Similar Projects
Windermere Ward Trail - Town of Windermere
Infrastructure
Conception
Less than $2,590,000 est. value
Windermere, FL

Reams Road Widening Project - Orange County
Infrastructure, Alteration
Conception
$39,300,000 est. value
FL

Orange Technical College Winter Park Campus Replacement Project
New Construction, Renovation, Infrastructure
Design
$40,000,000 CJ est. value
Winter Park, FL 32789

Lake Copeland Apartments
New Construction, Infrastructure - 13,200 SF
Design
$13,000,000 CJ est. value
Orlando, FL 32806

Honda Coggin of Orlando Expansion - Rebid
Addition, Demolition, Renovation, Infrastructure - 51,495 SF
Sub-Bidding
$15,000,000 CJ est. value
Orlando, FL 32837

Majewski Airplane Hangar
New Construction - 12,387 SF
Post-Bid
Apopka, FL 32712

Christian Brothers Automotive / Ocoee - Rebid
New Construction, Infrastructure - 4,561 SF
Post-Bid
$1,200,000 CJ est. value
Ocoee, FL 34761

Orange County Utilities Site Restoration
Infrastructure
Results
Less than $3,000,000 est. value
Orlando, FL

Texas Avenue From Duskin Avenue to South of Holden Avenue
Infrastructure
Results
$41,885,062 CJ est. value
Orlando, FL 32839

Greyhound Terminal Construction Services
Renovation
Construction
$470,000 est. value
Orlando, FL 32805

Floridian Town Center
New Construction, Infrastructure - 290,000 SF
Construction
$500,000,000 CJ est. value
Apopka, FL 32712

Gem Groves
New Construction, Infrastructure
Pending Verification
$65,000,000 CJ est. value
Winter Garden, FL 34787

Environmental Products Group New Warehouse
New Construction, Infrastructure - 41,952 SF
Pending Verification
$5,000,000 CJ est. value
Apopka, FL 32703

Restoration Project - City of Orlando
Infrastructure
Conception
$5,000,000 est. value
Orlando, FL 32885

South 19 Avenue Aparments
New Construction, Infrastructure - 13,120 SF
Design
$6,800,000 CJ est. value
Hollywood, FL 33020

Last Updated 01/17/2023 11:42 AM
Project Title

RFQ D/B Automated People Mover (APM) Operating System (OS) for Airside 2 and Airside 4 at Orlando International Airport

Physical Address View project details and contacts
City, State (County) Orlando, FL 32827   (Orange County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Airline/Passenger Terminal, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $9,000 [brand] Estimate
Plans Available from Municipal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Pursuant to 2 CFR Part 200, Section 287.055, Florida Statutes, and the policies and procedures of the Greater Orlando Aviation Authority (Authority), notice is hereby given that Statements of Qualifications (SOQs) are invited from design-build firms (Proposers) for the design, construction, operation, and maintenance of BP-477, Automated People Mover (APM) Operating System (OS) for Airside 2 and Airside 4 (the Project), at the Orlando International Airport (the Airport). This Project includes the replacement of the existing APM OS serving Airsides 2 and 4 of the North Terminal Complex (NTC). The Airside 2 APM OS was first placed into service in 2000. The Airside 4 APM System was first placed into service in 1990 and the cars were replaced with new cars in 2008. The Airsides 2 and 4 APM systems are dual-lane shuttles with an approximate length of 2,000 feet on each guideway lane. Each guideway lane utilizes a 3-Car Alstom (formerly Bombardier) CX-100 technology train and operates at an approximate round trip time of 208-seconds including a 40-second dwell time. At a minimum, the Project will include replacement of all vehicles, running surfaces, central control equipment in the Airports Comm Center, all other required subsystems (communications, command and controls, power distribution, station doors, etc.) and all modifications, if any, required to existing APM stations, guideway and other facilities to accommodate the proposed APM OS. Maintaining passenger service to Airsides 2 and 4 during the work and minimizing the time that any one of the two APM lanes to each Airside is out of service during construction are essential. Work shall be completed (i.e., both Airsides 2 and 4 fully functional for passenger service) no later than April 2, 2027. The Project will include all services necessary for the turnkey delivery of the APM OS for Airsides 2 and 4, including design coordination; on-site verification and coordination; the integration of the Contractors designs and Work with the designs and infrastructure provided by the Contractor and others; all permitting activities; coordination with adjacent facilities, projects and operations (whether existing or future); obtaining all necessary government approvals; performing all required Project management; quality control; analysis; design; engineering; documentation; manufacturing, fabrication, shipping, expediting, storing of materials; erection, construction, installation, debugging, integration, testing and commissioning; safety certification of the entire APM OS; including vehicles, guidance equipment, communications equipment, command and control equipment, station equipment, power distribution system, supporting equipment for maintenance facility operations, public information, and Closed Circuit Television (CCTV) systems; and all other related services, including coordination with the Authority, its Consultants, the City of Orlando and all agencies having jurisdiction over the Project. After safety certification, the Proposer will provide Operation and Maintenance (O&M) Services to the Authority for an initial ten year term with two Authority options to extend for an additional ten years with each option. Question Deadline 12/05/2022 Written inquiries regarding this procurement shall be directed to Mr. Scott Shedek, Director of Construction, Greater Orlando Aviation Authority, Orlando International Airport, via email: BP477@g The Airsides 2 and 4 APM Fixed Facilities (i.e., stations, guideway structure, emergency walkway, APM power substations, on-line maintenance facility, and central control) are existing and operational. Any design, modifications, or changes to any of the existing facilities and any new facilities required to accommodate the proposed APM OS is part of the scope of work for this Project. Proposers must be a design-build firm, as defined by Florida Statutes 287.055, which means the Proposer must be a partnership, corporation, or other legal entity that: is certified under Florida Statute 489.119 to engage in contracting through a certified or registered general contractor or a certified or registered building contractor as the qualifying agent; or is certified under Florida Statute 471.023 to practice or to offer to practice engineering; or certified under Florida Statute 481.219 to practice or to offer to practice architecture; or certified under Florida Statute 481.319 to practice or to offer to practice landscape architecture. The award, if made, will consist of a design-build contract and an operate-maintain contract, both of which will be executed simultaneously after Board approval. The Authority intends to issue the Notice to Proceed on the Airsides 2 and 4 operate-maintain contract in phases, as each phase of construction, installation, testing and commissioning on each of the four APM system lanes has been completed. The Disadvantage Business Enterprise (DBE) Participation Goals for the Design-Build contract (Phase 1) and for the Operate-Maintain contract (Phase 2) have been determined separately for each contract and are set forth in the Submission Requirements. The Project Scope, the Submission Requirements, Disadvantage Business Enterprise (DBE) Participation Program for the Statements of Qualifications and questions regarding the Project will be reviewed at the Pre-Submittal Conference. Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all Proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The award and contracts referenced in this Advertisement are subject to approval by the Authority prior to any work being performed.

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, 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.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
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