time delays between issuance of each respective NTP. Definition of the phases, GMP packages and the exact dates for issuance of each NTP will be determined during the preconstruction design phase, but it is anticipated that the first phase of construction is to

72 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery A. Preconstruction design phase services by the CMAR may include the following: • • • • Provide detailed cost estimating and knowledge of marketplace conditions; Provide constructability review and recommendation; Protect the owner’s sensitivity to quality, safety, and environmental factors; Creation of an approved Construction Safety Plan in accordance with Federal guidelines. B. Construction phase services by the CMAR will include: • Construct Airfield Improvements for each specified phase; • Assure that construction activities are limited to areas within the construction envelope fencing; • Coordinate with various City of Scottsdale departments, other agencies, utility companies, etc.; • Arrange for procurement of materials and equipment; • Schedule and manage site operations; • Bid, award, and manage all construction-related contracts while meeting city requirements for procurement of subcontractor and supplier bids; • Provide quality controls; • Bond and insure the construction; • Address federal, state, county, and local permitting requirements; • Assist in resolution of airport owner and tenant impacts; • Comply with all local, state, and federal environmental obligations and protect storm drains from illicit discharges; and • Maintain a safe work site for all project participants. SECTION III—PRE-SUBMITTAL CONFERENCE A pre-submittal conference for the Scottsdale Airport Airfield Improvements Construction Manager at Risk will be held on Friday, May 7th, 2010, at 1:00 P.M. at the Scottsdale Airport Terminal Building. At this meeting, staff will discuss the scope of work, general contract issues and respond to questions from the attendees. As the City staff will not be available to respond to individual inquiries regarding the project scope outside of this pre-submittal conference, it is strongly recommended that interested firms send a representative to the pre- submittal conference. SECTION IV—STATEMENT OF QUALIFICATIONS EVALUATION CRITERIA The CMAR will be selected through a qualifications-based selection process. Firms interested in providing CMAR services must submit a Statement of Qualifications (SOQ) that addresses the following issues: begin on or about September 2010. This first phase will most likely involve projects #1 through #6 as listed on Exhibit A. construction management services and general construction services. Explain the legal A. Experience and Qualifications of Firm. (30 points) 1. Provide a general description of the firm and/or team that is proposing to provide

Examples of QBS Documents 73 organization of the proposed firm or team. Provide an organization chart showing key personnel. 2. Provide the following information: a. List the Arizona professional and contractor licenses held by the firm/team. Provide the license number and explain if held by an individual or the firm. b. Identify any contract or subcontract held by the firm or officers of the firm, which has been terminated within the last five years. Identify any claims arising from a contract, which resulted in litigation or arbitration within the last three years. Briefly, describe the circumstances and the outcomes. c. If selected as a finalist for this project, you will be required to provide a statement from an A− or better surety company describing the Company’s bonding capacity. d. List the company’s construction accident/incident rate. 3. Identify at least three comparable projects in which the firm served as either CMAR, agency Construction Manager during design and construction phases (without providing construction services), or General Contractor. Special consideration will be given to CMAR firms that can demonstrate recent, similar successful projects that have included construction of airfield, airside pavements and facilities that required construction inside Airfield Safety Areas. For each project identified, provide the following: a. Description of the project b. Role of the firm (specify whether CMAR, Construction Manager or General Contractor. If CMAR or General Contractor, identify the percent of work self- performed. Also specify services provided during design phase, i.e., cost estimating, scheduling, value engineering, etc.) c. The name of your on-site construction superintendent d. Project’s original contracted construction cost and final construction cost e. Construction dates f. Project owner g. Reference information (two current names from owner with telephone numbers per project) If the project identified was either a CMAR or Design/Build Project, provide the following additional information: a. The name of the lead design firm with contact name and phone number b, The name of your Project Manager during the design phase c. The name of your Project Manager during the construction phase d. Phase of design at the time your firm became involved (i.e. 30%, 60%, 90%, etc.).

74 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery 1. Identify all key personnel for the proposed project team. For each key person identified, list their length of time with the firm and at least two comparable projects in which they have played a primary role. If a project selected for a key person is the same as one selected for the firm in answering item A.3 above, provide just the project name and the role of the key person. For other projects provide the following: a. Description of project b. Role of the person c. Project’s original contracted construction cost and final construction cost d. Construction dates e. Project owner f. Reference information (two current names from owner with telephone numbers per project) If the project identified was either a CMAR or Design/Build Project, provide the following additional information: g. The name of the lead design firm with contact name and phone number h. Phase of design at the time the individual became involved (i.e., 30%, 60%, 90%, etc.). C. Understanding of the project and approach to performing the required services. (30 points) 1. Describe how your firm’s project management approach and interaction with the design team will result in a buildable product with a “fair” construction cost. 2. Describe your firm’s project management approach and team organization that will be used during the construction phase of a typical airport CMAR project. 3. Describe your firm’s plan for providing construction cost estimates, value engineering, and constructability review at 30-60-90% design phases. 4. Describe your firm’s procedures that will be used to provide Final Buyout costs versus Guaranteed Maximum Price (GMP). 5. The sample design phase contract describes a procedure to be followed for providing the City the CMAR Subcontractor Selection Plan. Describe how you intend to implement this plan for both selections by bid and by qualifications. D. Overall evaluation of the firm/team and its perceived ability to provide the required services. (10 points) This is to be determined by the selection panel members. No submittal response is required. B. Experience of key personnel to be assigned to this project. (30 points)

Examples of QBS Documents 75 PDB Example: Terminal 2 Expansion, SAN Extract: San Diego County Regional Airport Authority Request for Qualifications (RFQ) for Progressive Design–Build Technical Submissions Terminal 2 Elevated Departure Curb/Transit Plaza/Parking Garage and Landside Modifications Part 4. SUBMISSION CONTENTS 4.1. General Responsibilities Respondent’s Submission shall remain valid for one hundred eighty (180) days from Submissions Due Date. Submissions in response to this RFQ must adhere to the format set forth herein. 4.2. Information to be Provided by Respondents Submissions shall be organized with a Table of Contents, each page numbered in the footer, each section identified and presented in the order set forth below. Submittals that are not organized in the following format may be rejected, at the sole discretion of the Authority. 4.2.1. Introduction Letter A. Include a two page (maximum) introduction of the Entity and highlights of the Submission. This summary is to be signed by an authorized representative of the Entity. For contractor(s) and A&E consultant(s) that comprise the Entity, identify the office locations in which the work will primarily be performed. B. Entity Sole Contact. Respondent shall provide an Entity single point of contact including name, email, and telephone number. C. Addendum. Acknowledge receipt of all Addenda, if any. Addenda are located in this RFQ’s Addenda section on the Authority’s website. D. Insurance. Indicate whether Respondent has or will obtain sufficient insurance coverage in the amounts necessary to perform the services requested in the RFQ as described in “Part 19, Exhibit A. Insurance Requirements for Contractor”. Respondent need not provide proof of insurance with its Submission. 4.2.2. Proposed Team Organization Respondents shall address each of the following items with respect to their proposed Package team. A. Identify the prime contractor(s) and prime A&E consultant(s) that comprise the Entity. The Entity must be comprised of Contractors and A&E Consultants that have been pre-qualified by the Authority for the design– build delivery method.

76 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery B. Describe the proposed organizational structure of the Entity and how the structure would meet the needs of the TDP and specifically the work described in the package. Without naming specific potential team members (other than members of the Entity), identify those areas where other subconsultants and subcontractors are proposed. C. Provide assignments with roles and responsibilities for key Entity staff: Identify the names of all key personnel and their respective roles. Provide a clear definition of which members will carry out specific aspects of the work. Provide an organization chart of the team including each Entity staff member. Clearly indicate the level of involvement (indicated in percent of the time dedicated to the package) for each staff member and those staff members to be colocated in the Authority Program Offices. Indicate those areas where the Respondent proposes to utilize subconsultants and subcontractors, but do not specify subconsultants and subcontractors by name. D. Provide resumes for all proposed senior project staff and indicate specific experience these persons have with Design–Build or other alternative project delivery assignments including specific experience with airport projects. Resumes should indicate the office locations of proposed project staff and those proposed to reside in the Program Office. E. Provide a table that summarizes senior project staff indicating Program Office personnel and the office locations of proposed off-site personnel. F. Provide a letter of commitment for proposed Senior Project staff to the package. Letters should be signed by each individual staff member and an officer of the company that can commit staff. Senior Project Staff shall include any staff member that is proposed to serve in a management role on the program. G. Describe your approach for determining in-house versus out-sourced subconsultants/subcontractors for Design and Pre-Construction services. The description should include the rationale for the approach. Include the names of subconsultants/subcontractors that you have successfully worked with in the past and would consider for each out-sourced professional service. List the key and special Disciplines/Services the Entity proposes to out-source such as: civil, architectural, structural, mechanical, electrical, plumbing, fire protection, and communications. Additionally, the following special disciplines are anticipated to be required for TDP implementation: signage, landscaping, baggage handling systems, security, lighting, fire alarm, and concessions planning. H. The Authority is dedicated to using small, local/regional, disadvantaged or other business enterprises on the TDP. Describe your approach for maximizing the opportunities for participation by small, local/regional, disadvantaged and other business enterprises in the TDP implementation. Cite examples of how you addressed your commitment to including such firms on previous projects and the results that were obtained.

Examples of QBS Documents 77 effectively and specific reasons for their success. The discussion should define specific goals that were set for the projects offered as successful examples. Also describe challenges experienced by the team and how these challenges will be overcome on TDP implementation. 4.2.3. Technical Approach for the Performance of the Work (Including Package Implementation Work Plan) Respondents shall address each of the following items in relation to their approach to perform the work. A. Provide a comprehensive narrative description of your proposed scope of services for design, preconstruction, and construction phases. The description should include a list of proposed tasks and services with explanation of their performance. B. Identify and discuss the challenges and opportunities associated with the package and Program, including interface with other concurrent Program package teams on a constrained construction site. C. Describe your approach for developing a Design to Budget and package Implementation Work Plan that provides an overall description of how design, preconstruction, and construction phase services will be planned and provided including Package sequencing, schedule, and cost elements. D. Describe your approach to effectively communicate the package design and construction to all Stakeholders, including: 1. Owner, 2. Tenants, 3. Users, 4. Designers, 5. Agencies and Associations, etc. Describe your use of information technology systems and ePM systems defined in Section 3.1. E. Describe your process for moving the design forward on a Progressive Design-Build delivery method. This should address: 1. Owner decision making 2. “Locking in” design 3. Utilization of a collaborative Designer/Contractor/Owner approach 4. How you work with local Building Departments to obtain necessary permits when you execute a Progressive Design– Build project 5. Change management F. Describe how your approach to construction will facilitate efficient implementation of the package in a busy commercial airport operating environment. G. Describe your approach for design and construction to expand the existing facility which will require integrating with the existing facilities and connections to the existing facility. I. Discuss the current and past experience of the Entity member firms working as a project team. Provide examples and include in your discussion if the members of the Entity succeeded in achieving project goals

78 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery 4.2.4. Management Approach Respondents shall address each of the following specific items regarding their approach for the management of the work. A. Management of the package within the established budget and schedule, including controls and reporting. B. Plan to address labor resources to ensure that adequate labor resources are available to avoid potential cost and schedule impacts. C. Execution of a formal Outreach Program (by an independent outreach firm) for maximum engagement of local/regional and small subconsultants and sub-contractors for use during the pre-construction phase services. D. Meeting Authority requirements for selecting contractors for physical construction based on an open book, competitive bid process. E. Strategies for conflict resolution, claims mitigation, and risk mitigation. F. Strategies to obtain a thorough and clear understanding of an Owner’s goals and objectives for the TDP and deliver results based on that understanding. 4.2.5. Special Experience Respondents should address each of the following items regarding their experience with special aspects of the package. A. The Authority intends to fully implement and utilize a model-based project management approach wherein both building information modeling (BIM) techniques and virtual design and construction (VDC) practices will facilitate the design and construction of the Terminal Development Program. Provide evidence of a successful history on prior BIM/VDC projects with similar scopes of work including your commitment to model- based project management and delivery approach. Additionally identify challenges and opportunities associated with team’s experience in using BIM/VDC, Mechanical, Electrical & Plumbing (MEP) & fire protection coordination (interference detection), model-based cost estimating (5D), and construction simulation (4D). The commitment to use BIM/VDC must extend to the entire team. Indicate software proposed to be used, including team’s prior experience and number of personnel trained in utilizing the proposed software. 1. Include a specific listing of prior projects, with related projects’ details. 2. Describe who will develop which models, how the evolution of these models will be coordinated, and how the model data will be maintained. 3. Explain how variations in the actual constructed/installed work will be documented and how and when these will be incorporated into the project model. H. Discuss how you will maximize the use of the attributes and overcome challenges of the Design–Build delivery method to facilitate successful program performance.

Examples of QBS Documents 79 B. Discuss your specific experience and capability to integrate LEED certification initiatives into the TDP implementation. Discuss the challenges and opportunities presented by those LEED strategies contained in Section L of the Program Document Executive Summary (PDES). Address the following items: 1. Describe your commitment to sustainability and green building, specifically itemizing green building initiatives that are frequently utilized by your projects. 2. Describe how you envision this project could spur interest and foster additional educational capacity with the local community during design and construction. 3. Describe your experience with LEED projects that are similar in scope to the TDP. Include project name, size in square feet, construction value, LEED certification achieved with the specific date, and type of project. 4. Describe your approach to facilitate a cost-effective process for obtaining various levels of LEED certification. C. Discuss your approach for the commissioning process of the facilities during pre-construction, construction and close-out phases. Address the following items: 1. Describe your approach to the commissioning process of a building this size as it relates to each phase of the project, including pre- design, pre-construction, construction, and close-out. 2. Describe your approach to the commissioning process (including special LEED defined requirements) and describe specific, positive examples and outcomes that you have experienced that resulted from the commissioning process. D. In addition to Programmatic Document (PD) discussed in part 2 of this RFQ, several supplementary technical documents have been prepared that include Performance Specifications, Simulation Analysis, and Phasing E. Discuss your specific experience, capability, and approach to provide for and integrate with existing ePM systems as defined in Section 3.1. What objectives and benefits would you expect to achieve through such integration? F. Describe your experience implementing facilities with highly technologically advanced systems such as those described in Section D, paragraph series J and K of the PDES (i.e., common use and special systems). 4. Collaboration between the designer, contractor, and owner is paramount for the success of a Design–Build project. Describe how BIM could be utilized to enhance the team experience in this collaborative process. requirements. Performance Specifications are developed to define the characteristic of entire program facilities in qualitative and performance terms. Discuss your capability and approach for integrating owner provided performance/technical criteria. Include a specific listing of successful projects where your stated approach was utilized.

80 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery 4.2.6. Mandatory Requirements Respondents shall address each of the following items that demonstrate their ability to meet basic expectations for the package. In order to be considered responsive to this RFQ, each of the following items must be satisfied. A. Bonding Capacity: Attach a notarized statement from an admitted surety insurer (approved by the California Department of Insurance) and authorized to issue bonds in the State of California, which states: a) that your current bonding capacity is sufficient for the package for which you are submitting, and b) your current available bonding capacity. Terminal Development Program—Package 2 Required Bonding Capacity Sub-package 2A Terminal 2 Elevated Departure Curb/Transit Plaza/Parking Garage Construction Cost of $250 mil.-$500 mil. Sub-package 2B Terminal 2 Landside Modifications Construction Cost of $50 mil.-$100 mil. Total Bonding Capacity Construction Cost of $300 mil.-$600 mil. B. C. Other Requirements: Document the Respondent’s ability to perform the anticipated volume of work considering the Respondent’s ability to perform the anticipated volume of work considering the Entity’s current and anticipated workloads. Provide a summary of company staff resources by discipline and trade. 4.2.7. Attachments All Submissions received will be date-time stamped with the Authority’s time clock located at the final destination. Submissions not received by the Due Date and time at the designated destination shall be rejected as late, there is no grace period. Part 8. EVALUATION AND SELECTION PROCESS This RFQ process is being undertaken to enable the Authority to identify and recommend a Respondent finalist to provide services that are the subject matter of this RFQ. A preliminary review of the basic responsiveness of the Submissions will be conducted to ensure that all requirements of the RFQ have been met. Experience Modification Rate: Provide the current Experience Modification Rate (EMR) issued from your workers’ compensation insurance carrier. Provide a written explanation of an EMR above 1.0. Print, complete, and submit with your submission attachments A, B, and C, which are included in this RFQ. For attachment C, provide a minimum of two (2) references to substantiate the information the Respondent has included in Sections 4.2.3 and 4.2.5 of their Submission. Include Project cost, and identify the Project owner, contact name and address, current phone number, facsimile number and e-mail address. For each reference, indicate the relevant parts of Sections 4.2.3 and 4.2.5 that apply. It is the Respondent’s obligation to validate the contact information for references.

Examples of QBS Documents 81 8.1 Evaluation Committee An evaluation committee (Committee) established by the Authority will review the Submission in accordance with the Submission Contents, Submission Requirements, and the Evaluation Criteria set within this RFQ. The Committee may ask the Respondent to supplement their Submission with additional information. The Committee may short-list Respondents for this RFQ to determine the highest ranked Respondents to interview. The Committee will consist of approximately five (5) to nine (9) members from within and/or outside the Authority. 8.2 Evaluation Criteria A total of 150 points may be awarded. In addition to the 150 points, Respondents must receive a “Pass” rating for “Mandatory Requirements” included in Section 4.2.6. Criteria Importance (points) Proposed Team Organization 30 Technical Approach 50 Management Approach 40 Special Experience 30 Mandatory Requirements Pass/Fail 8.3 Interviews Submissions will be evaluated to determine whether the Authority will invite Respondent to interview with the Authority. Respondents must be prepared to participate in a four (4) hour interview. The personnel with the primary responsibilities to perform the scope of work should attend the interview, including key representatives of the contractor and design firms. The interview will generally be structured as follows: Interview Segment Allocated Time Presentation by Proposing Entity 45 minutes Questions & Answers 45 minutes Owner posed question/problem solving by Entity 60 minutes Discussion of Entities resolution to problem 60 minutes A total of 100 points may be awarded for interviews. Interview Segment Importance (points) Presentation by Proposing Respondents 25 Questions & Answers 25 Respondent’s resolution to problem 50 The Criteria score will be combined with the Interview Segment score to identify the highest ranked Respondent; 250 points is the maximum score that can be achieved by a Respondent.

82 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery PDB Example: Airport Monument, IFP Extract: Laughlin/Bullhead International Airport PDB RFQ MOHAVE COUNTY AIRPORT AUTHORITY, INC. REQUEST FOR QUALIFICATIONS New Airport Entrance Monument Sign at Laughlin/Bullhead International Airport Bullhead City, Arizona Design–Build Services (One-Step) Mohave County Airport Authority, Inc. (MCAA) is seeking a qualified Design-Build Team (DB Team) to provide design–build services for the design, permitting and construction of a new airport entrance monument sign for Laughlin/Bullhead International Airport (IFP), Bullhead City, Arizona. SECTION I—PROJECT DESCRIPTION Laughlin/Bullhead International Airport is located east of the Colorado River, in Bullhead City, Arizona. The airport is accessed from either a northern or eastern entrance from the Bullhead Parkway onto Laughlin View Drive. The new airport entrance monument sign will be located at the northern entrance. SECTION II—SCOPE OF WORK The DB Team will be responsible to complete the design and the construction of an airport monument sign at the northern entrance to Laughlin View Drive from the Bullhead Parkway, where designated by MCAA. The design and/or construction elements shall include, but are not limited to the following: • Coordination with MCAA, City of Bullhead City, Mohave County, Arizona State Land Department (ASLD) and local utilities. • Required Permit preparation and approvals including Right of Way/Encroachment. • Design and Construction of New Airport Entrance Monument sign to meet MCAA’s budget expectations (with consideration of the following): 1. Sign shall incorporate airport name and may include airport logo. 2. Sign to be lit at night; this is dependent on available budget. 3. Solar power for the lighting is acceptable since there is no immediately available power source. 4. Preferred design is a concrete/masonry sign with stone veneer and raised letters. 5. Airport would like the message on both sides of the sign, so it can be seen by traffic from both directions. 6. Ideal Sign dimensions: • Height of approximately 10' • Length of approximately 10'-15'

Examples of QBS Documents 83 SECTION III—PRE-SUBMITTAL CONFERENCE There will be no pre-submittal conference for this project. Any questions regarding this Request for Qualifications (RFQ) must be submitted in writing to Mr. Jeremy Keating, Airport Director, Mohave County Airport Authority Inc. no later than October 18, 2016. Questions may then be responded to by written amendment to this document. Oral statements or instructions shall not constitute an amendment to the RFQ. SECTION IV—STATEMENT OF QUALIFICATIONS EVALUATION CRITERIA The DB Team will be selected through a one-step qualifications-based selection process for the final selection of a top-rated Contractor to whom a Contract will be awarded. Firms interested in providing DB services must submit a Statement of Qualifications (SOQ) that addresses the following criteria: A. General information (5 points) 1. Provide a general description of the firm and/or team that is proposing to provide design–build services. Explain the legal organization of the proposed firm or team. Provide an organization chart showing key personnel. 2. Provide the following information: a. List the Arizona professional and contractor licenses held by the firm/team and the key personnel who will be assigned to this project. Provide the license number and explain if held by an individual or the firm. b. Identify any contract or subcontract held by the firm or officers of the firm, which has been terminated within the last five years. Identify any claims arising from a contract which resulted in litigation or arbitration within the last three years. Briefly describe the circumstances and the outcomes. c. If selected as a finalist for this project, you will be required to provide a statement from an A– or better surety company describing the Company's bonding capacity. B. Experience and qualifications of the firm/team (20 points) 1. Identify at least three (3) comparable projects in which the firm served as either the designer of record, general contractor, or member of a DB team. Special consideration will be given to firms that have lead DB teams on similar successful projects. For each project identified, provide the following: a. Description of the project b. Role of the firm (specify whether Design–Builder, Construction Manager or General Contractor). If Design–Builder or General Contractor, identify the percentage of self-performed work. Also specify services provided during design phase (i.e. cost estimating, scheduling, value engineering, etc.) c. Project's original contracted construction cost and final construction cost

84 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery d. Construction dates e. Project owner f. Reference information (two current names with telephone numbers per project) 2. List of all projects where the firm/team provided DB services, Construction Manager at Risk, agency construction management, or general construction services in the last five years, either completed or ongoing. C. Experience of key personnel to be assigned to this project (25 points) 1. For each key person identified, list their length of time with the firm and at least two comparable projects in which they have played a primary role. If a project selected for a key person is the same as one selected for the firm, provide just the project name and the role of the key person. For other projects provide the following: a. Description of project b. Role of the person c. Project's original contracted construction cost and final construction cost d. Construction dates e. Project owner f. Reference information (two current names with telephone numbers per project) 2. List any proposed consultants, including key staff names and the experience and qualifications of these individuals. D. Understanding of the project and approach to performing the required services. (30 points) 1. Discuss the major issues your team has identified on this project and how you intend to address those issues. 2. Describe your firm's project management approach and team organization during design and construction phase services. Describe systems used for planning, scheduling, estimating and managing construction. Briefly describe the firm's experience on quality control, dispute resolution, and safety management. E. Principal office location and local participation (10 points) The MCAA desires strong local participation in this project. Describe your firm's approach to maximize utilization of local resources, to include as a minimum, local suppliers, equipment providers, subcontractors, and laborers. Identify the location of the firm's principal office and the home office location of key staff on this project. Identify local (i.e., presently living in or relocating to Mohave County) vs. non-local staffing of your team, and the percent of their work expected to be done locally. F. Overall evaluation of the firm/team and its perceived ability to provide the required services. (10 points) This is to be determined by the selection panel members. No submittal response is required.

Examples of QBS Documents 85 SECTION VI—SELECTION PROCESS AND SCHEDULE The successful DB Team will be selected in a one-step qualifications-based selection process. Interested firms will submit a SOQ. A selection committee will evaluate each SQQ according to the criteria set forth in Section IV above. MCAA may perform a due diligence process on the firm(s) receiving the highest evaluation on these SOQs. Finalists may be invited to participate in detailed interviews. An interview invitation letter will provide the evaluation criteria to be used if it is determined interviews will be conducted. At the conclusion of the selection process, each of the rated elements for each firm will be evaluated to determine the Best Qualified for the project. MCAA will enter into negotiations with the selected firm and execute a contract upon completion of negotiation of fees and contract terms. If MCAA is unsuccessful in negotiating a contract with the best-qualified team, MCAA may then negotiate with the second or third most qualified team until a contract is executed or may decide to terminate the selection process. The DB Team will deliver the project through a guaranteed maximum price contract. The DB, which may or may not self-perform the work, will be responsible for construction means and methods for delivery of the completed work.

86 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery IDIQ Example: Managing General Contractor Services RFQ, ATL Extract: Hartsfield-Jackson Atlanta International Airport Managing General Contractor Services RFP Part 2: Contents of Proposals/Required Submittals 1. General Contents of Proposals: A Proponent must submit a complete Proposal in response to this RFP in the format specified in this RFP; no other format will be considered. A Proposal will consist of two (2) separate documents: 1.1 Informational Proposal; and 1.2 Base Employee Classifications/Fully Burdened Hourly Billing Rates Proposal (attached to this RFP as Form 9). Information contained in the Base Employee Classifications/Fully Burdened Hourly Billing Rates Proposal will be incorporated into any Services Agreement that may be awarded pursuant to this procurement and any Task Order issued under that Services Agreement, as appropriate, if a Services Agreement is awarded. 2. Informational Proposals: An Informational Proposal is comprised of 2 sources of information: 2.1 Information drafted and provided by a Proponent (to be submitted in a Volume I to a Proposal); and 2.2 Information provided by a Proponent on forms provided by the City (or required to be created by a Proponent) in this RFP (to be submitted in a Volume II to a Proposal and, to be submitted in a separate sealed envelope.) 3. Information Required to Be Included in Informational Proposal: 3.1 Summary: The following is a summary of information required to be contained in an Informational Proposal: 3.1.1 Forms Attached to this RFP at Part 4; Form 1: Illegal Immigration Reform and Enforcement Act, to be submitted on the top of the Proposal: A completed Affidavit, set forth in Part 4; Form 1; Illegal Immigration Reform and Enforcement Act Forms, must be submitted on the top of the Proposal at the time of submission, prior to the time for opening the Proposal. Under state law, the City cannot consider any Proposal which does not include completed forms. 3.1.2 Information Drafted and Provided by a Proponent: This information should be included in a Volume I to a Proposal: 3.1.2.1 Title Page; 3.1.2.2 Executive Summary; 3.1.2.3 Experience and Past Performance; 3.1.2.4 Quality Control Plan Approach; 3.1.2.5 Procurement Plan, Equal Business Opportunity (EBO); 3.1.2.6 Safety Record and Experience and 3.1.2.7 Surety Letter Regarding Bonding History 3.1.3 Information Provided by a Proponent on Forms Provided by the City: This information should be included in a Volume II to a Proposal, except as otherwise noted:

Examples of QBS Documents 87 3.1.3.1 Forms attached to this RFP at Part 4: 3.1.3.1.1 Form 1: Illegal Immigration Reform and Enforcement Act Forms 3.1.3.1.2 Form 2: Systematic Alien Verification for Entitlements Program Affidavit; 3.1.3.1.3 Form 3: Disclosure Form and Questionnaire; 3.1.3.1.4 Form 4: Proponent/Bidder Financial Disclosure; 3.1.3.1.5 Form 5: Acknowledgment of Insurance Requirements; 3.1.3.1.6 Form 6: Proof of Insurance Coverage; 3.1.3.1.7 Form 7: Acknowledgment of Addenda; 3.1.3.1.8 Form 8: List of Clients; 3.1.3.1.9 Form 9: Base Employee Classifications/Fully Burdened Hourly Billing Rates Proposal; 3.1.3.1.10 Form 10: Proponent Contact Directory; and 3.1.3.1.11 Form 11: Fee Acknowledgement Letter 3.1.3.2 Forms attached to the Services Agreement attached to this RFP at Part 5: Appendix A; City’s OCC Programs; Office of Contract Compliance Submittals. 3.1.3.3 Forms attached to the Services Agreement attached to this RFP at Part 5 to be submitted in a separate sealed envelope: Form 9: Base Employee Classifications/Fully Burdened Hourly Billing Rates Proposal. 3.2 Information Requirements Details: The following is a more detailed summary of the requirements of certain portions of the Informational Proposal: 3.2.1 Title Page: The title page must contain the name of this Project: “PROJECT NUMBER FC-6311; MANAGING GENERAL CONTRACTOR SERVICES.” The Title page must identify the lead Person acting on behalf of the Proponent, including his/her contact name, address, e-mail address, phone number and facsimile number. The Title page must contain at a minimum the following information: Complete legal name of the Proponent, the names of the legal entities that comprise the Proponent, if it is a joint venture or partnership or other business entity whose ownership interests may be vested in business or other legal entities. 3.2.2 Executive Summary: The purpose of the Executive Summary is to provide an overview of the Proponent’s qualifications to be considered for an award of a Contract for this procurement. At a minimum, the Executive Summary must contain the following information: 3.2.2.1 Complete legal name of the Proponent and the address of its primary business headquarters; 3.2.2.2 General description of the Proponent, including its history and certifications (years in business, licenses held, association memberships, etc.); 3.2.2.3 The general and specific capabilities and experience of the Proponent that it believes will benefit the City;

88 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery 3.2.2.4 Any awards or other special acknowledgments received by Proponent for excellence in construction services, and any other unique capabilities or areas of specialization the Proponent wishes the City to consider; 3.2.3 Experience and Past Performance: The City requires that each Proponent be capable of self-performing or managing the work including managing all subcontractors/subconsultants or similar persons or entities. Each Proponent must submit the following information to demonstrate its experience in these two key aspects of the work: 3.2.3.1 Full time employees of the Proponent (including administrative staff) to include position, years with Proponent, and licenses or certifications held; 3.2.3.2 The physical resources the Proponent owns, including equipment, vehicles, temporary office trailers, etc. (include the year and model when identifying equipment and vehicles); 3.2.3.3 A matrix identifying 5 projects the Proponent, as a General Contractor, has completed during the past 5 years. The matrix must include: 3.2.3.3.1 The name of the project; 3.2.3.3.2 The value of the contract under which Proponent worked; 3.2.3.3.3 Start and end dates of the project; 3.2.3.3.4 Brief description of the project, including size and major work components; 3.2.3.3.5 Description of work performed by the Proponent; 3.2.3.3.6 Number of subcontractors/subconsultants managed by the Proponent and the work performed by those subcontractors/ subconsultants; 3.2.3.3.7 Owner references for each project, including contact name and telephone number; 3.2.3.3.8 Indicate the number of change orders required to complete the project and the value, individually and collectively, of the change orders 3.2.3.3.9 Equal Business Opportunity (EBO) goals for each project and actual participation achieved by Proponent; and 3.2.3.3.10 Safety performance (specifically identify any lost time accidents, work suspensions due to unsafe conditions, etc.). 3.2.3.4 Identify any airport construction experience Proponent has accomplished including experience at the Airport. 3.2.4 Resumes and Experience: Identify the individuals the Proponent will use to fill the following positions: Principal-in-Charge, Project Manager,

Examples of QBS Documents 89 Safety Manager and Construction Superintendent. Submission of these names constitutes a commitment to use these individuals if the Proponent is awarded a Contract, and changes may be made only with the prior written consent of the City. In the event there is need to replace key team members during the term of any Contract awarded, if any, Proponent must describe its back-up personnel plan. For each person listed, submit a written resume, not exceeding 2 pages per person, organized as follows: 3.2.4.1.1 Name and title; 3.2.4.1.2 Professional background; 3.2.4.1.3 Current and past relevant employment; 3.2.4.1.4 Education; 3.2.4.1.5 Certifications; 3.2.4.1.6 List of 3 relevant projects, including client name, project description, project value, role of the individual, project completion date, reference contact name, phone number and e-mail address. 3.2.5 Quality Control Plan Approach: Describe the management process the Proponent will implement to ensure all work and services performed are of the highest quality. The approach should include a description of the Proponent’s process as it pertains to shop drawings, product and materials submittals, inspection of subcontractor/subconsultant work and materials, means and methods of conducting Quality Control testing, etc. Describe the Proponent’s corrective action plan. Describe how the Proponent’s organizational structure supports this plan and clearly identify responsible and accountable parties (Do not provide the Proponent’s existing Quality Control Manual). 3.2.6 Procurement Plan, Equal Business Opportunity (EBO): Proponent must submit a detailed approach to the procurement of subcontractors/subconsultants, materials, supplies and equipment required to complete a project. Proponent must provide its plan for achieving, at a minimum, the City EBO participation goals including a plan for good faith outreach efforts. The plan must address the bonding requirements it will require of the subcontractors. 3.2.7 Safety Record and Experience: Each Proponent must demonstrate that it is committed to implementing a first rate safety program and that it has an exceptional safety and environmental record. Each Proponent and its proposed subcontractors/subconsultants must submit their current Experience Modification Rate (EMR). If an EMR is not available, each Proponent and its proposed subcontractors/subconsultants must submit a written statement detailing each one’s safety records on its last 5 projects, including contact names and phone numbers where the City can verify the safety record statement. Each Proponent must provide a Log and Summary of OSHA violations and any fines or settlements for the past 36 months. Attach OSHA Form 300A—Work Related Injuries and Illnesses, as required by the U.S. Department of Labor, for the past 36 months (Provide

90 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery 3.3. Each Proponent must submit a Base Employee Classifications/Fully Burdened Hourly Billing Rates in the form attached to this RFP as Form 9. The Base Employee Classifications/Fully Burdened Hourly Billing Rates are subject to review and negotiation. 3.4. Fee. The owner has elected to establish a fixed fee percentage of 7.5% for self- performed work and management of subcontractors. Proponents must submit a document concurring with the established fee on company letterhead and signed by principal(s) of the represented firm(s), as directed on Form 11. 4. Financial Disclosure: The Proponent must provide a financial profile including all information required in Part 4, Form 4, “Proponent/Bidder Financial Disclosure”. OSHA Recordable Incident Rate (Year 2010) and OSHA Lost Days Away Incident Rate (Year 2010). This is applicable to site construction and installation activities only. (Do not submit the Proponent’s Safety Manual.)

Examples of QBS Documents 91 IDIQ Example: Maintenance and Repair Work, PANYNJ Extract: Port Authority of New York & New Jersey Immediate Repairs Work Order Contracts III. SUBMITTAL INSTRUCTIONS AND CONTENT A. Requirements To be considered for prequalification, the Respondent must demonstrate to the satisfaction of the Chief Engineer of the Authority that it meets the minimum requirement of this RTQ as stated in sections IIIA1 and IIIA2. Company brochures alone shall not be submitted for the purpose of demonstrating experience and technical expertise. Submittals must be tailored to the specific requirements of this RTQ as per Scope of Work indicated in Section IIA and IIB of this RTQ. If the Respondent cannot demonstrate that it meets all of the below mentioned qualifications, then the Respondent may with others form a joint venture and request that the joint venture be pre-qualified as set forth herein. 1. Minimum Experience of the Firm: The submitting entity must demonstrate that it has as a heavy or building general contractor, a minimum of 5 year(s) construction experience on contracts comparable in size, type and complexity to that described in paragraph IIA&B. The prospective bidder must also demonstrate: A. That during the last 5 years it has successfully completed or substantially completed as a prime or general contractor at least one (1) contract of size, type and complexity comparable to that indicated in Paragraph II.A&B above, each in excess of approximately $1.5 million. B. Have a minimum of three (3) years experience in performing work as the prime contractor for steel repairs of various structure types including bridges, buildings and waterfront structures during the last five (5) years. C. It had at least 1 previous contract, during the last three (3) years, showing it owns or has the capability to provide equipment, sufficient labor forces, to successfully complete the work and maintain multiple responses. D. It has a minimum of three (3) years experience in performing work on a Call-In Basis or Emergency Response on a 24 hour/7 days a week basis. The firm may also qualify if, during the time period as stated above, the prospective bidder or persons or entities owning and controlling the prospective bidding firm, shall have satisfactorily performed, as owning and controlling another firm, having completed services of similar scope to those required under this Contract. The work must have been completed skillfully in a satisfactory manner and on time. 2. Minimum Qualifications of the Project Manager and Superintendent The firm’s Project Manager and Superintendent must each have a minimum of ten (10) years construction experience on contracts comparable in size, type and complexity to those outlined in Paragraph II.A & B and Paragraph IIA1. Please provide resumes.

92 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery B. Submittals The following items must be submitted in order to be considered for qualification on this project: 1. Attachments In order to expedite the evaluation of the qualification information furnished, the prospective bidder must complete and submit the attached documents. Responses that fail to adhere to this stipulation may be excluded from consideration. The following attachments are incorporated herein and must be submitted: A. Contractor’s Qualification Statement B. Agreement on Terms of Discussion C. PA 4354—“Code of Ethics for Port Authority Vendors— Compliance Certification.” 2. Performance and Payment Bond The prospective bidder must be able to obtain a Performance and Payment Bond for the full amount indicated in Paragraph IIB from a surety company whose name appears on the current list of the Treasury Department of the United States as acceptable as a surety upon federal contracts. A letter from the surety company must be submitted with this RTQ. 3. Experience Modification Ratio The prospective bidder must submit a copy of the Experience Modification Ratio (EMR) for itself and for each of its named subcontractors as a measure of the respondent’s safety record. If the ratio exceeds 1.2, a written explanation shall be provided. 4. Required Licenses/Certifications The Contractor and/or proposed sub-contractors must have all required applicable New York State and/or New York City and New Jersey State certifications and/or licenses to perform the work in accordance with codes, rules, and regulations if applicable. 5. Joint Ventures The Authority will entertain requests for prequalification from a joint venture. If a joint venture is pre-qualified to submit bids, or if two or more entities separately pre-qualified to bid elect to submit a bid as a joint venture, all participants in the joint venture shall be bound jointly and severally and each participant shall execute the bid. If the prospective bidder cannot demonstrate that it meets all of the referenced qualifications, then the prospective bidder may with others form a joint venture and request that the joint venture be deemed to be the prospective bidder (i.e., members of the joint venture may meet the qualification requirement collectively). 6. Code of Ethics for Port Authority Vendors The Respondent’s attention is directed to the Port Authority’s “Code of Ethics for Port Authority Vendors” (the “Code”). Vendors must certify in writing that they will comply with every aspect of this Code. The Compliance Certification is a material and integral part of this Contract. The Contractor’s Compliance Certification must be executed, and provided to

Examples of QBS Documents 93 C. Performance Evaluation for Construction Contractor Source Selection Policy In accordance with the Authority’s “Performance Evaluation for Construction Contractor Source Selection Policy,” which can be found at https://www.panynj.gov/business-opportunities/become-vendor.html, Respondents should be aware that Port Authority will consider any Respondent’s Unsatisfactory or Marginal Performance Evaluation as an important factor in determining whether the Respondent is deemed qualified, or recommended for ultimate contract award. the Port Authority, before the Contractor begins work under this Contract and before it receives payment in connection with a Port Authority project. The Code of Ethics and the Compliance Certification can be found on the Port Authority’s website at https://www.panynj.gov/business- opportunities/become-vendor.html. An executed Compliance Certification should be submitted with the response.

94 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery IDIQ Example: QBS Evaluation Checklist, ATL Part 3: Evaluation of Qualification Statement All Qualification Statements will be evaluated in accordance with this RFQ and applicable law, including the City’s Code of Ordinances. Each Respondent will be determined to be qualified or not-qualified based on its Qualification Statement. The RFQ Evaluation form is as follows; AIRFIELD PCCP MAINTENANCE AND REPAIR YES NO Did the Respondent submit an Executive Summary providing the following information: • The complete legal name of the Respondent and the name of the legal entities that comprise Respondent? • The brief history of Respondent including size of firm, number of employees, contact name, address, phone number and facsimile number, as well as the legal structure of the entity and a listing of major satellite offices, if any? • The general and specific capabilities and experience of Respondent to provide the services requested in this RFQ? • Includes any awards Respondent has received in the past five (5) years for work completed which is of a similar scope as the services described in this RFQ? Did the Respondent submit a Contractor’s license? Did the Respondent submit a Table of Contents providing the following information: • Sections and subsections that correspond to the requirements of the RFQ, as well as tables, appendices, figures, etc.? Did the Respondent submit a Contact Directory providing the following information: • At least two individuals, one (1) primary and one (1) secondary, who are authorized to represent Respondent for purposes of this RFQ? • At least two (2) references of bank or institutional lenders, each of which currently or within the past two (2) years has extended credit to Respondent? • At least two (2) references of major, independent suppliers of Respondent? Did Respondent submit evidence of overall capabilities to accomplish work under this classification by submitting the following information: a. Quantity of concrete pavement spall repairs, joint crack re-sealing, and crack sealing? b. The duration, in hours, of the allotted daily work period? c. Whether the work was accomplished in an active airfield environment? d. The measures taken by Respondent to ensure the repaired area would be available for its intended purpose at the end of the daily work period? e. Other maintenance and repair work Respondent accomplished in addition to spall repair and joint sealant for each project? f. Any other types of work performed on an active airfield environment in the past five (5) years? Did the Respondent submit a Staffing Plan providing the following information: • A complete description of Respondent’s proposed management team structure? • Description of the responsibilities of the Project Manager, Superintendent and other key managers as well as their resumes? • Management methods they will employ and the reporting relationships among the team? • Identify specific key personnel who will be responsible for ensuring the quality of each project, job safety, financial control and inspections?

Examples of QBS Documents 95 • A brief description of the key attributes each will bring to the organization to assure the success of Respondent? • Demonstrate the ability to commit necessary resources to successfully complete the work? Describe the process and time frame required for Respondent to mobilize and begin work on a project? Did Respondent meet the following Minimum Qualifications: • Demonstrate a minimum of three (3) projects within the past seven (7) years in concrete pavement spall repair, joint and crack sealing. • Respondents must also demonstrate experience completing work in a compressed time frame on an active airfield environment. Did Respondent submit a complete response to all submittals required as follows: a. A complete Form 2: Contractor Disclosure Form? b. A complete Form 5: Acknowledgement of Addenda? c. A complete Form 6: Respondent Contact Directory? Did the Respondent submit an Executive Summary providing the following information: • The complete legal name of the Respondent and the name of the legal entities that comprise Respondent? • The brief history of Respondent including size of firm, number of employees, contact name, address, phone number and facsimile number, as well as the legal structure of the entity and a listing of major satellite offices, if any? • The general and specific capabilities and experience of Respondent to provide the services requested in this RFQ? • Includes any awards Respondent has received in the past five (5) years for work completed which is of a similar scope as the services described in this RFQ? Did the Respondent submit a Contractor’s license? Did the Respondent submit a Table of Contents providing the following information: • Sections and subsections that correspond to the requirements of the RFQ, as well as tables, appendices, figures, etc.? Did the Respondent submit a Contact Directory providing the following information: • At least two individuals, one (1) primary and one (1) secondary who are authorized to represent Respondent for purposes of this RFQ? • At least two (2) references of bank or institutional lenders, each of which currently or within the past two (2) years has extended credit to Respondent? • At least two (2) references of major, independent suppliers of Respondent? Did Respondent submit evidence of overall capabilities to accomplish work under this classification by submitting the following information: a. Quantity and thickness of concrete pavement placed? b. The duration, in hours, of the allotted daily work period? c. Whether the work was accomplished in an active airfield environment? d. The measures taken by Respondent to ensure the repaired area would be available for its intended purpose at the end of the daily work period? e. Any other types of work performed on an active airfield environment in the past five (5) years? Did the Respondent submit a Staffing Plan providing the following information: • A complete description of Respondent’s proposed management team structure? • Description of the responsibilities of the Project Manager, Superintendent and other key managers as well as their resumes? • # of Projects ______ # of Years ______

96 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery • Management methods they will employ and the reporting relationships among the team? • Identify specific key personnel who will be responsible for ensuring the quality of each project, job safety, financial control and inspections? • A brief description of the key attributes each will bring to the organization to assure the success of Respondent? • Demonstrate the ability to commit necessary resources to successfully complete the work? • Describe the process and time frame required for Respondent to mobilize and begin work on a project? Did Respondent meet the following Minimum Qualifications: • Demonstrate a minimum of three (3) projects within the past five (5) years in airfield PCCP pavement slip form placement. • Demonstrate successful completion of pavement sections of a minimum of 16" in depth. • Demonstrate experience completing work in a compressed time frame on an active airfield environment. Did Respondent submit a complete response to all submittals required as follows: a. A complete Form 2: Contractor Disclosure Form? b. A complete Form 5: Acknowledgment of Addenda? c. A complete Form 6: Respondent Contact Directory? ROADWAY PCCP SLIP FORM PLACEMENT YES NO Did the Respondent submit an Executive Summary providing the following information: • The complete legal name of the Respondent and the name of the legal entities that comprise Respondent? • The brief history of Respondent including size of firm, number of employees, contact name, address, phone number and facsimile number, as well as the legal structure of the entity and a listing of major satellite offices, if any? • The general and specific capabilities and experience of Respondent to provide the services requested in this RFQ? • Includes any awards Respondent has received in the past five (5) years for work completed which is of a similar scope as the services described in this RFQ? Did the Respondent submit a Contractor’s license? Did the Respondent submit a Table of Contents providing the following information: • Sections and subsections that correspond to the requirements of the RFQ, as well as tables, appendices, figures, etc.? Did the Respondent submit a Contact Directory providing the following information: • At least two individuals, one (1) primary and one (1) secondary who are authorized to represent Respondent for purposes of this RFQ? • At least two (2) references of bank or institutional lenders, each of which currently or within the past two (2) years has extended credit to Respondent? • At least two (2) references of major, independent suppliers of Respondent?

Examples of QBS Documents 97 a. Quantity and thickness of concrete pavement placed using the slip form method? b. The duration, in hours, of the allotted daily work period? c. Whether the work was accomplished while maintaining traffic? d. The measures taken by Respondent to ensure the repaired area would be available for its intended purpose at the end of the daily work period? e. Any other types of work performed on an active airfield environment in the past five (5) years? Did the Respondent submit a Staffing Plan providing the following information: • A complete description of Respondent’s proposed management team structure? • Description of the responsibilities of the Project Manager, Superintendent and other key managers as well as their resumes? • Management methods they will employ and the reporting relationships among the team? • Identify specific key personnel who will be responsible for ensuring the quality of each project, job safety, financial control and inspections? • A brief description of the key attributes each will bring to the organization to assure the success of Respondent? • Demonstrate the ability to commit necessary resources to successfully complete the work? • Describe the process and time frame required for Respondent to mobilize and begin work on a project? Did Respondent meet the following Minimum Qualifications: • Demonstrate a minimum of three (3) projects within the past five (5) years in roadway PCCP slip form placement. # of Projects # of Years a. A complete Form 2: Contractor Disclosure Form? b. A complete Form 5: Acknowledgment of Addenda? c. A complete Form 6: Respondent Contact Directory? ROADWAY ASPHALT PLACEMENT YES NO Did the Respondent submit an Executive Summary providing the following information: • The complete legal name of the Respondent and the name of the legal entities that comprise Respondent? • The brief history of Respondent including size of firm, number of employees, contact name, address, phone number and facsimile number, as well as the legal structure of the entity and a listing of major satellite offices, if any? • The general and specific capabilities and experience of Respondent to provide the services requested in this RFQ? • Includes any awards Respondent has received in the past five (5) years for work completed which is of a similar scope as the services described in this RFQ? Did the Respondent submit a Contractor’s license? Did the Respondent submit a Table of Contents providing the following information: • Sections and subsections that correspond to the requirements of the RFQ, as well as tables, appendices, figures, etc.? Did the Respondent submit a Contact Directory providing the following information: • At least two individuals, one (1) primary and one (1) secondary who are authorized to represent Respondent for purposes of this RFQ? Did Respondent submit evidence of overall capabilities to accomplish work under this classification by submitting the following information:

98 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery • At least two (2) references of bank or institutional lenders, each of which currently or within the past two (2) years has extended credit to Respondent? • At least two (2) references of major, independent suppliers of Respondent? Did Respondent submit evidence of overall capabilities to accomplish work under this classification by submitting the following information: a. Total quantity of asphalt pavement placed? b. The duration, in hours, of the allotted daily work period? c. Whether the work was accomplished while maintaining traffic? d. The measures taken by Respondent to ensure the repaired area would be available for its intended purpose at the end of the daily work period? Did the Respondent submit a Staffing Plan providing the following information: • A complete description of Respondent’s proposed management team structure? • Description of the responsibilities of the Project Manager, Superintendent and other key managers as well as their resumes? • Management methods they will employ and the reporting relationships among the team? • Identify specific key personnel who will be responsible for ensuring the quality of each project, job safety, financial control and inspections? • A brief description of the key attributes each will bring to the organization to assure the success of Respondent? • Demonstrate the ability to commit necessary resources to successfully complete the work? • Describe the process and time frame required for Respondent to mobilize and begin work on a project? Did Respondent meet the following Minimum Qualifications: • Demonstrate a minimum of three (3) projects within the past five (5) years in roadway asphalt placement. Did Respondent submit a complete response to all submittals required as follows: a. A complete Form 2: Contractor Disclosure Form? b. A complete Form 5: Acknowledgment of Addenda? c. A complete Form 6: Respondent Contact Directory? AIRFIELD ASPHALT PLACEMENT YES NO Did the Respondent submit an Executive Summary providing the following information: • The complete legal name of the Respondent and the name of the legal entities that comprise Respondent? • The brief history of Respondent including size of firm, number of employees, contact name, address, phone number and facsimile number, as well as the legal structure of the entity and a listing of major satellite offices, if any? • The general and specific capabilities and experience of Respondent to provide the services requested in this RFQ? • Includes any awards Respondent has received in the past five (5) years for work completed which is of a similar scope as the services described in this RFQ? Did the Respondent submit a Contractor’s license? Did the Respondent submit a Table of Contents providing the following information: • Sections and subsections that correspond to the requirements of the RFQ, as well as tables, appendices, figures, etc.?

Examples of QBS Documents 99 • At least two individuals, one (1) primary and one (1) secondary who are authorized to represent Respondent for purposes of this RFQ? • At least two (2) references of bank or institutional lenders, each of which currently or within the past two (2) years has extended credit to Respondent? • At least two (2) references of major, independent suppliers of Respondent? Did Respondent submit evidence of overall capabilities to accomplish work under this classification by submitting the following information: a. Total quantity of asphalt pavement placed? b. The duration, in hours, of the allotted daily work period? c. Whether the work was accomplished while maintaining traffic? d. The measures taken by Respondent to ensure the repaired area would be available for its intended purpose at the end of the daily work period? e. Other types of work performed in an active airfield environment in the past five (5) years Did the Respondent submit a Staffing Plan providing the following information: • A complete description of Respondent’s proposed management team structure? • Description of the responsibilities of the Project Manager, Superintendent and other key managers as well as their resumes? • Management methods they will employ and the reporting relationships among the team? • Identify specific key personnel who will be responsible for ensuring the quality of each project, job safety, financial control and inspections? • A brief description of the key attributes each will bring to the organization to assure the success of Respondent? • Demonstrate the ability to commit necessary resources to successfully complete the work? • Did Respondent meet the following Minimum Qualifications: • • Respondents must also demonstrate experience completing work in a compressed time frame on an active airfield environment. Did Respondent submit a complete response to all submittals required as follows: a. A complete Form 2: Contractor Disclosure Form? b. A complete Form 5: Acknowledgement of Addenda? c. A complete Form 6: Respondent Contact Directory? Did the Respondent submit a Contact Directory providing the following information: Demonstrate a minimum of three (3) projects in past five (5) years in airfield asphalt placement. Describe the process and time required for Respondent to mobilize and begin work on a project?

Abbreviations and acronyms used without definitions in TRB publications: A4A Airlines for America AAAE American Association of Airport Executives AASHO American Association of State Highway Officials AASHTO American Association of State Highway and Transportation Officials ACI–NA Airports Council International–North America ACRP Airport Cooperative Research Program ADA Americans with Disabilities Act APTA American Public Transportation Association ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials ATA American Trucking Associations CTAA Community Transportation Association of America CTBSSP Commercial Truck and Bus Safety Synthesis Program DHS Department of Homeland Security DOE Department of Energy EPA Environmental Protection Agency FAA Federal Aviation Administration FAST Fixing America’s Surface Transportation Act (2015) FHWA Federal Highway Administration FMCSA Federal Motor Carrier Safety Administration FRA Federal Railroad Administration FTA Federal Transit Administration HMCRP Hazardous Materials Cooperative Research Program IEEE Institute of Electrical and Electronics Engineers ISTEA Intermodal Surface Transportation Efficiency Act of 1991 ITE Institute of Transportation Engineers MAP-21 Moving Ahead for Progress in the 21st Century Act (2012) NASA National Aeronautics and Space Administration NASAO National Association of State Aviation Officials NCFRP National Cooperative Freight Research Program NCHRP National Cooperative Highway Research Program NHTSA National Highway Traffic Safety Administration NTSB National Transportation Safety Board PHMSA Pipeline and Hazardous Materials Safety Administration RITA Research and Innovative Technology Administration SAE Society of Automotive Engineers SAFETEA-LU Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (2005) TCRP Transit Cooperative Research Program TDC Transit Development Corporation TEA-21 Transportation Equity Act for the 21st Century (1998) TRB Transportation Research Board TSA Transportation Security Administration U.S. DOT United States Department of Transportation

Value, Benefits, and Lim itations of Q ualifications-Based Selection for A irport Project D elivery A CRP Synthesis 102 TRB TRA N SPO RTATIO N RESEA RCH BO A RD 500 Fifth Street, N W W ashington, D C 20001 A D D RESS SERV ICE REQ U ESTED N O N -PR O FIT O R G . U .S. PO STA G E PA ID C O LU M B IA , M D PER M IT N O . 88 ISBN 978-0-309-48082-6 9 7 8 0 3 0 9 4 8 0 8 2 6 9 0 0 0 0

Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery Get This Book
×
 Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery
MyNAP members save 10% online.
Login or Register to save!
Download Free PDF

About $1.5 trillion will be spent globally on airport infrastructure by 2030, according to the International Air Transport Association. Most of that enormous amount of money will be spent on projects that must be constructed without disrupting airport operations.

Given the focus on schedule and on the cost of failing to complete the construction during the periods of planned outages, the need for a highly qualified construction contractor with a proven record of timely and quality production is key to the success of airport projects across the globe.

The TRB Airport Cooperative Research Program's ACRP Synthesis 102: Value, Benefits, and Limitations of Qualifications-Based Selection for Airport Project Delivery aims to benchmark the state of the practice with respect to the use of qualifications-based selection (QBS) to award construction projects.

READ FREE ONLINE

  1. ×

    Welcome to OpenBook!

    You're looking at OpenBook, NAP.edu's online reading room since 1999. Based on feedback from you, our users, we've made some improvements that make it easier than ever to read thousands of publications on our website.

    Do you want to take a quick tour of the OpenBook's features?

    No Thanks Take a Tour »
  2. ×

    Show this book's table of contents, where you can jump to any chapter by name.

    « Back Next »
  3. ×

    ...or use these buttons to go back to the previous chapter or skip to the next one.

    « Back Next »
  4. ×

    Jump up to the previous page or down to the next one. Also, you can type in a page number and press Enter to go directly to that page in the book.

    « Back Next »
  5. ×

    To search the entire text of this book, type in your search term here and press Enter.

    « Back Next »
  6. ×

    Share a link to this book page on your preferred social network or via email.

    « Back Next »
  7. ×

    View our suggested citation for this chapter.

    « Back Next »
  8. ×

    Ready to take your reading offline? Click here to buy this book in print or download it as a free PDF, if available.

    « Back Next »
Stay Connected!