SOQ-2023 – 02

GEN­ER­AL CON­SUL­TANT SERVICES

Pana­ma City – Bay Coun­ty Air­port and Indus­tri­al Dis­trict (Dis­trict) issues this Request for State­ment of Qual­i­fi­ca­tions (SOQ) to pro­vide gen­er­al con­sult­ing ser­vices for project administration/​management ser­vices on cap­i­tal improve­ment projects for a peri­od of five (5) years.

All future spec­i­fi­ca­tions, require­ments, updates and/​or changes will ONLY be acces­si­ble by fol­low­ing the below steps:

www​.net​work​.demand​star​.com

Nav­i­gate to:

Flori­da, Bay Coun­ty, Pana­ma City – Bay Coun­ty Air­port and Indus­tri­al Dis­trict, SOQ-2023 – 02


General Consultant Services
Event Description Event Date Event Time
Advertisement for SOQ-2023-02, General Consultant Services launches on the Airports website, Bay County Website and DemandStar website www.iflybeaches.com/airport-authority/business-at-ecp; https://publicnoticesbaycountyfl.gov; and www.demandstar.com 10/23/23 N/A
Deadline to submit Questions to Procurement Manager 11/3/23 5:00 PM
District anticipated posting of answers to Questions 11/14/23 5:00 PM
Deadline to submit reply to SOQ-2023-02 12/1/23 2:00 PM
Public Opening, Airport Administrative Office 6300 West Bay Parkway Panama City, Florida 32409 12/1/23 2:30 PM
Evaluation and Ranking Team Announcement 12/13/23 TBD
Interviews with Top Ranked Respondent(s) and Award Decision 12/20/23 9:00 AM

REQUEST FOR STATE­MENT OF QUALIFICATIONS 

SOQ-2023 – 02

FOR 

GEN­ER­AL CON­SUL­TANT SER­VICES FOR

NORTH­WEST FLORI­DA BEACH­ES INTER­NA­TION­AL AIRPORT 

PANA­MA CITYBAY COUN­TY AIR­PORT AND INDUS­TRI­AL DISTRICT 

6300 WEST BAY PARK­WAY, BOX A

PANA­MA CITY, FLORI­DA 32409 

PHONE: (850) 6368950

www​.ifly​beach​es​.com

SOQ-2023 – 02 Gen­er­al Con­sul­tant Services

Table of Contents

I. OVERVIEW AND INSTRUC­TIONS FOR RESPON­DENT .….….… 4

BACK­GROUND .….….….….… 4

GEN­ER­AL INFOR­MA­TION.….….….…. 4

EXAM­I­NA­TION OF SOQ DOC­U­MENT .….….….….….….….….….. 5

QUES­TIONS .….….….….….….….….….….….….….….….….. 5

CONE OF SILENCE .….….….….….….….….….….….….….….….5

TIME­LINE OF EVENTS .….….….….….….….….….….….….… 6

ADDEN­DUM .….….….….….….…… 6

TAX­ES .….….….….….….….….….….….….….….…. 6

LICENS­ES.….….….….….….….….….….… 6

MIS­CEL­LA­NEOUS PRO­VI­SIONS .….….….….….….….. 6

CON­TRACT AWARD .….….….….….….….….….….….….….….….….….… 7

RIGHT TO ACCEPT OR REJECT .….….….….….….….….….….….….….….….…… 7

TERM OF CON­TRACT.….….….….….….….….….….….….….….….….…… 7

GRIEV­ANCE .….….….….….….….….….….….….….….….….….….….…… 8

PUB­LIC RECORDS LAWS .….….….….….….….….….….…… 8

INSUR­ANCE REQUIRE­MENTS.….….….….….…… 8

INDE­PEN­DENT CON­TRAC­TOR STA­TUS .….….….….….….….….….….….….… 8

LAWS .….….….….….….….….….….….….….….….….… 8

TITLE VI SOLIC­I­TA­TION NOTICE .….….….….….….….….….….….….….… 9

II. SCOPE OF SER­VICES .….….….….….….….….….….….….….….….……10

OVERVIEW .….….….….….….….….….….….….….….….……10

SCOPE OF SERVICES.….….….….….….….….….….….….….….…..11

III. SOQ RESPONSE REQUIRE­MENTS .….….….….….….….….….….….….….15

Title Page .….….….….….….….….….….….….….….….….….….….….….….….….… 15

Cov­er Let­ter .….….….….….….….….….….….….….….….….….…… 15

Table of Con­tents.….….….….….….….….….….….….….….….….….….….….….. 15

Microsoft Word — FINAL_RFQ 2017 – 18-009_DBE ACDBE Ser­vices 11.03.17

Detailed State­ment of Qual­i­fi­ca­tions .….….….….….….….….….….….….…. 15

DBE Sta­tus.….….….….….….….….….….….….….….….….….….…..17

Cur­rent Work­load .….….….….….….….….….….….….… 17

Insur­ance Cov­er­age / Bond­ing Capac­i­ty .….….….….….….….….….. 17

Legal Actions .….….….….….….….….….….….….….….….….….….…. 17

Request­ed Changes to sign sam­ple Pro­fes­sion­al Ser­vices Con­tract .….….….….….…. 17

Required Forms.….….….….….….….….….….….….….….….….….….….….….….….… 17

IV. SELEC­TION CRI­TE­RIA AND SCOR­ING .….….….….….….….….….….….…..19

Gen­er­al.….….….….….….….….….….….….….….….….….….….….….….….. 19

Scor­ing.….….….….….….….….….….….….….….….….….….….….…… 20

Rank­ing for Short List .….….….….….….….….….….….….….….….….….….… 20

I. OVERVIEW AND INSTRUC­TIONS FOR RESPONDENT 

A. BACK­GROUND

North­west Flori­da Beach­es Inter­na­tion­al Air­port (“ECP or Air­port”) is owned and oper­at­ed by the Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al Dis­trict (“Dis­trict”). The Dis­trict is gov­erned by a Board of Direc­tors (“Board”) con­sist­ing of sev­en mem­bers appoint­ed by local gov­ern­men­tal enti­ties from the City of Pana­ma City Beach Com­mis­sion (2), City of Pana­ma City Com­mis­sion (2), Bay Coun­ty Com­mis­sion (2), and the Wal­ton Coun­ty Com­mis­sion (1); each serv­ing a four (4) year term. The Dis­trict is an inde­pen­dent spe­cial dis­trict pur­suant to Chap­ter 189, Flori­da Statutes (F.S.) and is oper­at­ed in accor­dance with the Fed­er­al Avi­a­tion Admin­is­tra­tion (FAA) require­ments and guide­lines. Chap­ter 2040-274 and 2005-311 F.S. con­tain full text of the enabling leg­is­la­tion for the Dis­trict, an inde­pen­dent spe­cial dis­trict with no tax­ing authority. 

The Dis­trict owns approx­i­mate­ly 4,000 acres of real prop­er­ty locat­ed in Bay Coun­ty, Flori­da that is home to approx­i­mate­ly 125 gen­er­al avi­a­tion air­craft and heli­copters, com­mer­cial air­lines and char­ter ser­vices, one fixed base oper­a­tor (with a sec­ond expect­ed in late 2023), 24 T‑hangars, mul­ti­ple cor­po­rate and gen­er­al avi­a­tion hangars, air­craft maintenance/​repair facil­i­ties, and flight schools. With the his­toric growth of the Air­port, the Dis­trict antic­i­pates the need for con­sis­tent cap­i­tal improve­ment projects to increase the capac­i­ty and effi­cien­cy of the Airport. 

B. GEN­ER­AL INFORMATION 

The Dis­trict is request­ing State­ments of Qual­i­fi­ca­tions (SOQ) from qual­i­fied ven­dors to per­form gen­er­al con­sul­tant ser­vices to over­see the Dis­tricts cap­i­tal improve­ment projects and plan­ning efforts. These ser­vices shall be per­formed in accor­dance with accept­able man­age­ment and con­cep­tu­al design prac­tices, and are to be car­ried out in accor­dance with FAA require­ments, Flori­da Depart­ment of Trans­porta­tion (FDOT) guide­lines, Flori­da Statutes and Codes, and all applic­a­ble local codes, reg­u­la­tions, ordi­nances, poli­cies and plan­ning procedures. 

The Dis­trict, in accor­dance with the pro­vi­sions of Title VI of the Civ­il Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d4) and the Reg­u­la­tions, here­by noti­fies all Respon­dents that it will affir­ma­tive­ly ensure that for any result­ing con­tract entered into pur­suant to this SOQ, dis­ad­van­taged busi­ness enter­pris­es will be afford­ed full and fair oppor­tu­ni­ty to sub­mit a response to this solic­i­ta­tion and will not be dis­crim­i­nat­ed against on the grounds of race, col­or, or nation­al ori­gin in con­sid­er­a­tion for an award. 

The require­ments of 49 CFR part 26 apply and will be incor­po­rat­ed to any result­ing con­tract. It is the pol­i­cy of the Dis­trict to prac­tice nondis­crim­i­na­tion based on race, col­or, sex or nation­al ori­gin in the award or per­for­mance of the result­ing con­tract. The Dis­trict encour­ages par­tic­i­pa­tion by all firms qual­i­fy­ing under this solic­i­ta­tion regard­less of busi­ness size or ownership. 

C. PRO­CURE­MENT OFFICER 

The Pro­cure­ment offi­cer is the sole point of con­tact for this SOQ. All inquiries shall be addressed to the following: 

Ger­ri Lynn Faircloth
Con­tracts and Pro­cure­ment Manager
North­west Flori­da Beach­es Inter­na­tion­al Air­port and Indus­tri­al Dis­trict 6300 West Bay Park­way, Box A
Pana­ma City, Flori­da 32409
Email: rfp@​pcairport.​com Phone: 8506368964

D. SOQ SUBMISSION

Ven­dors inter­est­ed in this SOQ shall sub­mit a response no lat­er than the date and time spec­i­fied in Sec­tion H, Time­line of Events, below. The sub­mis­sion shall be enclosed and secured in an envelope/​package and prop­er­ly marked with the name and address of Respon­dent, solic­i­ta­tion name, solic­i­ta­tion num­ber, and date and time of open­ing. No oth­er infor­ma­tion shall be includ­ed or writ­ten on the out­side of the envelope/​package. The Dis­trict shall not be respon­si­ble for uniden­ti­fied respons­es. Respons­es should be either hand-deliv­ered, sent via overnight deliv­ery, or mailed and addressed to: Pro­cure­ment Offi­cer, North­west Flori­da Beach­es Inter­na­tion­al Air­port, 6300 West Bay Park­way, Box A, Pana­ma City, FL 32409

If hand deliv­er­ing a sub­mis­sion, deliv­er to the Air­port Admin­is­tra­tive Office at the address stat­ed above. No fac­sim­i­les, e‑mails or tele­phone sub­mit­tals will be accept­ed. Any sub­mis­sion received lat­er than the dead­line will be con­sid­ered LATE and will not be accept­ed by the Dis­trict. Receipt of a SOQ by any Dis­trict offi­cer or per­son­nel oth­er than the Air­port Admin­is­tra­tive Office’s front desk does not con­sti­tute receipt” as required by this solic­i­ta­tion. The time received at the Air­port Admin­is­tra­tive Office shall be con­clu­sive as to the time­li­ness of receipt. 

E. EXAM­I­NA­TION OF SOQ DOCUMENT 

Pri­or to sub­mit­ting a response, each Respon­dent shall care­ful­ly exam­ine the SOQ doc­u­ments and thor­ough­ly famil­iar­ize them­selves with the sub­mit­tal and project require­ments there­of, and if any con­flicts, errors, or dis­crep­an­cies are found, the Respon­dent shall noti­fy the District. 

Ven­dors shall cer­ti­fy their SOQ by com­plet­ing the required Sub­mit­tal Cer­ti­fi­ca­tion Form. All sub­mis­sions shall be entered in leg­i­ble hand­writ­ing in ink or typed. Response may be reject­ed if any omis­sions, alter­ation of forms, addi­tions not called for, or any irreg­u­lar­i­ties of any kind are shown. The sub­mis­sion shall remain firm for not less than one hun­dred-eighty (180) cal­en­dar days from the due date. 

The Respondent’s name and solic­i­ta­tion num­ber shall be includ­ed when spec­i­fi­ca­tions or descrip­tive papers are sub­mit­ted with a response. By sub­mis­sion of a SOQ, the Respon­dent guar­an­tees that all ser­vices offered in the response meet the require­ments of the solicitation. 

F. QUES­TIONS

All ques­tions shall be in writ­ing and the ques­tions shall be sub­mit­ted to the Pro­cure­ment Man­ag­er, via email, by the due date pre­scribed in the Time­line of Events. Respon­dents shall ensure the sub­ject line con­tains SOQ-2023 – 02, Gen­er­al Con­sul­tant Ser­vices” in the sub­ject line of the email. Answers to sub­mit­ted ques­tions will be post­ed on Demand­Star, www​.demand​star​.com, on the date and time spec­i­fied in the Time­line of Events. 

G. CONE OF SILENCE 

Aside from Ques­tions in Sec­tion F (above), Firms and any sub­con­sul­tants may not con­tact any Dis­trict employ­ee or rep­re­sen­ta­tive, includ­ing any Dis­trict Board mem­ber, regard­ing this SOQ, the qual­i­fi­ca­tions of any firm, the selec­tion of any firm, or any oth­er mat­ters relat­ed to this SOQ. Con­tact with any oth­er Dis­trict offi­cial or Dis­trict employ­ee for the pur­pose of inquiries regard­ing this SOQ or the mean­ing or inter­pre­ta­tion of these spec­i­fi­ca­tions shall be grounds for disqualification. 

H. TIME­LINE OF EVENTS

The table below con­tains the Time­line of Events for this solic­i­ta­tion. Respon­dents shall become famil­iar with the dates, times and event of the solic­i­ta­tion. The Time­line of Events is sub­ject to change. It is the Respondent’s respon­si­bil­i­ty to check for any changes. All changes to the Time­line of Events will be made through an adden­dum to the solic­i­ta­tion. Respon­dents are respon­si­ble for sub­mit­ting all required doc­u­men­ta­tion by the date and time spec­i­fied below. All times are Cen­tral Stan­dard Time (CST).

Event Description Event Date Event Time
Advertisement for SOQ-2023-02, General Consultant Services launches on the Airports website, Bay County Website and DemandStar website www.iflybeaches.com/airport-authority/business-at-ecp; https://publicnoticesbaycountyfl.gov; and www.demandstar.com 10/23/23 N/A
Deadline to submit Questions to Procurement Manager 11/3/23 5:00 PM
District anticipated posting of answers to Questions 11/14/23 5:00 PM
Deadline to submit reply to SOQ-2023-02 12/1/23 2:00 PM
Public Opening, Airport Administrative Office 6300 West Bay Parkway Panama City, Florida 32409 12/1/23 2:30 PM
Evaluation and Ranking Team Announcement 12/13/23 TBD
Interviews with Top Ranked Respondent(s) and Award Decision 12/20/23 9:00 AM

I. ADDEN­DUM

If it becomes nec­es­sary to revise any part of this SOQ, an adden­dum will be pro­vid­ed in writ­ing and post­ed on the Demand­Star web­site. All adden­da issued by the Dis­trict must be acknowl­edged in writ­ing by the Respon­dent. Ver­bal infor­ma­tion obtained oth­er­wise will not be con­sid­ered in the award­ing of the SOQ. It shall be the Respondent’s respon­si­bil­i­ty to ensure all adden­da has been reviewed by vis­it­ing the Demand­Star at www​.demand​star​.com.

J. TAX­ES

The Air­port is a Spe­cial Dis­trict of the State of Flori­da and is not sub­ject to sales tax. 

K. LICENS­ES

All Respon­dents must be prop­er­ly licensed to do busi­ness in the State of Flori­da and must com­ply with the Flori­da State Statutes. Respon­dents do not need to be based in Flori­da; how­ev­er, Respon­dents are required to sub­mit evi­dence of all pro­fes­sion­al licens­es required to com­plete the work as part of the SOQ sub­mit­tal. Fail­ure to com­ply may be auto­mat­ic grounds for reject­ing the Response and it being deemed as non-responsive. 

L. MIS­CEL­LA­NEOUS PROVISIONS 

The Dis­trict reserves the right to reject any or all sub­mis­sions and fur­ther reserves the right to waive tech­ni­cal­i­ties and for­mal­i­ties in a response as well as to accept in whole or in part such response where it deems it advis­able in pro­tec­tion of the best inter­est of the Dis­trict. The Dis­trict shall be the sole judge as to whether a response sub­mit­ted meet all require­ments con­tained in this procurement.

This pro­cure­ment does not com­mit the Dis­trict to award a con­tract, to pay any costs incurred in the prepa­ra­tion of the sub­mit­ted SOQ, or to pro­cure or con­tract for goods or ser­vices list­ed here­in. Costs asso­ci­at­ed with a response prepa­ra­tion, oral inter­views or pre­sen­ta­tions shall be the sole respon­si­bil­i­ty of the Respondent. 

The Dis­trict here­by noti­fies all those respond­ing to this SOQ that, in accor­dance with the pro­vi­sions of the Civ­il Rights Act of 1964 (Chap­ter 21, Title 42, of the U.S. Code) and Reg­u­la­tions pro­mul­gat­ed in con­nec­tion there­with, it will affir­ma­tive­ly ensure that for any con­tract entered into pur­suant to this SOQ, dis­ad­van­taged busi­ness enter­pris­es will be afford­ed full and fair oppor­tu­ni­ty to make sub­mit­tals 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. 

M. CON­TRACT AWARD 

The Dis­trict envi­sions enter­ing into non-exclu­sive Con­tin­u­ing Mas­ter Pro­fes­sion­al Ser­vices Con­tract for Pro­fes­sion­al Project Administration/​Management and Gen­er­al Con­sul­tant Ser­vices with one (1) suc­cess­ful ven­dor to per­form spe­cif­ic task orders for each pro­posed project or task being nego­ti­at­ed and approved by the Dis­trict on an as- need­ed basis. Indi­vid­ual task orders are antic­i­pat­ed to be issued on a rota­tion­al basis between the suc­cess­ful ven­dor, with con­sid­er­a­tion being giv­en for bal­anc­ing total Dis­trict project work­load annually. 

The Dis­trict will nego­ti­ate con­tract award with the Firm whose response is deemed most advan­ta­geous to the Dis­trict, con­sid­er­ing all eval­u­a­tion fac­tors list­ed here­in. The Dis­trict shall be the sole judge of this deter­mi­na­tion. Fol­low­ing the approval of the nego­ti­at­ed con­tract by the Board of Direc­tors, a Notice of Award will be emailed to all Respon­dents who sub­mit­ted a response to this SOQ

If award­ed, the select­ed Firm will be required to sign a Mas­ter Pro­fes­sion­al Ser­vices Con­tract (ref­er­ence Attach­ment I). Mas­ter Pro­fes­sion­al Ser­vice Con­tract shall be sub­ject to ter­mi­na­tion by the Dis­trict at any time at will and with­out cause, except that the ter­mi­nat­ed ven­dor shall either be per­mit­ted to fin­ish any task order in progress at the time of ter­mi­na­tion or be equi­tably com­pen­sat­ed for work per­formed for work per­formed pri­or to ter­mi­na­tion. All work prod­ucts includ­ing detailed reports, plans, orig­i­nal trac­ings, spec­i­fi­ca­tions, and oth­er data in what­ev­er form (text, graph­ic, dig­i­tal or oth­er elec­tron­ic) pre­pared or obtained by the Respon­dent, in con­nec­tion with its ser­vices, shall belong to the Dis­trict and shall be deliv­ered to the Dis­trict prompt­ly with­out cost or lien upon request or ter­mi­na­tion of any con­tract. A copy of the fir­m’s sub­mis­sion will be incor­po­rat­ed by ref­er­ence to the con­tract; how­ev­er, in the event of any ambi­gu­i­ty, the District’s con­tract will pre­vail. Any request­ed changes to the sam­ple con­tract shall be sub­mit­ted in the SOQ response and clear­ly marked Pro­posed Con­tract Changes”. The Dis­trict reserves the right to accept or reject any of these pro­posed changes. 

N. RIGHT TO ACCEPT OR REJECT 

The Dis­trict reserves the right to accept or reject any or all sub­mis­sions received as a result of this SOQ, and to waive any infor­mal­i­ties, defects, or irreg­u­lar­i­ties in any sub­mis­sion, or to accept that sub­mis­sion which, in the judg­ment of the prop­er offi­cials, is in the best inter­est of the District. 

O. TERM OF CONTRACT 

The Dis­trict envi­sions enter­ing into non-exclu­sive Con­tin­u­ing Con­tract for Mas­ter Pro­fes­sion­al Ser­vices Con­tract for a five (5) year ini­tial term with one poten­tial five (5) year renew­al term with the suc­cess­ful Respon­dent, with spe­cif­ic task orders for projects that are approved by the Dis­trict. Task orders for sub­se­quent or relat­ed items may fol­low at lat­er dates, but no work is guar­an­teed. The Dis­trict is under no oblig­a­tion, either express or implied, to con­tract for project man­age­ment of any of the Dis­trict cap­i­tal improve­ment projects. The con­tract will be sub­ject to the annu­al review and approval of the Air­port Board, the sat­is­fac­to­ry nego­ti­a­tion of terms (includ­ing rates accept­able to both the Dis­trict and the select­ed Respon­dent), and the avail­abil­i­ty of fund­ing. The con­tract is non-exclu­sive. The Board of Direc­tors reserves the right, at its sole dis­cre­tion, to con­tract with mul­ti­ple respon­sive ven­dors and to con­tract with oth­er firms for engi­neer­ing and oth­er pro­fes­sion­al services.

P. GRIEV­ANCE

Any per­son who is adverse­ly affect­ed by the District’s deci­sion or intend­ed deci­sion shall file with the District’s Exec­u­tive Direc­tor a notice of protest in writ­ing with­in 72 hours after the post­ing of the notice of deci­sion or intend­ed deci­sion. With respect to a protest of the terms, con­di­tions, and spec­i­fi­ca­tions con­tained in this SOQ, includ­ing any pro­vi­sions gov­ern­ing the meth­ods for rank­ing response or replies, award­ing con­tracts, reserv­ing rights of fur­ther nego­ti­a­tion, or mod­i­fy­ing or amend­ing any con­tract. The notice of protest shall be filed in writ­ing with­in 72 hours after the post­ing of the request for SOQ. The for­mal writ­ten protest shall be filed with­in 10 days after the date the notice of intent to protest is filed. Fail­ure to file a notice of protest or fail­ure to file a for­mal writ­ten protest shall con­sti­tute a waiv­er of pro­ceed­ings. The for­mal writ­ten protest shall state with par­tic­u­lar­i­ty the facts and law upon which the protest is based. Sat­ur­days, Sun­days, and state hol­i­days shall be exclud­ed in the com­pu­ta­tion of the 72-hour time peri­ods pro­vid­ed by this paragraph. 

Q. PUB­LIC RECORDS LAWS 

Flori­da Statutes require that all mate­r­i­al sub­mit­ted in con­nec­tion with a response shall be deemed to be pub­lic record sub­ject to pub­lic inspec­tion upon award, rec­om­men­da­tion for award, or thir­ty (30) days after SOQ open­ing, whichev­er occurs first. All mate­r­i­al sub­mit­ted with the response will become the prop­er­ty of the Dis­trict unless oth­er­wise request­ed or not­ed at the time of sub­mis­sion. Accord­ing­ly, the result­ing con­tract will include all claus­es required by Flori­da Statute 119.0701 and Respon­dent agrees to com­ply with Chap­ter 119, as applic­a­ble, at its own cost. 

R. INSUR­ANCE REQUIREMENTS 

The suc­cess­ful Respon­dent shall main­tain, at its own expense, con­tin­u­ous insur­ance as set forth below: 

1. Worker’s com­pen­sa­tion: Statutory

2. Com­pre­hen­sive Gen­er­al Liability 

Bod­i­ly Injury and Prop­er­ty Dam­age Combined 

$2,000,000 / $2,000,000

3. Auto­mo­bile Liability

Bod­i­ly Injury and Prop­er­ty Dam­age Combined 

$1,000,000 / $1,000,000

4. Pro­fes­sion­al Lia­bil­i­ty Insurance

Includ­ing Errors and Omissions 

$1,000,000 / $1,000,000

Insur­ance shall indem­ni­fy the Dis­trict against any and all claims aris­ing under or as a result of the per­for­mance of the Con­tract. The Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al Dis­trict shall be named as an addi­tion­al insured on all lia­bil­i­ty poli­cies. The Dis­trict must also be pro­vid­ed with thir­ty (30) days’ notice pri­or to can­cel­la­tion, mod­i­fi­ca­tion or reduc­tion in lim­its of any stip­u­lat­ed insurance. 

S. INDE­PEN­DENT CON­TRAC­TOR STATUS 

The award­ed Respon­dent shall not, by enter­ing into a Con­tract, become a ser­vant, agent, or employ­ee of the Dis­trict, but shall remain at all times an inde­pen­dent con­trac­tor to the Dis­trict. The Con­tract shall not be deemed to cre­ate any joint ven­ture, part­ner­ship, or com­mon enter­prise between the vend­ing con­trac­tor and the Dis­trict, and the rights and oblig­a­tions of the par­ties shall not be oth­er than as express­ly set forth. 

T. LAWS

Com­pli­ance with EEOC and oth­er State and Fed­er­al Laws: To the extent set forth in the respec­tive statutes, 

Respon­dent shall com­ply with the pro­vi­sions of:

  1. Title VII of the Civ­il Rights Act of 1964

  2. Age Dis­crim­i­na­tion in Employ­ment Act of 1967

  3. Title I of the Amer­i­cans with Dis­abil­i­ties Act of 1990

  4. Equal Pay Act of 1963

  5. Fair Labor Stan­dards Act of 1938; and 

  6. Immi­gra­tion Reform and Con­trol Act of 1986

Exhib­it A to the Sam­ple Con­tract (Attach­ment I) con­tains addi­tion­al required pro­vi­sions for the contract:

  • Access to Records and Reports 

  • Buy Amer­i­can Preference 

  • Civ­il Rights – General 

  • Civ­il Rights – Title VI Assurances 

  • Civ­il Rights – List – Per­ti­nent Authorities

  • Dis­ad­van­taged Busi­ness Enterprises 

  • Ener­gy Con­ser­va­tion Requirements 

  • Occu­pa­tion­al Safe­ty and Health Act of 1970

  • Veteran’s Pref­er­ence

  • Seis­mic Safety 

  • Copeland Anti‐​Kickback Act 

  • Fed­er­al Fair Labor Stan­dards Act (Fed­er­al Min­i­mum Wage)

  • Equal Employ­ment Oppor­tu­ni­ty Clause

  • Equal Employ­ment Oppor­tu­ni­ty Specifications 

  • Pro­hi­bi­tion of Seg­re­gat­ed Facilities

  • Pro­cure­ment of Recov­ered Materials

  • Ter­mi­na­tion of Con­tract (for Con­ve­nience Breach of Con­tract Terms)

  • Clean Air and Water Pol­lu­tion Control 

  • Affir­ma­tive Action Requirement

  • Dis­tract­ed Dri­ving – Tex­ting When Driving

  • Davis‐​Bacon Requirements

  • Rights to Invention

  • Con­tract Work­hours and Safe­ty Stan­dards Act Requirements

U. TITLE VI SOLIC­I­TA­TION NOTICE

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

The require­ments of 49 CFR part 26 apply to the result­ing con­tract. It is the pol­i­cy of the Dis­trict to prac­tice nondis­crim­i­na­tion based on race, col­or, sex or nation­al ori­gin in the award or per­for­mance of this con­tract. The Air­port encour­ages par­tic­i­pa­tion by all firms qual­i­fy­ing under this solic­i­ta­tion regard­less of busi­ness size or ownership. 

*** End of Overview and Instruc­tions for Respondents ***

II. SCOPE OF SERVICES 

A. OVERVIEW

North­west Flori­da Beach­es Inter­na­tion­al Air­port (“ECP or Air­port”) is owned and oper­at­ed by the Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al Dis­trict (“Dis­trict”). The Air­port is cur­rent­ly served by Amer­i­can Air­lines, Delta Air Lines, South­west Air­lines and Unit­ed Air­lines, and is grow­ing every year. For addi­tion­al infor­ma­tion about the Air­port, ECP, please vis­it www​.ifly​beach​es​.com.

The Dis­trict cur­rent­ly has a con­tract with a Gen­er­al Con­sul­tant for cur­rent projects for sim­i­lar ser­vices described here­in. How­ev­er, as the Air­port grows the Dis­trict has a need to have mul­ti­ple con­sul­tants that will per­form work on a rota­tion­al basis on a project by project basis. The work will be issued at the dis­cre­tion of the Dis­trict based on work­loads and scheduling. 

The Dis­trict is request­ing State­ments of Qual­i­fi­ca­tions (SOQ) from qual­i­fied ven­dors to per­form gen­er­al con­sult­ing ser­vices as here­inafter described on Dis­trict lands, and these gen­er­al con­sult­ing ser­vices may include project inspec­tion, con­struc­tion man­age­ment and plan­ning ser­vices asso­ci­at­ed with the con­cep­tu­al design, fea­si­bil­i­ty stud­ies, and over­all oper­a­tion of the air­port and relat­ed facil­i­ties. The award­ed Respon­dent will be issued Task Orders on a rota­tion­al basis. These ser­vices shall be per­formed in accor­dance with accept­able con­sul­tant prac­tices, and are to be car­ried out in accor­dance with Fed­er­al Avi­a­tion Admin­is­tra­tion (FAA) require­ments, Flori­da Depart­ment of Trans­porta­tion (FDOT) guide­lines, Flori­da Statutes (FS) and Codes, and all applic­a­ble local codes, reg­u­la­tions, ordi­nances, poli­cies and plan­ning procedures. 

The ser­vices pro­vid­ed under this award shall be lim­it­ed to those cap­i­tal projects antic­i­pat­ed to be ini­ti­at­ed with­in the next five (5) years as more ful­ly described in Appen­dix A (the Projects”). The Projects and the ser­vices pro­vid­ed may be accom­plished across mul­ti­ple grants. All work on Projects fol­low­ing the award shall be through the nego­ti­a­tion and issuance of spe­cif­ic task orders. The Dis­trict may add addi­tion­al ser­vices to the result­ing agree­ment for projects or ser­vices which meet the fol­low­ing criteria: 

  1. Task Orders for ser­vices on unlist­ed Projects may be accom­plished if the project is not FAA fund­ed and any of the fol­low­ing are met: 

    1. The esti­mat­ed con­struc­tion cost of each indi­vid­ual project under the con­tract does not exceed $4 mil­lion; or 

    2. The fee for pro­fes­sion­al ser­vices for each indi­vid­ual study under the con­tract does not exceed $500,000.

  2. Task Orders for addi­tion­al ser­vices may be issued for FAA projects if all of the fol­low­ing are met:

    1. The addi­tion­al ser­vices are sim­i­lar in char­ac­ter to the scope of ser­vices of this SOQ.

    2. The addi­tion­al ser­vices do not require ser­vices not list­ed in the scope of this SOQ.

    3. The addi­tion­al ser­vices are not expect­ed to exceed $100,000.

    4. The Dis­trict can pro­vide accept­able jus­ti­fi­ca­tion for not ini­ti­at­ing a new pro­cure­ment action.

This SOQ is specif­i­cal­ly gov­erned by FAA Advi­so­ry Cir­cu­lar 1505100 – 14E (the Advi­so­ry Cir­cu­lar”) which is incor­po­rat­ed here­in by ref­er­ence. Pro­posers are encour­ag­ing to famil­iar­ize them­selves with Sec­tion 1.4 and 1.5 of the Advi­so­ry Circular.

B. SCOPE OF SERVICES 

The pri­ma­ry func­tion of the Gen­er­al Con­sul­tant will be to act as an exten­sion of the District’s staff and assist the Dis­trict with its over­all plan­ning, sched­ul­ing and imple­men­ta­tion of all phas­es of the Projects and addi­tion­al ser­vices allowed by this award. These ser­vices shall include: 

  • Avi­a­tion Plan­ning Ser­vices as that term is defined by sec­tion 1.4.1 in FAA Advi­so­ry Cir­cu­lar 150510014 includ­ing but not lim­it­ed to:
  • Eval­u­a­tion and analy­sis cur­rent Air­port oper­a­tions relat­ed to cur­rent and antic­i­pat­ed future Air­port activ­i­ty with­in exist­ing and recent­ly con­struct­ed facil­i­ties as well as poten­tial devel­op­ment areas.;
  • Iden­ti­fi­ca­tion devel­op­ment options with­in the cur­rent Air­port Mas­ter Plan and Air­port Lay­out Plan;
  • Prepa­ra­tion of exist­ing Air­port Lay­out Plan and Air­port Mas­ter Plan update based upon future facil­i­ty needs;
  • Devel­op updat­ed Mas­ter Plan­ning con­cep­tu­al schemat­ic site plan­ning, pro­gram devel­op­ment and infra­struc­ture assess­ments con­sis­tent with the updat­ed Air­port Lay­out Plan and Air­port Mas­ter Plan;
  • Air­port Stud­ies, Plan­ning and Design;
  • Engi­neer­ing analy­sis of facil­i­ty defi­cien­cies; and the prepa­ra­tion of an engi­neer­ing scope of ser­vices and staff hours esti­mat­ed to cor­rect those deficiencies;

  • Architectural/​Engineering Con­sul­tant Ser­vices for Air­port Devel­op­ment Projects as that term is defined in sec­tion 1.4.2.1 and 1.4.2.2 in FAA Advi­so­ry Cir­cu­lar 150510014 includ­ing but not lim­it­ed to:
  • Project sched­ule devel­op­ment of plan­ning, envi­ron­men­tal, design, and con­struc­tion engi­neer­ing inspec­tion activities;
  • Prepar­ing design cri­te­ria and bridg­ing doc­u­ments com­mon­ly used for alter­na­tive project deliv­ery meth­ods for design build contract;
  • Review and analy­sis of pro­fes­sion­al engi­neer­ing issues con­tained in response sub­mit­ted by con­sul­tants com­pet­ing for pro­fes­sion­al ser­vice contracts;
  • Con­duct scope of ser­vice meet­ings with oth­er pro­fes­sion­al consultants;
  • Prepa­ra­tion of con­trac­tu­al ser­vices in accor­dance with all applic­a­ble laws, rules, and regulations; 
  • Super­vi­sion and man­age­ment of engi­neer­ing con­sul­tants on indi­vid­ual Task Orders, respond­ing to their tech­ni­cal ques­tions, and review­ing their work in progress and com­plet­ed work;
  • Review­ing ana­lyz­ing, and accept­ing mill test reports for mate­ri­als and equipment;
  • Rep­re­sent­ing the Dis­trict dur­ing pro­fes­sion­al ser­vice nego­ti­a­tions with con­sul­tants, util­i­ties, con­trac­tors, and oth­er entities;
  • Oth­er activ­i­ties asso­ci­at­ed with the admin­is­tra­tion and man­age­ment of pro­fes­sion­al con­sult­ing services.
  • Plan­ning, over­see­ing and man­ag­ing the Projects and the var­i­ous design­ers, engi­neers, con­sul­tants, sup­pli­ers, con­struc­tion man­agers and con­trac­tors that may be retained by the District.
  • Assist­ing the Air­port in adver­tis­ing and secur­ing bids, nego­ti­at­ing for ser­vices, ana­lyz­ing bid results, fur­nish­ing rec­om­men­da­tions on the award of con­tracts and prepar­ing con­tract documents. 

  • Con­struc­tion Phase ser­vices as that term is defined by sec­tion 1.4.2.4 in FAA Advi­so­ry Cir­cu­lar 150- 5100 – 14 

  • Project Close­out Ser­vices as that term is defined in sec­tion 1.4.2.5 in FAA Advi­so­ry Cir­cu­lar 150510014.

The suc­cess­ful Respon­dent shall per­form all work in a time­ly man­ner and shall be respon­si­ble for ensur­ing coor­di­na­tion of its work with the Dis­trict. The Dis­trict requires all ser­vices per­formed by the firm to com­ply with accept­able pro­fes­sion­al con­sult­ing prac­tices. Con­sul­tant shall not per­form ser­vices which may allow for a con­flict with FAA AIP pro­cure­ment require­ments or which would oth­er­wise allow the Con­sul­tant to apply undue influ­ence on the District’s decisions. 

1. Project Task Orders 

All work to be pro­vid­ed by the Con­sul­tant and/​or Firm, if any, will be set forth in Task Orders. The Task Orders will be issued under the Mas­ter Pro­fes­sion­al Ser­vices Con­tract. Each Task Order shall set forth the spe­cif­ic ser­vices to be per­formed, the key per­son­nel to pro­vide the ser­vices, the not to exceed cost of the ser­vices, and the com­ple­tion date for the services. 

Task Orders may require mul­ti­ple dis­ci­plines with vary­ing scopes. Below are exam­ples of dis­ci­plines, expe­ri­ence which may be cov­ered by task orders:

  • Air­port Plan­ning and Design 

  • Build­ing Design and Construction 

  • Road­way Design and Construction 

  • Air­field Design and Construction 

  • Air­field Lighting 

  • Apron Design and Construction 

  • Taxi­way Con­struc­tion and Reconstruction 

  • Run­way Con­struc­tion and Reconstruction 

  • Air­craft Park­ing Apron Construction 

  • Park­ing Facil­i­ty Design and Construction 

  • Land Acqui­si­tion

  • Drainage and Stormwa­ter Relat­ed Projects 

  • Air­field Light­ing Improvements 

  • Ten­ant Facil­i­ty Relocation 

  • Project Inspec­tion

  • Con­struc­tion Admin­is­tra­tions and Man­age­ment Services 

  • Air­port Plan­ning and Design 

  • Reg­u­la­to­ry Compliance 

  • Envi­ron­men­tal Mit­i­ga­tion Efforts 

  • Grant Appli­ca­tions and Compliance

2. Ser­vices and Data

The Dis­trict shall fur­nish, with­out charge, the fol­low­ing ser­vices and data to the Con­sul­tant for the per­for­mance of the work:

a. Cri­te­ria and infor­ma­tion appro­pri­ate to Dis­trict require­ments for the Con­sul­tant includ­ing objec­tives, bud­get lim­i­ta­tions and time restraints. 

b. All Dis­trict poli­cies, pro­ce­dures, stan­dards and oth­er infor­ma­tion applic­a­ble to the services. 

c. All spec­i­fi­ca­tions sched­ules, reports and oth­er infor­ma­tion pre­pared by or for the Dis­trict by oth­ers that are avail­able to the Dis­trict and the Dis­trict con­sid­ers per­ti­nent to the Con­sul­tants respon­si­bil­i­ties described here­in and/​or Task Order.

d. Avail­able traf­fic or air traf­fic data that may relate to the Con­sul­tants task.

3. Assign­ment and Subcontractors
The Con­sul­tant will main­tain an ade­quate and com­pe­tent pro­fes­sion­al staff to enable a time­ly per­for­mance of the ser­vices under the result­ing con­tract. The Con­sul­tant is ful­ly respon­si­ble for the sat­is­fac­to­ry com­ple­tion of work regard­less if the work being pro­vid­ed is by a con­sult­ing firm or a sub­con­sul­tant or sub­con­trac­tor. The Con­sul­tant will not sub­let, assign or trans­fer any work under the result­ing con­tract or Task Orders to any con­sul­tant or con­trac­tor that is not spec­i­fied in the result­ing con­tract with­out writ­ten con­sent from the District. 

All subconsultant/​subcontractor agree­ments must adhere to the same terms and con­di­tions the Dis­trict requires the Con­sul­tant to adhere to in the result­ing con­tract and/​or Task Orders that the Dis­trict enters into. 

If the Task Order requires a pro­fes­sion­al ser­vice the Dis­trict will fol­low all rules, reg­u­la­tions and laws estab­lished in deter­mine the most qual­i­fied con­sul­tant for that par­tic­u­lar Task Order 

4. Pay­ments and Finan­cial Consequences 

Con­sul­tant shall be paid in accor­dance with the result­ing con­tract and Task Orders defin­ing the ser­vices being per­formed, time­lines estab­lished and prop­er sub­mit­tals of required doc­u­men­ta­tion. The fees sched­ules will vary depen­dent on each task order. The award­ed ven­dor and sub­con­sul­tants pay­ments will depend upon the scope of ser­vices of each Task Order, rates will be estab­lished on a basis of direct per­son­nel ser­vices, retain­er, cost plus fixed fee, fixed fee plus sum, spe­cif­ic rates, or a com­bi­na­tion of the types of compensation. 

A progress report and invoice must be pro­vid­ed to the Dis­trict for every Task Order or Task Order Change which will prompt pay­ment for the asso­ci­at­ed work per­formed. The progress report must include detailed task that were per­formed for the spe­cif­ic Task Order or Task Order Change. If the per­for­mance of that task Order or Task Order Change were not deliv­ered to the Dis­trict in the man­ner pre­scribed the Dis­trict has the right to with­hold pay­ment. The Con­sul­tant shall re-per­form the task and resub­mit doc­u­men­ta­tion of cor­rec­tion to the Dis­trict for approval with­in the pre­scribed time in each Task Order. If the task is not com­plet­ed with­in the time­frame spec­i­fied, the Dis­trict can retain pay­ment as described in Chap­ter 255.078 F.S., and/​or the Dis­trict may ter­mi­nate the Task Order and/​or Con­tract for fail­ure to fol­low these provisions. 

REMAIN­DER OF PAGE INTEN­TION­AL­LY LEFT BLANK 

Appen­dix A 

Poten­tial Projects List

Appen­dix A, Poten­tial Project List, is a list­ing of Air­port projects includ­ed in the most recent­ly com­plet­ed Air­port Mas­ter Plan and the Mas­ter Plan Update that is cur­rent­ly under­way, along with esti­mat­ed costs as set forth in the cur­rent Trans­porta­tion Plan­ning Orga­ni­za­tion Project Pri­or­i­ty List for inclu­sion in the pro­posed Flori­da Depart­ment of Trans­porta­tion Five-Year Work Pro­gram. Please note that inclu­sion of a project in this list does not guar­an­tee that such work will be under­tak­en, nor does it guar­an­tee that pro­fes­sion­al ser­vices award­ed under this con­tract will be des­ig­nat­ed for the project.

Potential Project List
Project Name Estimated Budget
OB Baggage Expansion - CONSTRUCTION $ 5,307,120
Screening Checkpoint – DESIGN/CONSTRUCTION $ 691,000
CBP International Facility -DESIGN $ 411,740
Runway/Taxiway Improvements - Joint Seal $ 1,000,000
Commercial Apron Expansion - CONSTRUCTION $ 3,504,800
Upgrade Airport Security System – DESIGN/START IMPLEMENTATION $ 3,000,000
Vehicle Parking Expansion – DESIGN/CONSTRUCTION $ 274,000
Screening Checkpoint - CONSTRUCTION $ 7,338,240
Environmental Assessment - ONGOING $ 500,000
CBP International Facility - CONSTRUCTION $ 2,058,700
North Concourse Expansion Phase I - CONSTRUCTION $ 7,862,400
Vehicle Parking Expansion – DESIGN/CONSTRUCTION $ 2,771,000
Rehabilitate Vehicle Access Road $ 2,075,000
North Terminal Expansion – DESIGN $ 9,000,000
North Terminal Expansion – CONSTRUCTION $ 75,000,000
Commercial Ramp Expansion – CONSTRUCTION $ 10,000,000
Development of General Aviation Support Areas $ 5,000,000
Relocation of Rental Car Facilities $ 8,000,000
Vehicle Parking Expansion Options $ 5,000,000
West Bay Parkway Improvements $ 7,000,000
Runway/Taxiway Repairs/Improvements $ 8,000,000
Pave Perimenter Security Road – CONSTRUCTION $ 2,369,000
Hurricane Mitigation (6 of 6) $ 646,449
Airport Westbay Pavement Rehabilitation Milling and Overlay $ 4,520,000
Expand Cell Phone Parking Lot $ 400,000
Airport Maintenance Building Expansion $ 500,000
Terminal Building Emergency Power Generator $ 1,600,000
ARFF Vehicle $ 800,000
Fuel Farm Expansion $ 4,500,000
Development of Aircraft Hangar Facilities $ 10,000,000
Development and Expansion of Public Safety Building/EOC $ 5,400,000
Airport Landscaping/Apprearance Areas Development $ $1,000,000
Pave Perimeter Road $ 6,200,000
Utility and Infrastructure Development $ 5,000,000

III. SOQ RESPONSE REQUIREMENTS

The Air­port does not desire volu­mi­nous sub­mis­sions; there­fore, please lim­it your response to essen­tial infor­ma­tion. By sub­mit­ting a response, your firm agrees to the terms and con­di­tions stat­ed here­in unless explic­it­ly stat­ed oth­er­wise in your response to this SOQ. The Air­port will not reim­burse costs asso­ci­at­ed with devel­op­ment of a response, inter­views or presentations. 

Sub­mit­tals must con­tain the fol­low­ing infor­ma­tion, in the fol­low­ing order: 

A. Title Page 

Title page show­ing the firm’s name, the name, address, tele­phone num­ber, fax num­ber and e‑mail address of the con­tact per­son and the date of the State­ment of Qualifications. 

B. Cov­er Letter 

The Pro­pos­al must include a let­ter of trans­mit­tal attest­ing to its accu­ra­cy, signed by an indi­vid­ual autho­rized to exe­cute bind­ing legal doc­u­ments on behalf of the Respon­dent. The cov­er let­ter shall pro­vide the name, address, tele­phone num­ber and email address of the Respon­dent and the exec­u­tive that has the author­i­ty to con­tract with the Dis­trict. The cov­er let­ter shall also include a state­ment as to the firm’s under­stand­ing of the work to be done and why it believes itself to be the most qual­i­fied to per­form the engage­ment. Please pro­vide a sum­ma­ry of your firm’s his­to­ry, qual­i­fi­ca­tions and its expe­ri­ence in the type of ser­vices request­ed in this SOQ

C. Table of Contents 

Should include labeled sec­tions and page num­bers for the Selec­tion Com­mit­tee to eas­i­ly access ref­er­enced material. 

D. Detailed State­ment of Qualifications 

Gen­er­al Requirements:
Detailed State­ment of Qual­i­fi­ca­tions and Expe­ri­ence fol­low­ing the order set forth below. Respons­es that do not fol­low this rec­om­mend­ed for­mat out­line may be deemed unre­spon­sive and dis­qual­i­fied from the process. In addi­tion, fail­ure on the part of a firm to pro­vide the required doc­u­men­ta­tion may be cause for elim­i­na­tion from consideration. 

The pur­pose of this sec­tion is to demon­strate the qual­i­fi­ca­tions, com­pe­tence and capac­i­ty of the firm seek­ing to under­take the ser­vices of the Dis­trict in con­for­mi­ty with the require­ments of this request. As such, the sub­stance of infor­ma­tion sub­mit­ted will car­ry more weight than the form or man­ner of presentation. 

THERE SHALL BE NO DOL­LAR UNITS OR TOTAL COSTS INCLUD­ED IN THE STATE­MENT OF QUAL­I­FI­CA­TIONS. Fees will be nego­ti­at­ed with the high­est ranked firm after eval­u­a­tion and rank­ing of the Respon­dents have been completed. 

The sub­mit­tal shall address all of the points out­lined in this request (exclud­ing any cost infor­ma­tion). The sub­mit­tal should be pre­pared sim­ply and eco­nom­i­cal­ly, pro­vid­ing a straight­for­ward, con­cise descrip­tion of the firm’s capa­bil­i­ties to sat­is­fy the require­ments of this request. While addi­tion­al data may be pre­sent­ed, the fol­low­ing sub­jects, items 1 through 6, must be included.

  1. Inde­pen­dence
    The firm shall pro­vide an affir­ma­tive state­ment that it is inde­pen­dent of the Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al Dis­trict, its Board mem­bers and its staff. 

    The firm shall also list and describe the firm’s and pro­posed sub­con­trac­tors’ pro­fes­sion­al rela­tion­ships involv­ing the Dis­trict for the past five (5) years, togeth­er with a state­ment explain­ing why such rela­tion­ships do not con­sti­tute a con­flict of inter­est rel­a­tive to per­form­ing the pro­posed services. 

  2. License to Prac­tice in the State of Florida
    An affir­ma­tive state­ment shall be includ­ed that the firm and all assigned key pro­fes­sion­al staff are prop­er­ly registered/​licensed to prac­tice in the State of Flori­da and pro­vide copies of the license for each individual. 

  3. Firm Qual­i­fi­ca­tions and Experience
    The sub­mit­tal shall state the size of the firm, the loca­tion of the office from which the work on this engage­ment is to be per­formed and the num­ber and nature of the pro­fes­sion­al staff to be employed in this engage­ment. The firm shall also state whether it is local, region­al, nation­al or inter­na­tion­al in operations. 

    If the sub­mit­tal is based on a joint ven­ture or con­sor­tium, the qual­i­fi­ca­tions of each firm com­pris­ing the joint ven­ture or con­sor­tium shall be sep­a­rate­ly iden­ti­fied, and the firm that is to serve as the prin­ci­pal engi­neer shall be noted. 

    The sub­mit­tal shall include a descrip­tion of the range of ser­vices per­formed by the local office. The sub­mit­tal shall state with par­tic­u­lar­i­ty the Respondent’s capa­bil­i­ty to per­form all or most aspects of the Scope of Ser­vices for the Projects and all recent expe­ri­ence in air­port projects com­pa­ra­ble to the pro­posed task. 

    The firm is also required to sub­mit a copy of the report on its most recent exter­nal qual­i­ty con­trol review or peer review, if applicable. 

    The firm shall pro­vide an affir­ma­tion that the firm meets all spe­cif­ic require­ments imposed by fed­er­al, state or local law or rules and regulations. 

  4. Staff Qual­i­fi­ca­tions and Experience
    Iden­ti­fy the prin­ci­pal super­vi­so­ry and man­age­ment staff, includ­ing part­ners, man­agers, oth­er super­vi­sors and spe­cial­ists who will be assigned to this engage­ment, includ­ing staff from oth­er than the local office. Indi­cate whether each per­son is reg­is­tered or licensed to prac­tice their pro­fes­sion in the State of Flori­da. Pro­vide infor­ma­tion on the pro­fes­sion­al expe­ri­ence of each per­son, includ­ing, but not lim­it­ed to, infor­ma­tion on their rep­u­ta­tion and pro­fes­sion­al integri­ty and com­pe­tences and knowl­edge of FAA reg­u­la­tions, poli­cies, and procedures. 

    Pro­vide as much infor­ma­tion as pos­si­ble regard­ing the num­ber, qual­i­fi­ca­tions, expe­ri­ence and train­ing, includ­ing rel­e­vant to their rep­u­ta­tion and pro­fes­sion­al integri­ty and com­pe­tences and knowl­edge of FAA reg­u­la­tions, poli­cies, and pro­ce­dures, con­tin­u­ing pro­fes­sion­al edu­ca­tion, of the spe­cif­ic staff to be assigned to this engage­ment. Indi­cate which staff member(s) will be local and which staff member(s) will be remote. Dis­cuss how the qual­i­ty of staff over the term of the result­ing con­tract will be assured. Include an orga­ni­za­tion­al dia­gram that clear­ly shows the prin­ci­pal dis­tri­b­u­tion of pro­fes­sion­al and super­vi­so­ry per­son­nel. If a change is required between sub­mit­tal and award, the firm must noti­fy the Pro­cure­ment Man­ag­er of the pro­posed replace­ment. Man­agers, super­vi­so­ry staff and spe­cial­ists may be changed if those per­son­nel leave the firm, are pro­mot­ed or are assigned to anoth­er office. These per­son­nel may also be changed for oth­er rea­sons with the express pri­or writ­ten per­mis­sion of the Dis­trict. How­ev­er, in either case, the Dis­trict retains the right to approve or reject replace­ments. Any staff replace­ments must have sub­stan­tial­ly the same or bet­ter qual­i­fi­ca­tions or experience.

  5. Sim­i­lar Engage­ments with Oth­er Air­ports or Gov­ern­men­tal Entities 

For the firm’s office that will be assigned respon­si­bil­i­ty for this con­tract, list the most sig­nif­i­cant engage­ments per­formed in the last five (5) years that are sim­i­lar to the ser­vices described in this request for SOQs.


These sim­i­lar engage­ments shall be ranked on the basis of engage­ment size. Indi­cate the scope of work, date, engage­ment part­ners and the name and tele­phone num­ber for the prin­ci­pal client contact. 

This same infor­ma­tion shall be pro­vid­ed on oth­er pro­fes­sion­als who will par­tic­i­pate in this pro­posed con­tract, but who are not part of the lead firm. 

6. Approach and Methodology
Describe your firms approach and meth­ods when new Task Orders are issued

Any addi­tion­al infor­ma­tion which will allow the Selec­tion Com­mit­tee the abil­i­ty to prop­er­ly eval­u­ate the response. 

E. DBE Status 

Indi­cate whether firm and/​or sub-con­trac­tors are a Dis­ad­van­taged Busi­ness Enter­prise (DBE).

F. Cur­rent Workload 

Pro­vide a list of projects and/​or con­tracts for which the firm is cur­rent­ly respon­si­ble. Pro­vide a list of any projects and/​or con­tracts the firm will be respon­si­ble for through Decem­ber 2025. Respond­ed should pro­vide a brief statement 

G. Insur­ance Cov­er­age / Bond­ing Capacity 

Pro­vide infor­ma­tion regard­ing your insur­ance cov­er­ages and bond­ing capac­i­ty. List applic­a­ble cov­er­age. Ref­er­ence sec­tion I, Overview and Instruc­tions for SOQ, R. Insur­ance Requirements. 

H. Legal Actions 

If applic­a­ble, pro­vide infor­ma­tion on pend­ing or past legal actions at fed­er­al­ly-oblig­at­ed air­ports with­in the past five (5) years for the Respondent. 

I. Request­ed Changes to sign sam­ple Pro­fes­sion­al Ser­vices Contract 

Any request­ed changes to the Mas­ter Pro­fes­sion­al Ser­vices Con­tract (Attach­ment I) shall be indi­cat­ed. Request­ed changes may or may not be considered. 

J. Required Forms 

Pro­vide exe­cut­ed copies of Required Forms as list­ed below: 

The fol­low­ing forms MUST be com­plet­ed by the Respon­dent and attached to the response. Fail­ure to sub­mit these forms may be grounds for dis­qual­i­fi­ca­tion of the Respon­dent from con­sid­er­a­tion. How­ev­er, the Dis­trict reserves the right to waive any minor irreg­u­lar­i­ty if it is in the best inter­est of the Dis­trict to do so.

  1. State­ment of Qual­i­fi­ca­tions Certification 

  2. Ref­er­ences

  3. Non-Col­lu­sion Affi­davit Form 

  4. Anti-Lob­by­ing Form 

  5. Debar­ment Certification 

  6. Trade Restric­tion Certification 

  7. Traf­fick­ing in Person 

  8. Acknowl­edge­ment of Adden­da (even if none are issued) 

  9. Sworn State­ment Pur­suant to Sec­tion 287.133 (3)(A) Flori­da Statutes on Pub­lic Enti­ty Crimes 

  10. Dis­ad­van­taged Busi­ness Enter­prise Statement 

    *** End of II. SOQ Response Requirements *** 

IV. SELEC­TION CRI­TE­RIA AND SCORING

A. Gen­er­al

Any prop­er­ly sub­mit­ted response will be reviewed and eval­u­at­ed by the District’s Selec­tion Com­mit­tee. The Selec­tion Com­mit­tee will be com­prised of Dis­trict Board Member(s) and Dis­trict Staff. By sub­mit­ting a response to this SOQ, Respon­dent accepts the eval­u­a­tion process and acknowl­edges the deter­mi­na­tion as judged by the Selec­tion Com­mit­tee and will be rec­om­mend­ed for selec­tion. Fur­ther, the Dis­trict may elect to reject all sub­mit­tals and/​or elect not to select any Consultant. 

The Selec­tion Com­mit­tee will make the final judg­ment and deter­mi­na­tion as to which Con­sul­tant and/​or Firm(s) is best qual­i­fied to per­form the request­ed ser­vices and will employ such analy­sis tech­niques as it deems nec­es­sary to make such judg­ment. The Selec­tion Com­mit­tee may request sub­mis­sion of addi­tion­al infor­ma­tion and/​or an inter­view with select­ed Con­sul­tant and/​or Firms to assist in the eval­u­a­tion process. 

Upon review and eval­u­a­tion of all qual­i­fy­ing response, includ­ing any inter­views that the Dis­trict may require, the Selec­tion Com­mit­tee will select and rec­om­mend the ven­dor that, in its sole judge­ment, is most respon­sive in meet­ing the require­ments and objec­tives of this SOQ as set forth below. The Selec­tion Committee’s rank­ing will then be adopt­ed by the Airport’s Board of Direc­tors at a pub­lic meet­ing of the Board, or the Board will mod­i­fy and adopt a rank­ing and state with par­tic­u­lar­i­ty on the record its rea­sons for reject­ing or mod­i­fy­ing the Selec­tion Committee’s ranking. 

Con­sul­tants and Firms with qual­i­fi­ca­tions spe­cif­ic to air­port expe­ri­ence will have an advan­tage over Con­sul­tants or Firms with­out expe­ri­ence with air­ports. The Eval­u­a­tors will be giv­en instruc­tion to score all respons­es accordingly. 

REMAIN­DER OF PAGE INTEN­TION­AL­LY LEFT BLANK

B. Scor­ing

The Dis­trict will assign a numer­ic score from zero (0) to five (5) to each sec­tion of scor­ing criteria.

Scoring
Numerical Score Description of Numerical Score Explanation
5 Superior Response exhaustively addresses the evaluation criterion or demonstrates extraordinary capability and/or experience related to the criterion.
4 Excellent Response extensively addresses the evaluation criterion or demonstrates exceptional capability and/or experience related to the criterion.
3 Acceptable Response adequately addresses the evaluation criterion or demonstrates limited capability and/or experience related to the criterion.
2 Fair Response does not address the evaluation criterion and/or does not demonstrate any capability and/or experience related to the criterion.
1 Poor Response inadequately addresses the evaluation criterion or demonstrates limited capability and/or experience related to the criterion.
0 Missing Response does not address the evaluation criterion or demonstrates limited capability and/or experience related to the criterion.

***See Required Form # 2 for scor­ing of References***

C. Rank­ing for Short List

The Dis­trict will use the total point score to con­vert to rank by each eval­u­a­tor and then cal­cu­late an aver­age rank for each pro­pos­al for all Selec­tion Com­mit­tee Mem­bers. The Dis­trict shall present the aver­age rank­ings to the Board, who will then deter­mine the short list of firms rec­om­mend­ed to par­tic­i­pate in oral discussions. 

For Exam­ple,:

Firm Raw Points Received Rank
Company A 200 2
Company B 210 1
Company C 180 3.5*
Company D 175 5
Company E 180 3.

In the event that mul­ti­ple firms have the same raw point score, the rank places those firms are aver­aged and each firm receives that rank. In this case the third and fourth ranks are tied so 3 + 4 = 7; 7 divid­ed by 2 = 3.5. Each firm receives a rank of 3.5.

In deter­min­ing firm respon­si­bil­i­ty, the Dis­trict may con­sid­er any infor­ma­tion evi­denced which comes to its atten­tion and which reflects upon a firm’s capa­bil­i­ty to ful­ly per­form the con­tract require­ments and/​or the firm’s demon­stra­tion of the lev­el of integri­ty and reli­a­bil­i­ty which the Dis­trict deter­mines to be required to assure per­for­mance of the contract.

SELEC­TION CRI­TE­RIA AND ORARL DISCUSSION

KEY PER­SON­NEL (25 POINTS

Key personnel’s pro­fes­sion­al back­ground, cal­iber, phys­i­cal loca­tion and avail­abil­i­ty for pro­posed services/​projects.

REF­ER­ENCES (Total 25 POINTS, SEE REQUIRED FORM #2)
Pro­pos­er will be eval­u­at­ed on the extent and qual­i­ty of the ref­er­ences provided. 

(This will be scored in accor­dance with the exam­ple on page 2 of Required Form #2)

TECH­NI­CAL RESPONSE (TOTAL 90 POINTS, 5 POINTS EACH

Required con­tent is pro­vid­ed on the Title Page.
Required con­tent is includ­ed in the Cov­er Letter.
Table of Con­tents is includ­ed and has cor­rect mate­r­i­al referenced.
Attes­ta­tion of Independence
Licen­sure is pro­vid­ed for all applic­a­ble staff.
Demon­stra­tion of Firms Qual­i­fi­ca­tions and Experience.
Demon­stra­tion of Assigned Staff’s Qual­i­fi­ca­tions and Education.
Demon­stra­tion of under­stand­ing of sim­i­lar engagements.
Pro­vid­ed knowl­edge to ascer­tain Firms approach and method­ol­o­gy are sufficient. 

OTH­ER (TOTAL 10 POINTS, 5 POINTS EACH)

DBE par­tic­i­pa­tion.

Pro­pos­er will be eval­u­at­ed on the extent and qual­i­ty of the sub­mis­sion response and accept­abil­i­ty of District’s Mas­ter Pro­fes­sion­al Ser­vices Agreement. 

ORAL DIS­CUS­SIONS

After the scor­ing of sub­mit­tals, the Selec­tion Com­mit­tee will short list the top three (3) firms to attend oral dis­cus­sions. This will pro­vide firms and the Selec­tion Com­mit­tee the oppor­tu­ni­ty to answer any ques­tions the Com­mit­tee may have on a Respondent’s submittal.

*** End of Sec­tion IV, Selec­tion Cri­te­ria and Scoring ***

REQUIRED FORM #1

STATE­MENT OF QUAL­I­FI­CA­TIONS CER­TI­FI­CA­TION SOQ-2023 – 02 

In com­pli­ance with the Request for Response and sub­ject to all con­di­tions there­of, the under­signed cer­ti­fies that all infor­ma­tion con­tained in this State­ment of Qual­i­fi­ca­tions is accu­rate and true and that any mis­rep­re­sen­ta­tion here­in is grounds for non-con­sid­er­a­tion, or dis­missal in the event of selec­tion or con­tract award by the Airport. 

____________________

DATE

____________________

AUTHO­RIZED SIGNATURE

____________________

PRINT OR TYPE NAME ABOVE

____________________

COM­PA­NY NAME

____________________

COM­PA­NY ADDRESS

____________________

CITY, STATE, ZIP+4

____________________

COM­PA­NY TELE­PHONE NUM­BER COM­PA­NY FAX NUMBER

____________________

CON­TACT EMAIL ADDRESS

____________________

FED­ER­AL EMPLOY­ER IDEN­TI­FI­CA­TION NO. DUNS NO. (if applic­a­ble)

____________________ 

SCDOT DBE NAICS Codes (if applic­a­ble)

REQUIRED FORM #2

REF­ER­ENCES

List a min­i­mum of three (3) ref­er­ences of indi­vid­u­als who can attest to the Respondent’s expe­ri­ence. Pro­vide the name, tele­phone num­ber, and email address of at least three (3) appro­pri­ate ref­er­ences famil­iar with the qual­i­ty of work done by the firm on sim­i­lar projects. (use addi­tion­al sheets if necessary) 

ENTITY______________________________________

CON­TACT PERSON______________________________________

TELE­PHONE ______________________________________

EMAIL ADDRESS______________________________________


ENTITY______________________________________

CON­TACT PERSON______________________________________

TELE­PHONE ______________________________________

EMAIL ADDRESS______________________________________

ENTITY______________________________________

CON­TACT PERSON______________________________________

TELE­PHONE ______________________________________

EMAIL ADDRESS______________________________________

FOR DIS­TRICT USE ONLY

EXHIB­IT A
CRI­TE­RI­ON FOR SCOR­ING REFERNCES 

INTERVIEW INFORMATION
Information
Interviewer:
Respondent’s Name:
Client Name:
Client Contact:
Contact Attempts Date & time Client reached – interview completed Client not reached: Insert if voicemail was left and when next attempt will be, etc.
Attempt #1 – Phone (Insert attempt date & time)
Attempt #2 – Phone (Insert attempt date & time)
Attempt #3 – Phone (Insert attempt date & time)
INTERVIEW QUESTIONS
INTERVIEW QUESTIONS Score
Please describe the work the Respondent performed (Insert response here):
1. Would you use the services of this company again? Yes (5 points) No (0 point)
2. Did the company complete the contracted project(s) on-time and within budget? Yes (5 points) No (0 point)
3. How would you rate the overall performance of this company?
4. How would you rate the company’s ability to address/resolve issues and problems in a timely and satisfactory manner?
5. How would you rate the company’s project and contract management abilities?

For Ques­tions 3 – 5:

Supe­ri­or (5 points) Excel­lent (4 points) Sat­is­fac­to­ry (3 points) Fair (2 points) Poor (1 point) 

REQUIRED FORM #3

NON-COL­LU­SION AFFI­DAVIT FORM 

STATE OF _________________________

COUN­TY OF _________________________

______________________________________

being first duly sworn, depos­es and says that he/​she is

______________________________________

(Sole own­er, a part­ner, pres­i­dent, sec­re­tary, etc.) 

of ______________________________________

the par­ty mak­ing the fore­go­ing Sub­mit­tal that such sub­mit­tal is gen­uine and not col­lu­sive or sham; that said Respon­dent has not col­lud­ed, con­spired, con­nived, or agreed, direct­ly or indi­rect­ly with any RESPON­DENT or per­son, to put in a sham State­ment of Qual­i­fi­ca­tions, or that such oth­er per­son shall refrain from offer­ing and has not in any man­ner, direct­ly or indi­rect­ly sought by agree­ment or col­lu­sion, or com­mu­ni­ca­tion or con­fer­ence, with any per­son to fix the sub­mit­tal of affi­ant or any oth­er RESPON­DENT or to fix any over­head, prof­it or cost ele­ment of said Sub­mit­tal or of that of any oth­er RESPON­DENT or to secure any advan­tage against OWN­ER any per­son inter­est­ed in the pro­posed con­tract; and that all state­ments in said Sub­mit­tal are true; and fur­ther, that such RESPON­DENT has not, direct­ly or indi­rect­ly sub­mit­ted this State­ment of Qual­i­fi­ca­tions, or the con­tents there­of, or divulged infor­ma­tion or date rel­a­tive there­to to any asso­ci­a­tion or to any mem­ber or agent thereof. 

______________________________________

(Sig­na­ture of Respondent)
Sworn to and sub­scribed before me this ___________ day of 

____________________, 20___.

______________________________________

(Notary Pub­lic in and for) 

State:_______________________________

County:_______________________________

My com­mis­sion expires ________________________, 20____________.

REQUIRED FORM #4

ANTI-LOB­BY­ING FORM CER­TI­FI­CA­TION REGARD­ING LOBBYING 

I_______________________, here­by cer­ti­fy on behalf of ____________________, to the best of my knowl­edge and belief, that:

1. No Fed­er­al appro­pri­at­ed funds have been paid or will be paid, by or on behalf of the Bid­der or Offer­or, to any per­son for influ­enc­ing or attempt­ing to influ­ence an offi­cer or employ­ee of an agency, a Mem­ber of Con­gress, an offi­cer or employ­ee of Con­gress, or an employ­ee of a Mem­ber of Con­gress in con­nec­tion with the award­ing of any Fed­er­al con­tract, the mak­ing of any Fed­er­al grant, the mak­ing of any Fed­er­al loan, the enter­ing into of any coop­er­a­tive agree­ment, and the exten­sion, con­tin­u­a­tion, renew­al, amend­ment, or mod­i­fi­ca­tion of any Fed­er­al con­tract, grant, loan, or coop­er­a­tive agreement. 

2. If any funds oth­er than Fed­er­al appro­pri­at­ed funds have been paid or will be paid to any per­son for influ­enc­ing or attempt­ing to influ­ence an offi­cer or employ­ee of any agency, a Mem­ber of Con­gress, an offi­cer or employ­ee of Con­gress, or an employ­ee of a Mem­ber of Con­gress in con­nec­tion with this Fed­er­al con­tract, grant, loan, or coop­er­a­tive agree­ment, the under­signed shall com­plete and sub­mit Stan­dard Form- LLL, Dis­clo­sure Form to Report Lob­by­ing,” in accor­dance with its instructions. 

3. The under­signed shall require that the lan­guage of this cer­ti­fi­ca­tion be includ­ed in the award doc­u­ments for all sub-awards at all tiers (includ­ing sub­con­tracts, sub-grants, and con­tracts under grants, loans, and coop­er­a­tive agree­ments) and that all sub-recip­i­ents shall cer­ti­fy and dis­close accordingly. 

This cer­ti­fi­ca­tion is a mate­r­i­al rep­re­sen­ta­tion of fact upon which reliance was placed when this trans­ac­tion was made or entered into. Sub­mis­sion of this cer­ti­fi­ca­tion is a pre­req­ui­site for mak­ing or enter­ing into this trans­ac­tion imposed by sec­tion 1352, title 31, U.S. Code. Any per­son who fails to file the required cer­ti­fi­ca­tion shall be sub­ject to a civ­il penal­ty of not less than $10,000 and not more than 

$100,000 for each such fail­ure. Exe­cut­ed this ______________ day of_​_​_​_​_​_​_​_​_​_​_​_​_​_​, _________.

By_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​
(sig­na­ture of autho­rized official) 

____________________________

(title of autho­rized official) 

REQUIRED FORM #5

CER­TI­FI­CA­TION OF OFFERER/BIDDER REGARD­ING DEBARMENT

(BID­DER OR OFFER­OR CERTIFICATION

By sub­mit­ting a pro­pos­al under this solic­i­ta­tion, the Respon­dent cer­ti­fies that nei­ther it nor its prin­ci­pals are present­ly debarred or sus­pend­ed by any Fed­er­al depart­ment or agency from par­tic­i­pa­tion in this transaction. 

CER­TI­FI­CA­TION OF LOW­ER TIER CON­SUL­TANTS / CON­TRAC­TORS REGARD­ING DEBARMENT 

(LOW­ER TIER CON­TRACT CERTIFICATION

The suc­cess­ful Respon­dent, by admin­is­ter­ing each low­er tier sub­con­tract that exceeds twen­ty-five thou­sand dol­lars ($25,000) as a cov­ered trans­ac­tion” under the project is not present­ly debarred or oth­er­wise dis­qual­i­fied from par­tic­i­pa­tion in this fed­er­al­ly assist­ed project. The suc­cess­ful bid­der will accom­plish this by: 

  1. Check­ing the Sys­tem for Award Man­age­ment at web­site: http://​www​.sam​.gov.

  2. Col­lect­ing a cer­ti­fi­ca­tion state­ment sim­i­lar to the Cer­tifi­cate Regard­ing Debar­ment and 

    Sus­pen­sion (Bid­der or Offer­or), above. 

  3. Insert­ing a clause or con­di­tion in the cov­ered trans­ac­tion with the low­er tier contract. 

If the FAA lat­er deter­mines that a low­er tier par­tic­i­pant failed to dis­close to a high­er tier par­tic­i­pant that it was exclud­ed or dis­qual­i­fied at the time it entered the cov­ered trans­ac­tion, the FAA may pur­sue any avail­able reme­dies, includ­ing sus­pen­sion and debar­ment of the non-com­pli­ant participant. 

____________________________

SIG­NA­TURE OF CONSULTANT 

____________________________

DATE

____________________________

PRINT­ED NAME

____________________________

TITLE 

REQUIRED FORM #6

TRADE RESTRIC­TION CERTIFICATION

By sub­mis­sion of an offer, the Respon­dent cer­ti­fies that with respect to this solic­i­ta­tion and any resul­tant con­tract, the Respondent — 

  1. is not owned or con­trolled by one or more cit­i­zens of a for­eign coun­try includ­ed in the list of coun­tries that dis­crim­i­nate against U.S. firms as pub­lished by the Office of the Unit­ed States Trade Rep­re­sen­ta­tive (U.S.T.R.);

  2. has not know­ing­ly entered into any con­tract or sub­con­tract for this project with a per­son that is a cit­i­zen or nation­al of a for­eign coun­try includ­ed on the list of coun­tries that dis­crim­i­nate against U.S. firms as pub­lished by the U.S.T.R; and

  3. has not entered into any sub­con­tract for any prod­uct to be used on the Fed­er­al on the project that is pro­duced in a for­eign coun­try includ­ed on the list of coun­tries that dis­crim­i­nate against U.S. firms pub­lished by the U.S.T.R.

This cer­ti­fi­ca­tion con­cerns a mat­ter with­in the juris­dic­tion of an agency of the Unit­ed States of Amer­i­ca and the mak­ing of a false, fic­ti­tious, or fraud­u­lent cer­ti­fi­ca­tion may ren­der the mak­er sub­ject to pros­e­cu­tion under Title 18, Unit­ed States Code, Sec­tion 1001

The Respon­dent must pro­vide imme­di­ate writ­ten notice to the Own­er if the Offeror/​Contractor learns that its cer­ti­fi­ca­tion or that of a sub­con­trac­tor was erro­neous when sub­mit­ted or has become erro­neous by rea­son of changed cir­cum­stances. The Con­trac­tor must require sub­con­trac­tors pro­vide imme­di­ate writ­ten notice to the Con­trac­tor if at any time it learns that its cer­ti­fi­ca­tion was erro­neous by rea­son of changed circumstances. 

Unless the restric­tions of this clause are waived by the Sec­re­tary of Trans­porta­tion in accor­dance with 49 CFR 30.17, no con­tract shall be award­ed to an Offer­or or subcontractor: 

(1) who is owned or con­trolled by one or more cit­i­zens or nation­als of a for­eign coun­try includ­ed on the list of coun­tries that dis­crim­i­nate against U.S. firms pub­lished by the U.S.T.R. or 

(2) whose sub­con­trac­tors are owned or con­trolled by one or more cit­i­zens or nation­als of a for­eign coun­try on such U.S.T.R. list or 

(3) who incor­po­rates in the pub­lic works project any prod­uct of a for­eign coun­try on such U.S.T.R. list; 

Noth­ing con­tained in the fore­go­ing shall be con­strued to require estab­lish­ment of a sys­tem of records in order to ren­der, in good faith, the cer­ti­fi­ca­tion required by this pro­vi­sion. The knowl­edge and infor­ma­tion of a con­trac­tor is not required to exceed that which is nor­mal­ly pos­sessed by a pru­dent per­son in the ordi­nary course of busi­ness dealings. 

The Offer­or agrees that, if award­ed a con­tract result­ing from this solic­i­ta­tion, it will incor­po­rate this pro­vi­sion for cer­ti­fi­ca­tion with­out mod­i­fi­ca­tion in in all low­er tier sub­con­tracts. The con­trac­tor may rely on the cer­ti­fi­ca­tion of a prospec­tive sub­con­trac­tor that it is not a firm from a for­eign coun­try includ­ed on the list of coun­tries that dis­crim­i­nate against U.S. firms as pub­lished by U.S.T.R, unless the Offer­or has knowl­edge that the cer­ti­fi­ca­tion is erroneous. 

This cer­ti­fi­ca­tion is a mate­r­i­al rep­re­sen­ta­tion of fact upon which reliance was placed when mak­ing an award. If it is lat­er deter­mined that the Con­trac­tor or sub­con­trac­tor know­ing­ly ren­dered an erro­neous cer­ti­fi­ca­tion, the Fed­er­al Avi­a­tion Admin­is­tra­tion may direct through the Own­er can­cel­la­tion of the con­tract or sub­con­tract for default at no cost to the Own­er or the FAA

____________________________

SIG­NA­TURE OF CONSULTANT 

____________________________

DATE

____________________________

TITLE

REQUIRED FORM #7

TRAF­FICK­ING IN PERSONS 

I, ____________________________, here­by cer­ti­fy on (name and title of Respondent’s official) 

behalf of_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​

(name of Respondent) 

that:

Pro­hi­bi­tions: The pro­hi­bi­tions against traf­fick­ing in per­sons (Pro­hi­bi­tions) that apply to any enti­ty oth­er than a State, local gov­ern­ment, Indi­an tribe, or for­eign pub­lic enti­ty. This includes pri­vate Dis­tricts, pub­lic Dis­trict employ­ees, sub­re­cip­i­ents of pri­vate or pub­lic Dis­tricts (pri­vate enti­ty) are: 

(1) Engag­ing in serve forms of traf­fick­ing in per­sons dur­ing the peri­od of time that the agree­ment is in effect; 

(2) Procur­ing a com­mer­cial sex act dur­ing the peri­od of time that the agree­ment is in effect; or 

(3) Using forced labor in the per­for­mance of the agree­ment, includ­ing sub­con­tracts or sub agree­ments under the agreement. 

In addi­tion to all oth­er reme­dies for non­com­pli­ance that are avail­able to the FAA, Sec­tion 106(g) of the Traf­fick­ing Vic­tims Pro­tec­tion Act of 2000 (TVPA), as amend­ed (22 U.S.C. 7104(g)), allows the FAA to uni­lat­er­al­ly ter­mi­nate this agree­ment, with­out penal­ty, if a pri­vate entity – 

(1) Is deter­mined to have vio­lat­ed the Pro­hi­bi­tions; or

(2) Has an employ­ee who the FAA deter­mines has vio­lat­ed the Pro­hi­bi­tions through con­duct that is either –

a. Asso­ci­at­ed with per­for­mance under this agree­ment; or

b. Imput­ed to the Dis­trict or sub-recip­i­ent using 2 CFR part 180, OMB Guide­lines to Agen­cies on Gov­ern­ment wide Debar­ment and Sus­pen­sion (Non- pro­cure­ment),” as imple­ment­ed by the FAA at 49 CFR Part 29.

Exe­cut­ed this _________________________ day of _______________ , 20_________.

By:

________________________

(sig­na­ture of autho­rized official) 

________________________

(title of autho­rized official) 

REQUIRED FORM #8

ACKNOWL­EDGE­MENT OF ADDENDA 

Respon­dent here­by acknowl­edges receipt of all Adden­da through and including: 

Adden­dum No. ________________________ , dat­ed ______________________ . 

Adden­dum No. ________________________ , dat­ed ______________________ . 

Adden­dum No. ________________________ , dat­ed ______________________ . 

Adden­dum No. ________________________ , dat­ed ______________________ . 

Com­pa­ny: ________________________

Autho­rized Sig­na­ture: ________________________

Print Name: ________________________ 

REQUIRED FORM #9

SWORN STATE­MENT PUR­SUANT TO SEC­TION 287.133(3)(A) FLORI­DA STATUTES ON PUB­LIC ENTI­TY CRIMES

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRES­ENCE OFNOTARY PUB­LIC OR OTH­ER OFFI­CIAL AUTHO­RIZED TO ADMIN­IS­TER OATHS

1. This sworn state­ment is sub­mit­ted to the Pana­ma City-Bay Coun­ty Air­port and Indus­tri­al Dis­trict by_________________________________________________ 

(print individual’s name and title) 

for_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​(print name and enti­ty sub­mit­ting sworn statement) 

whose busi­ness address is_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​_​____________________________________________________________

and (if applic­a­ble) its Fed­er­al Employ­er Iden­ti­fi­ca­tion Num­ber (FEIN) is ______________
(if the enti­ty has no FEIN, include the Social Secu­ri­ty Num­ber of the indi­vid­ual sign­ing this sworn 

state­ment: ______________________________.) 

2. I under­stand that a Pub­lic enti­ty crime” as defined in Para­graph 287.133(1)(g), Flori­da Statutes, means a vio­la­tion of any state or fed­er­al law by a per­son with respect to and direct­ly relat­ed to the trans­ac­tion of busi­ness with any pub­lic enti­ty or with an agency or polit­i­cal sub­di­vi­sion of any oth­er state or of the Unit­ed States, includ­ing, but not lim­it­ed to, any bid or con­tract for goods or ser­vices to be pro­vid­ed to any pub­lic enti­ty or an agency or polit­i­cal sub­di­vi­sion of any oth­er state or of the Unit­ed States, involv­ing antitrust, fraud, theft, bribery, col­lu­sion, rack­e­teer­ing, con­spir­a­cy, or mate­r­i­al misrepresentation. 

3. I under­stand that con­vict­ed” or con­vic­tion” as defined in Para­graph 287.133(1)(b), Flori­da Statutes, means a find­ing of guilt or a con­vic­tion of a pub­lic enti­ty crime, with or with­out an adju­di­ca­tion of guilt, in any fed­er­al or state tri­al court of record relat­ing to charges brought by indict­ment or infor­ma­tion after July 1, 1989, as a result of a jury ver­dict, non­jury tri­al, or entry of a plea of guilty or nolo contendere. 

4. I under­stand that an affil­i­ate” as defined in Para­graph 287.133(1)(a), Flori­da Statutes, means:

a. A pre­de­ces­sor or suc­ces­sor of a per­son con­vict­ed of a pub­lic enti­ty crime; or

b. An enti­ty under the con­trol of any nat­ur­al per­son who is active in the man­age­ment of the enti­ty and who has been con­vict­ed of a pub­lic enti­ty crime. The term affil­i­ate” includes those offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, and agents who are active in the man­age­ment of an affil­i­ate. The own­er­ship by one per­son of shares con­sti­tut­ing a con­trol­ling inter­est in anoth­er per­son, or a pool­ing of equip­ment or income among per­sons when not for fair mar­ket val­ue under an arm’s length agree­ment, shall be a pri­ma facie case that one per­son con­trols anoth­er per­son. A per­son who know­ing­ly enters into a joint ven­ture with a per­son who has been con­vict­ed of a pub­lic enti­ty crime in Flori­da dur­ing the preceding

36 months shall be con­sid­ered an affiliate. 

5. I under­stand that a per­son” as defined in Para­graph 287.133(1)(a), Flori­da Statutes, means any nat­ur­al per­son or enti­ty orga­nized under the laws of any state or of the Unit­ed States with the legal pow­er to enter into a bind­ing con­tract and which bids or applies to bid on con­tracts for the pro­vi­sion of goods or ser­vices let by a pub­lic enti­ty, or which oth­er­wise trans­acts or applies to trans­act busi­ness with a pub­lic enti­ty. The term per­son” includes those offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, and agents who are active­ly in man­age­ment of an entity. 

6. Based on infor­ma­tion and belief, the state­ment that I have marked below is true in rela­tion to the enti­ty sub­mit­ting this sworn state­ment. (Indi­cate which state­ment applies.) 

_​_​_​_​_​Neither the enti­ty sub­mit­ting this sworn state­ment, not any of its offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, or agents who are active­ly in the man­age­ment of the enti­ty, nor any affil­i­ate of the enti­ty has been charged with and con­vict­ed of a pub­lic enti­ty crime sub­se­quent to July 11989

_​_​_​_​_​The enti­ty sub­mit­ting this sworn state­ment, or one or more of its offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, or agents who are active in the man­age­ment of the enti­ty, or an affil­i­ate of the enti­ty has been charged with and con­vict­ed of a pub­lic enti­ty crime sub­se­quent to July 11989

_​_​_​_​_​The enti­ty sub­mit­ting this sworn state­ment, or one or more of its offi­cers, direc­tors, exec­u­tives, part­ners, share­hold­ers, employ­ees, mem­bers, or agents who are active in the man­age­ment of the enti­ty, or an affil­i­ate of the enti­ty has been charged with and con­vict­ed of a pub­lic enti­ty crime sub­se­quent to July 1, 1989. How­ev­er, there has been a sub­se­quent pro­ceed­ing before a Hear­ing Offi­cer of the State of Flori­da, Divi­sion of Admin­is­tra­tive Hear­ings and the Final Order entered by the Hear­ing Offi­cer deter­mined that it was not in the pub­lic inter­est to place the enti­ty sub­mit­ting this sworn state­ment on the con­vict­ed ven­dor list. (Attach a copy of the final order.) 

I UNDER­STAND THAT THE SUB­MIS­SION OF THIS FORM TO THE CON­TRACT­ING OFFI­CER FOR THE PUB­LIC ENTI­TY IDEN­TI­FIED IN PARA­GRAPH 1 ABOVE IS FOR THAT PUB­LIC ENTI­TY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEM­BER 31 OF THE CAL­EN­DAR YEAR IN WHICH IT IS FILED. I ALSO UNDER­STAND THATAM REQUIRED TO INFORM THE PUB­LIC ENTI­TY PRI­OR TO ENTER­ING INTOCON­TRACT IN EXCESS OF THE THRESH­OLD AMOUNT PRO­VID­ED IN SEC­TION 287.017, FLORI­DA STATUTES FOR CAT­E­GO­RY TWO OF ANY CHANGE IN THE INFOR­MA­TION CON­TAINED IN THIS FORM.

_____________________________________ Sig­na­ture

Sworn to and sub­scribed before me this ______ day of ______________________, 202_. 

Per­son­al­ly known ______ or pro­duced iden­ti­fi­ca­tion _____. 

_____________________________________ Notary Public 

My com­mis­sion expires _________________ 

REQUIRED FORM #10

DIS­AD­VAN­TAGED BUSI­NESS ENTER­PRISE PROGRAM

The fol­low­ing bid con­di­tion applies to this U.S. Depart­ment of Trans­porta­tion (DOT) assist­ed con­tract. Sub­mis­sion of a bid/​proposal by a prospec­tive con­trac­tor shall con­sti­tute full accep­tance of these bid conditions. 

  1. DEF­I­N­I­TION - Dis­ad­van­taged Busi­ness Enter­prise (DBE) as used in this con­tract shall have the same mean­ing as defined in 49 CFR Part 26

  2. POL­I­CY - It is the pol­i­cy of DOT that DBE’s as: defined in 49 CFR Part 26 shall have the max­i­mum oppor­tu­ni­ty to par­tic­i­pate in the per­for­mance of con­tracts and sub­con­tracts financed in whole or in part with Fed­er­al funds. Con­se­quent­ly, the DBE require­ments of 49 CFR Part 26 apply to this contract. 

  3. OBLIG­A­TION - The con­trac­tor agrees to ensure that DBE’s as defined in 49 CFR Part 26 have the max­i­mum oppor­tu­ni­ty to par­tic­i­pate in the per­for­mance of con­tracts and sub­con­tracts financed in whole or in part with Fed­er­al funds. In this regard, all con­trac­tors shall take all nec­es­sary and rea­son­able steps in accor­dance with 49 CFR Part 26 to ensure that DBE’s have the max­i­mum oppor­tu­ni­ty to com­pete for and per­form con­tracts. Con­trac­tors shall not dis­crim­i­nate on the basis of race, col­or, nation­al ori­gin, or sex in the award and per­for­mance of DOT assist­ed contracts. 

  4. COM­PLI­ANCE - All bid­ders, poten­tial con­trac­tors, or sub­con­trac­tors for this DOT assist­ed con­tract are here­by noti­fied that fail­ure to car­ry out the DOT pol­i­cy and the DBE oblig­a­tion, as set forth above, shall con­sti­tute a breach of con­tract which may result in ter­mi­na­tion of the con­tract or such oth­er rem­e­dy as deemed appro­pri­ate by the owner. 

  5. CON­TRACT CLAUSE - All bid­ders and poten­tial con­trac­tors here­by assure that they will include the above claus­es in all sub­con­tracts, which offer fur­ther sub­con­tract­ing opportunities. 

  6. CON­TRACT AWARD - Bid­ders are here­by advised that meet­ing the DBE sub­con­tract goal or mak­ing an accept­able good faith effort to meet said goal are con­di­tions of being award­ed this DOT assigned contract. 

    The own­er pro­pos­es to award the con­tract to the low­est respon­sive and respon­si­ble bid­der sub­mit­ting a rea­son­able bid pro­vid­ed he has met the goal for DBE par­tic­i­pa­tion or, if fail­ing to meet the goal, he has made an accept­able good faith effort to meet the estab­lished goal for DBE par­tic­i­pa­tion. Bid­der is advised that the own­er reserves the right to reject any or all bids submitted. 

  7. DBE PAR­TIC­I­PA­TION GOAL - The attain­ment of the goal estab­lished for this con­tract is to be mea­sured as a per­cent­age of the total dol­lar val­ue of the con­tract. The DBE goal estab­lished for this con­tract is 7.98% for FY 2021, 6.30% for FY 2022, and 8.09% for FY 2023, result­ing in an over­all goal of 7.46% for all FAA- AIP fund­ed projects. 

  8. AVAIL­ABLE DBEs - The own­er has on file a DBE pro­gram pend­ing approved by the Fed­er­al Avi­a­tion Admin­is­tra­tion. This pro­gram con­tains a list­ing of DBEs (cer­ti­fied and uncer­ti­fied). Bid­ders are encour­aged to inspect this list to assist in locat­ing DBEs for the work. Oth­er DBEs may be added to the list in accor­dance with the own­er’s approved DBE pro­gram. Cred­it toward the DBE goal will not be count­ed unless the DBE to be used can be cer­ti­fied by the owner.

  9. CON­TRAC­TOR’S REQUIRED SUB­MIS­SION — The own­er requires the sub­mis­sion of the fol­low­ing infor­ma­tion with the bid:

DIS­AD­VAN­TAGED BUSI­NESS ENTER­PRISE PRO­GRAM MBEs 

MBE Sub­con­trac­tors

Names/​Addresses/​Iden­ti­ty

____________________________

____________________________

____________________________

MBEs

Sub­con­tract Work Description

____________________________

____________________________

____________________________

Women Sub­con­trac­tors

Names/​Addresses/​Iden­ti­ty

____________________________

____________________________

____________________________

WBEs

Sub­con­tract Work Description

____________________________

____________________________

____________________________

Oth­er Social­ly and Eco­nom­i­cal­ly Dis­ad­van­taged Sub­con­trac­tors with­in the DBE Group 

Names/​Addresses/​Iden­ti­ty

____________________________

____________________________

____________________________

OSEs*

Sub­con­tract Work Description 

____________________________

____________________________

____________________________

*(Black, His­pan­ic, Asian Amer­i­can, Amer­i­can Indi­an, and oth­er eco­nom­i­cal­ly disadvantaged.) 

If the Con­trac­tor fails to meet the con­tract goal estab­lished in Sec­tion 7 above, the fol­low­ing infor­ma­tion must be sub­mit­ted pri­or to con­tract award to assist the own­er in deter­min­ing whether or not the con­trac­tor made accept­able good faith efforts to meet the con­tract goal. This infor­ma­tion (when applic­a­ble), as well as the DBE infor­ma­tion, should be sub­mit­ted as spec­i­fied in Sec­tion 9 above.

Sug­gest­ed guid­ance for use in deter­min­ing if good faith efforts were made by a con­trac­tor are includ­ed in 49 CFR Part 26

A list of the efforts that a con­trac­tor may make and the own­er may use in decid­ing as to the accept­abil­i­ty of a con­trac­tor’s efforts to meet the goal as includ­ed in 49 CFR Part 26 are as follows: 

  1. Whether the con­trac­tor attend­ed any pre-solic­i­ta­tion or pre-bid meet­ings that were sched­uled by the recip­i­ent to inform DBE’s of con­tract­ing and sub­con­tract­ing opportunities; 

  2. Whether the con­trac­tor adver­tised in gen­er­al cir­cu­la­tion, trade asso­ci­a­tion, and minor­i­ty- focus media con­cern­ing the sub­con­tract­ing opportunities; 

  3. Whether the con­trac­tor pro­vid­ed writ­ten notice to a rea­son­able num­ber of spe­cif­ic DBE’s that their inter­est in the con­tract was being solicit­ed in suf­fi­cient time to allow the DBE’s to par­tic­i­pate effectively; 

  4. Whether the con­trac­tor fol­lowed up ini­tial solic­i­ta­tions of inter­est by con­tact­ing DBE’s to deter­mine with cer­tain­ty whether the DBE’s were interested; 

  5. Whether the con­trac­tor select­ed por­tions of work to be per­formed by DBE’s in order to increase the like­li­hood of meet­ing the DBE goal (includ­ing, where appro­pri­ate, break­ing down con­tracts into eco­nom­i­cal­ly fea­si­ble units to facil­i­tate DBE participation); 

  6. Whether the con­trac­tor pro­vid­ed inter­est­ed DBE’s with ade­quate infor­ma­tion about the plans, spec­i­fi­ca­tions, and require­ments of the contract; 

  7. Whether the con­trac­tor nego­ti­at­ed in good faith with inter­est­ed DBE’s, not reject­ing DBE’s as unqual­i­fied with­out sound rea­sons based on a thor­ough inves­ti­ga­tion of their capabilities. 

  8. Whether the con­trac­tor made efforts to assist inter­est­ed DBE’s in obtain­ing bond­ing, lines of cred­it, or insur­ance required by the recip­i­ent or con­trac­tor; and

  9. Whether the con­trac­tor effec­tive­ly used the ser­vices of avail­able minor­i­ty com­mu­ni­ty orga­ni­za­tions; minor­i­ty con­trac­tors’ groups; local and state Fed­er­al Minor­i­ty Busi­ness Assis­tance Offices; and oth­er orga­ni­za­tions that aid in the recruit­ment and place­ment of DBE’s. 

NOTE: The nine items set forth above are mere­ly sug­gest­ed cri­te­ria and the own­er may spec­i­fy that you sub­mit infor­ma­tion on cer­tain oth­er actions a con­trac­tor took to secure DBE par­tic­i­pa­tion in an effort to meet the goals. A con­trac­tor may also sub­mit to the own­er oth­er infor­ma­tion on efforts to meet the goals. 

10. CON­TRAC­TOR ASSUR­ANCE — The bid­der here­by assures that he will meet one of the fol­low­ing as appropriate: 

a. The DBE par­tic­i­pa­tion goal as estab­lished in the Gen­er­al Conditions.

b. The DBE par­tic­i­pa­tion per­cent­age as shown in Sec­tion 9, which was sub­mit­ted as a con­di­tion of con­tract award. 

Agree­ments between bidder/​proposer and a DBE in which the DBE promis­es not to pro­vide sub­con­tract­ing quo­ta­tions to oth­er bidders/​proposers are pro­hib­it­ed. The bid­der shall make a good faith effort to replace a DBE sub­con­tract that is unable to per­form suc­cess­ful­ly with anoth­er DBE sub­con­trac­tor. Sub­sti­tu­tion must be coor­di­nat­ed and approved by the owner. 

The bid­der shall estab­lish and main­tain records and sub­mit reg­u­lar reports, as required, which will iden­ti­fy and assess progress in achiev­ing DBE sub­con­tract goals and oth­er DBE affir­ma­tive action efforts. 

11. PROMPT PAY­MENT — The prime con­trac­tor agrees to pay each sub­con­trac­tor under this prime con­tract for sat­is­fac­to­ry per­for­mance of its con­tract no lat­er than 10 days from the receipt of each pay­ment the prime con­trac­tor receives from the own­er. The prime con­trac­tor agrees fur­ther to return retainage pay­ments to each sub­con­trac­tor with­in 10 days after the sub­con­trac­tor’s work is sat­is­fac­to­ri­ly com­plet­ed. Any delay or post­pone­ment of pay­ment from the above ref­er­enced time frame may occur only for good cause fol­low­ing writ­ten approval of the own­er. This clause applies to both DBE and non-DBE subcontractors. 

REMAIN­DER OF PAGE INTEN­TION­AL­LY LEFT BLANK

Attach­ment I

SAM­PLE SER­VICES CON­TRACT (See Seper­ate­ly Attached Document)