Similar Projects
Existing Terminals Modernization & New Passenger Terminal Facilities
New Construction, Renovation
Conception
Oakland, CA

Runway Precision Approach Path Indicator - 49015 - City of Fullerton
Renovation, Infrastructure, Alteration
Conception
$250,000 est. value
Fullerton, CA 92833

Repair Aprons and Shoulders
Infrastructure
Design
$1,000,000 to $5,000,000 est. value
Mountain View, CA

SR-47/Navy Way Interchange - Los Angeles County Metropolitan Transportation Authority
Infrastructure
Design
$99,000,000 est. value
Los Angeles, CA 90731

Southfield Redevelopment Project
Renovation, Infrastructure
Bidding
$3,000,000 CJ est. value
Santa Barbara, CA 93117

Taxiways A, D and E Reconstruction
Infrastructure
Bidding
$900,000 CJ est. value
Tustin, CA 92780

Travis Air Force Base (AFB) - Fuel Cell Hangar Addition B14
Addition, Infrastructure - 1,851 SF
Sub-Bidding
$5,000,000 CJ est. value
Fairfield, CA 94535

San Diego International Airport Terminal 1
New Construction
Post-Bid
$2,265,000,000 est. value
San Diego, CA 92101

South Apron Concrete Repair
Term Contract
Post-Bid
$1,000,000 to $3,000,000 est. value
CA 95903

Modesto Junior College East Campus Track Runways Relocation
Infrastructure
Results
$675,000 est. value
Modesto, CA 95350

ADP Airside Improvements
New Construction, Renovation, Infrastructure, Alteration
Results
$270,000,000 est. value
San Diego, CA

RFQ Engineering - Engineering Design/Construction Management Services for Runway 12-30 Electrical Improvements at the Long Beach Airport
Infrastructure
Construction
$3,100,000 CJ est. value
Long Beach, CA 90806

Fresno Yosemite International Airport Terminal Expansion
Addition
Pending Verification
$90,000,000 est. value
Fresno, CA 93727

Ferry Expansion
New Construction
Pending Verification
Redwood City, San Francisco, CA - Mission Bay, FL 94158

Expo/Crenshaw Transfer Station Improvements - Los Angeles County Metropolitan Transportation Authority
Renovation, Infrastructure
Conception
$999,000,000 est. value
Los Angeles, CA

Last Updated 12/08/2022 10:32 PM
Project Title

RFQ - Airport Consultant - Dunsmuir Muni-Mott Airport

Physical Address View project details and contacts
City, State (County) Mount Shasta, CA 96067   (Siskiyou County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Airline/Passenger Terminal, Runways/Taxiways
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2021
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The City of Dunsmuir is soliciting qualifications and experience information to be used for the selection of an Airport Engineer/Consultant for the Dunsmuir Muni-Mott Airport. For additional information, please contact Todd Juhasz, City Manager, (530) 235-4822 ext. 103. All work shall be accomplished in accordance with FAA Advisory Circular 150/5100-14D. It is anticipated that consulting services under this Request for Qualifications (RFQ) will be required for between twelve (12) and sixty (60) months, depending on the availability of funding. Prospective consultants are advised that no obligations or commitments are incurred by the City in soliciting these statements. Services and Projects may include, but not be limited to the following: Services: Provide engineering design services, including, but not limited to, the preparation of working drawings, specifications, cost estimates, and contract documents; assisting the City with part time construction administration; Provide assistance with FAA processes and coordination. Some Potential Projects include: o Aircraft Parking Apron Reconstruction- Phase 1 & 2 (Design), o Aircraft Parking Apron Reconstruction- Phase 1 & 2 (Construction) o Taxiway Reconstruction (Design) o Taxiway Reconstruction (Construction) The selected Consultant should be prepared to develop a Program of Services and Fee Proposal immediately upon selection and begin services promptly upon Notice-to-Proceed following successful negotiations and resultant contract approvals. Proposers should submit four (4) copies of their Statement of Qualifications. Submittals shall be brief and concise and limited to a total of no more than 25 pages including cover, resumes, experience, etc. a) Description of the firm(s) including company organizational structure, company size and history, recent experience with comparable airport projects and experience with FAA projects and regulations. b) Identification of key personnel (including sub-consultants) who will be assigned to and responsible for the projects. c) Approach and information pertinent to the projects listed for the Dunsmuir Airport. d) Evidence of establishment and implementation of an Affirmative Action Program, especially as it may apply to this agreement. e) Evidence of general liability and professional liability insurance. The City of Dunsmuir reserves the right to reject all or portions of any or all proposals, to waive irregularities and technicalities, to re-advertise, or to proceed to provide the services otherwise, in the best interest of the City and the Airport. The City may, at its sole discretion, modify or amend any and all provisions herein. The City reserves the right to extend the proposal submittal date if needed. It is the responsibility of the proposer to be properly recorded as a proposer of record with the City for purposes of receiving clarifications, addenda or other pertinent information. All changes and/or clarifications will be distributed to all proposers of record in the form of addenda. A list of proposers and others who have been issued Request for Qualification documents will be made available upon request. The contract issued to the successful engineer/consultant is subject to the provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of the Department of Transportation Regulation 49 CFR Part 26 (Disadvantaged Business Enterprise Participation). DBE firms are encouraged to participate. Please note that this request is for a Statement of Interest and Qualifications and a detailed cost proposal should not be included with your submittal. Final project costs will be determined through negotiations with the selected firm. The City reserves the right to enter into negotiations with more than one firm. EVALUATION AND SELECTION CRITERIA The City will review and evaluate each proposal to determine whether each proposer's qualifications are in accordance with the needs of the Airport and the proposed projects outlined. The City will deem proposals not including qualifications submitted in accordance with these documents to be non-responsive, and may reject all non-responsive proposals. Selection of the short listed proposers and/or the top ranked proposer will be based upon the following criteria in conjunction with FAA Advisory Circular 150/5100-14D and relative importance of the required information: a. Qualifications, reputation and stability of the firm and Key Personnel assigned to and responsible for this project. (40%). b. Experience and understanding of the Federal Aviation Administration and Airport Improvement Program (AIP) funded projects (40%). c. Current workload and demonstrated ability to meet schedules or deadlines (10%). d. Project Understanding (10%). Upon the request of and at the discretion of the City, proposers may be required to supply additional information, or to make assigned personnel available for interviews, or to make additional or supplemental submissions under secondary selection criteria, if deemed necessary by the selection committee. The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Airfield Signaling and Control Equipment.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents