parking count and guidance system (db)final · 2016-05-25 · parking count and guidance system...

77
CITY OF HOUSTON HOUSTON AIRPORT SYSTEM REQUEST FOR QUALIFICATIONS (RFQ) SOLICITATION NO.: H08-PCGS-2016-009 ParkingCountandGuidanceSystem Design-Build Services Carolyn Hanahan Acting Chief Procurement Officer City of Houston Date Issued: September 4,2015 Pre-Submittal Conference: September 22,2015 @ 10:00 A.M. Houston Airport System Supply Chain Management Office 18600 Lee Road, Conference Room 113 Humble, TX 77338 Questions Deadline: September 29,2015 @ 2:00 P.M. Solicitation Due Date: October 20,2015 @ 2:00 P.M., CST Solicitation Contact Person: Elnora Williams Sr. Procurement Specialist, Houston Airport System Elnora. [email protected] 281-230-8024 Project Summary: Design and construction of the Parking Count and Guidance System (PCGS) for George Bush Intercontinental Airport garages. MWBE Goal: 15%

Upload: others

Post on 07-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

CITY OF HOUSTONHOUSTON AIRPORT SYSTEMREQUEST FOR QUALIFICATIONS (RFQ)SOLICITATION NO.: H08-PCGS-2016-009Parking Count and Guidance System

Design-Build Services

Carolyn HanahanActing Chief Procurement Officer

City of Houston

Date Issued: September 4,2015

Pre-Submittal Conference: September 22,2015 @ 10:00 A.M.Houston Airport SystemSupply Chain Management Office18600 Lee Road, Conference Room 113Humble, TX 77338

Questions Deadline: September 29,2015 @ 2:00 P.M.

Solicitation Due Date: October 20,2015 @ 2:00 P.M., CST

Solicitation Contact Person: Elnora WilliamsSr. Procurement Specialist, Houston Airport [email protected]

Project Summary: Design and construction of the Parking Count and Guidance System (PCGS) forGeorge Bush Intercontinental Airport garages.

MWBE Goal: 15%

Page 2: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

2

PARKING COUNT AND GUIDANCE DESIGN-BUILD SERVICES TABLE OF CONTENTS

RFQ NO.: H08-PCGS-2016-009

1.0 SPECIAL INSTRUCTIONS TO RESPONDENTS……………………………………………………………………… 3 2.0 GENERAL INFORMATION …………………………………………………………………………………………… 5 3.0 PROCUREMENT PROCESS………….. ……………………………………………………………………………… 7 4.0 OTHER INFORMATION ……………………………………………………………………………………………….. 9 5.0 STEP ONE: REQUEST FOR QUALIFICATIONS …………………….…………………………………………… 10 6.0 CONTRACTING APPROACH …………………………………………………………….……………………...…… 20 7.0 STEP TWO: PROPOSAL …………………………………………………………………………………………….. 21 8.0 GENERAL TERMS AND CONDITIONS …………………………………………………………………………….. 26 9.0 SPECIAL TERMS AND CONDITIONS ……………………………………………………………………………… 31 10.0 NO CONTACT PERIOD ……………………………………………………………………………………………….. 32 11.0 RIGHT TO VERIFY INFORMATION …………………………………………………………………………………. 32 12.0 SECURITY AND BADGES ……………………………………………………………………………………………. 32 13.0 MINORITYAND WOMEN BUSINESS ENTERPRISES (MWBE) ……………………………………………….. 33 14.0 CITY CONTRACTORS’ PAY OR PLAY PROGRAM …………………………………………………………….. 33 15.0 CITY CONTRACTOR OWNERSHIP DISCLOSUREORDINANCE ………………………………………………. 33 16.0 CITY OF HOUSTON FAIR CAMPAIGN ORDINANCE ……………………………………………………………. 33 17.0 DRUG DETECTION AND DETERRENCE PROCEDURES FOR CONTRACTORS …………………………… 33 18.0 PROTEST ……………………………………………………………………………………………………………….. 34 19.0 ATTACHMENTS ……………………………………………………………………………………………………….. 35 20.0 CITY REQUIRED FORMS TO BE SUBMITTED WITH STATEMENT OF QUALIFICATIONS ……………… 35 21.0 CITY REQUIRED DOCUMENTS TO BE SUBMITTED BY SUCCESSFUL FIRM …………………………….. 35

Page 3: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

3

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS

RFQ NO.: H08-PCGS-2016-009

1.0 SPECIAL INSTRUCTIONS TO RESPONDENTS 1.1 SOLICITATION 1.1.1 The City Of Houston (City), Houston Airport System (HAS), invites interested firms to submit Statements Of

Qualifications (SOQ) in accordance with T.L.G.C. § Chapter 2269 for Design-Build Services for the Parking Count and Guidance System for Parking Garages at George Bush Intercontinental Airport (IAH). This is a Two-Step Process

1.1.2 Eight (8) printed copies of the Statements of Qualifications (“Submittals”), including one (1) printed original signed

in BLUE ink, and marked as “Original” on the outside cover. Additionally, provide Eight (8) complete copies on memory stick (USB drive), labeled with the appropriate Solicitation name and number that includes a complete copy of all information in the printed original in a separate envelope. Please submit all items in a sealed envelope or package bearing the assigned Title and Solicitation Number, located on the first page of the RFQ document to:

Houston Airport System Supply Chain Management Office Attn: Justina J. Mann, Procurement Officer 18600 Lee Road Humble, Texas 77338

The envelope or package should clearly identify the name and address of the Respondent and indicate the contents to be: “Response to RFQ H08-PCGS-2016-009 – Parking Count and Guidance System”.

Fees or pricing shall not be submitted in Response to Step One of this RFQ, as defined by Texas Government Code 2269 for a Two-Step Design-Build selection process. If fees, prices or cost are included in Step one of this RFQ, the Response will be deemed non-responsive.

1.1.2 The deadline for the Submittal to the Houston Airport System, Supply Chain Management Office is no later than the date and time indicated on the first page of the RFQ document. Failure to submit the required number of copies as stated above may be subject for disqualification from the Submittal process.

1.1.3 Proposers may elect to either mail or personally deliver their Submittals to the Supply Chain Management Office. 1.1.4 HAS bears no responsibility for submitting responses on behalf of any Respondent. Respondent(s) may submit

their Submittal to the Supply Chain Management Office any time prior to the stated deadline. 1.1.5 If there are differences between the printed copies of the Submittal and the electronic copies of the Submittal, the

printed, original shall govern. 1.1.6 HAS reserves the right to extend the due date for this Request for Qualifications (RFQ) as deemed necessary and

in its best interests. Any postponement of the due date will be issued as addenda (Addenda) to this RFQ. The submission of a Statement of Qualifications does not in any way commit HAS to enter into an agreement with that Respondent or any other Respondent. HAS reserves the right to reject any or all Statements of Qualifications for any reason.

1.2 PRE-SUBMITTAL CONFERENCE 1.2.1 A Pre-Submittal Conference will be held at the date, time, and location as indicated on the first page of the RFQ

document. Interested Respondent(s) should plan to attend. It will be assumed that potential Respondent(s) attending this meeting have reviewed the RFQ in detail, and are prepared to bring up any substantive questions not already addressed by HAS.

1.2.2 Any revisions to be incorporated into this solicitation document arising from discussions before, during and

subsequent to the Pre-Submittal Conference will be confirmed in writing via written Addenda prior to the Submittal due date. Verbal responses will not alter the specifications, terms, and conditions as stated herein.

Page 4: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS

RFQ NO.: H08-PCGS-2016-009

4

1.3 ADDITIONAL INFORMATION AND SPECIFICATION CHANGES 1.3.1 Requests for additional information and questions should be addressed to the Houston Airport System, Supply

Chain Management, Attn: Elnora Williams, Senior Procurement Specialist at 281/230-8024, or e-mail (preferred method): [email protected], no later than September 29, 2015 at 2:00 P.M. CST. Please include the

phrase RFQ H08-PCGS-2016-009: Parking Count and Guidance System” in the subject line and provide all applicable contact information. HAS shall provide written response to all questions received in writing before the submittal deadline. Questions received from all Respondent(s) shall be answered and posted on HAS website www.fly2houston.com. Respondent(s) shall be notified by Addenda of any changes to the specifications and the Addenda will be posted on HAS website www.fly2houston.com, under the Doing Business tab. It is the Respondent(s) responsibility to ensure that they secure all correspondence.

1.4 ADDENDA 1.4.1 Clarifications and interpretations of this RFQ shall be in writing. Any clarification(s) or interpretation that is not in

writing shall not legally bind HAS. Only information supplied by HAS in writing via Addenda or in this RFQ should be used in preparing Proposal responses.

1.4.2 HAS does not assume responsibility for the receipt of any Addendum posted on HAS website. If Addendum is

issued, Respondent must acknowledge receipt of Addendum on Attachments C/D.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 5: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

5

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL INFORMATION

RFQ NO.: H08-PCGS-2016-009

2.0 GENERAL INFORMATION 2.1 GENERAL 2.1.1 HAS is soliciting qualifications and Responses from Design-Build firms, teams, and/or joint ventures for the design

and construction of the Parking Count and Guidance System (PCGS) here after referred to as the “Project”. HAS is seeking a project team approach to design and construction with a focus and commitment to achieving design and construction excellence.

2.1.2 Design Criteria Package at a schematic design level of completion will be made available to the most qualified

Respondents prior to negotiation of the Contract. 2.2 BACKGROUND 2.2.1 The Houston Airport System (HAS) has identified a significant need for the development of a Parking Count and

Guidance System (PCGS) at George Bush Intercontinental Airport (IAH) to provide premier airport parking facilities and superior service to all its customers.

2.3 VISION 2.3.1 Key to this Project’s success is to support the Houston Airport System’s mission to connect the people, businesses,

cultures and economies of the world to Houston. 2.3.2 The Design-Builder shall embrace the following HAS core values in completing the design and the construction of

the PCGS Project. 2.3.2.1

Relationships Service We work together with integrity; treat

every individual with courtesy and respect.

We WOW our customers through a “can do” attitude and respond quickly to meet and exceed their expectations.

We honor our commitments and behave in a manner that earns trust.

We find ways to bring fun and joy into our work and bring customers along for the ride.

We promote collaboration and teamwork across the organization.

We respond promptly and effectively.

We are reliable and trustworthy; we honor our promises and commitments.

We show respect, compassion and let people know we care.

We are open, positive and constructive in

our feedback. We willingly provide the necessary time and effort to

meet the customer’s needs. We treat people like they want to be

treated. We are flexible and adaptive in a dynamically changing

business environment. We take responsibility for our actions. We display enthusiasm and passion for our work. We lead by example.

Innovation Excellence We have the courage and willingness to

consider new and unconventional ways of thinking.

We strive for quality and skillful execution without compromise.

We assume responsibility for learning new things.

We use the power of total employee involvement to achieve our organizational goals.

We embrace new ideas. We foster a culture of shared values that gets things done. We listen with an open mind. We take calculated risks needed to achieve results. We are future-focused; “I’ve always done it

this way” does not exist in our vocabulary. We look for new and more effective ways to do business.

We recognize change as an opportunity. We encourage continuous improvement.

Page 6: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL INFORMATION

RFQ NO.: H08-PCGS-2016-009

6

2.4 OBJECTIVES 2.4.1 Objectives for delivery of the Project are as follows: 2.4.1.1 Quality: Deliver a project that exceeds the minimum performance specification outlined in Attachment A, Scope of

Work.

2.4.1.2 Cost: Obtain the most cost effective design and construction that will optimize the total cost of ownership for HAS.

2.4.1.3 Schedule: Achieve the scheduled completion dates for design, construction, and performance testing of the Project. Anticipate night work shifts during construction and other off- hour work schedules.

2.4.1.4 Public: Provide a safe and effective project that minimizes nuisance impacts to the public.

2.4.1.5 Traffic: Maintain traffic patterns at all times.

2.4.1.6 Risk: Achieve an optimal balance of risk allocation between HAS and the Design-Builder.

2.4.1.7 Safety: Implement an effective safety program incorporating industry best practices.

2.4.1.8 Accountability: Provide for a single point of accountability for performance of all services under the Design-Build Agreement.

2.4.1.9 Collaboration: Provide for coordinated design development, with the Design-Builder eliciting HAS input in a manner that preserves Design-Builder’s sole responsibility for the achievement of Project performance objectives while meeting HAS objectives associated with cost, quality, aesthetics, and long-term operability.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 7: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

7

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

3.0 PROCUREMENT PROCESS 3.1 APPROACH 3.1.1 The Request for Qualifications (RFQ) represents Step One of the procurement process and establishes the process

for soliciting and evaluating Statements of Qualifications (SOQs) from those entities (Respondents) interested in serving as the Design-Builder.

3.1.2 This RFQ is not a tender or an offer or a request for Proposals, and there is no intention by HAS to make an offer

by issuing this RFQ. 3.1.3 HAS will conduct a Pre-Submittal Conference for this solicitation. Please refer to the front page for exact details of

time and place. At the conference, HAS will present an overview of the Project scope, including the procurement process, schedule, and CITY REQUIRED DOCUMENTS for the Project. Attendance is highly recommended.

3.1.4 The SOQs will be reviewed and evaluated in accordance with this RFQ to develop a Shortlist (maximum of 5) of

Qualified Respondents deemed as the most qualified to execute the Design-Build Project on behalf of HAS. Firms shortlisted will receive an invitation to submit proposals, Step Two of the process.

3.1.5 During Step Two of the procurement process HAS will solicit a TECHNICAL PROPOSAL and PRICE PROPOSAL

from the shortlisted Respondents in accordance with the requirements of the Texas Government Code Chapter 2269.

3.1.6 Step Two of the procurement process may also require an interview/oral presentation of the shortlisted firms. 3.1.7 Upon determining the Most Qualified Respondents, at the appropriate time, HAS will open the Pricing Proposal

Envelope #2 and shall commence contract negotiations. If HAS is unable to negotiate a satisfactory contract with the highest ranked Respondent, HAS shall, formally and in writing, end all negotiations and proceed to negotiate with the next Respondent in the order of the selection ranking until a contract is reached or negotiations with all ranked Respondents end.

3.2 SOLICITATION TENTATIVE SCHEDULE 3.2.1 The following tentative schedule has been established for this Solicitation process. HAS reserves the right to modify

the schedule during the Solicitation process. Changes/Updates will be posted on HAS’ website (www.fly2houston.com) via Addenda.

3.2.1.1

Description Scheduled Date

Advertisement of Solicitation 09/04/15

Pre-Submittal Conference 09/22/15

Deadline for Questions 09/29/15

Letter of Clarification(s) Posted on HAS Website 10/06/15

Statement of Qualifications (Step One) Due 10/20/15

Notification of Shortlisted Firms 11/04/15

Proposal Due (Step Two) 11/17/15

Oral Presentations/Interviews (Step Two) 12/11/15

Submit to Council for approval 01/13/16

Page 8: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

8

3.3 QUALIFICATIONS OF RESPONDENTS 3.3.1 DEMONSTRATED COMPETENCE AND QUALIFICATIONS 3.3.1.1 All Respondents must propose qualified personnel and team members to accomplish the services required by HAS

as described herein. Design portions of the work must be executed by appropriately licensed Architects and Engineers. Professional service practitioners under this contract should be licensed to practice in the State of Texas. See PAGE 35 - CITY REQUIRED DOCUMENTS.

3.3.2 PERFORMANCE AND PAYMENT BONDS 3.3.2.1 Respondents are on notice that, as provided in Chapter 2269 of the Texas State Government Enabling Law and as

included within the Draft Design–Build Agreement, the Design-Builder will be required to provide performance, maintenance, and payment bonds to HAS no later than the 10th day after the date the Design-Builder executes the Design-Build Agreement. HAS may also require the Design-Builder to provide a Proposal Guaranty.

3.3.3 SURETY LETTER OF INTENT 3.3.3.1 Respondent shall fill out Surety Letter Of Intent form PAGE 35 - CITY REQUIRED DOCUMENTS. 3.3.4 FINANCIAL CAPABILITIES 3.3.4.1 Respondent is required to submit, in a separate, sealed envelope, clearly marked “Financial Statements”, one (1)

stamped “Original” and one (1) copy of its Financial Statements with its Submittal. 3.3.4.2 Respondent must provide audited financial statements for the last two years, if they are available. If audited

financial statements are not available, Respondent must provide tax returns and along with unaudited or reviewed financials for the last two years.

3.3.4.3 Provide a brief statement of the Respondent’s bonding ability to fulfill the obligations. 3.3.5 JOINT VENTURES OR PARTNERSHIPS 3.3.5.1 If the Respondent is a joint venture or partnership, the Respondent must submit with its Response a copy of the

partnership or joint venture or current teaming agreement. The agreement must describe the scope and amount of work each participant will perform and contain a provision that each participant will be jointly and severally liable to HAS for completing all of the work and to third parties for all duties, obligations and liabilities which arise out of the joint venture’s performance of the work. See PAGE 35 - CITY REQUIRED DOCUMENTS.

3.3.5.2 Each firm of the joint venture or partnership must respond to all elements of the CITY REQUIRED DOCUMENTS

separately. The firms must each submit a complete set to HAS at the time the Responses are due. 3.3.5.3 Only one firm of the joint venture or partnership needs to meet or exceed each of the STATEMENT OF

QUALIFICATIONS’ Minimum Experience Requirements in order to be further evaluated as a Respondent. 3.3.6 RESPONDENT REFERENCES 3.3.6.1 The Respondent shall provide client references that include the client names, addresses and telephone numbers

and email addresses see PAGE 35 - CITY REQUIRED DOCUMENTS. HAS will contact the referenced clients to verify Respondent provided information and/or to solicit comments.

3.3.6.2 References must be people that were directly involved in the previous projects listed and who have first-hand

knowledge of the performance of the Respondent and its proposed staff/team. 3.3.6.3 Any information stated in the Response found and determined by HAS to be a misrepresentation of a Respondent’s

past experiences may be considered as grounds for disqualification of the Response and Respondent may be banned from participation in future RFQ’s from HAS.

Page 9: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

9

3.3.6.4 Submission of qualifications indicates Respondent’s acceptance of the evaluation techniques and the recognition

that subjective judgments must be made by the City, their respective representatives, advisors, representatives and attorneys (“Investigating Parties”) during the evaluation process. Each Respondent, by submission of its response, acknowledges and understands that the Investigating Parties will perform investigations into the Respondent’s past performance, character, financial capacity and experience and agrees that submission of a response acts to waive and release any and all of the Respondent’s claims against the Investigating Parties in relation to such investigations and, further, that submission of a response acts as an authorization by the Respondent for the Investigating Parties to request and obtain information concerning the respective Respondent and as authorization for any party to whom the Investigating Parties directs an inquiry, to release the information so requested.

4.0 OTHER INFORMATION 4.1 VALIDITY PERIOD 4.1.1 All submissions under this RFQ must be valid for a period of one-hundred and eighty (180) consecutive Calendar

Days from the date of receipt by HAS. 4.1.2 All submissions under the subsequent RFP to the short-listed respondents must be valid for a period of one-

hundred eighty (180) consecutive Calendar Days from the date of receipt by HAS. 4.2 ONLY ONE SUBMISSION ACCEPTED 4.2.1 HAS will accept only one submission for this RFQ from any one Respondent. This includes submissions received

under different names by one firm, corporation, partnership, or joint venture. Evidence of collusion among Respondents shall be grounds for exclusion of any Respondent who is a participant in any such collusion. Optional offers submitted in addition to conforming submissions will not be reviewed. A firm may not participate in more than one joint venture or team who is submitting a response to this RFQ or RFP.

4.3 AUTHORIZED SIGNATURES 4.3.1 When signing the Response, each party signing must; 4.3.1.1 State that the facts represented in the submission are true and correct

4.3.1.2 The Signer has authority to sign on behalf of the contracting entity.

4.4 INFORMATION REQUESTED AND NOT FURNISHED

4.4.1 The information requested and the manner of submission is essential to permit prompt evaluation of all Responses. Accordingly, HAS reserves the right to declare as non-responsive and reject any Responses in which information is requested and is not furnished (within HAS’s time limits) or when a direct or complete answer is not provided.

4.5 DESIGNATION OF INDEPENDENT ENGINEER

4.5.1 Pursuant to Chapter 2269 of the Texas State Government Code, an independent Engineer is hereby designated to act as HAS’s engineering representative during the procurement process and for the duration of the Project. The designated City Engineer for this Project is: Devon Tiner, P.E.

4.6 STIPEND FOR UNSUCCESSFUL RESPONDENTS

4.6.1 The stipend is zero dollars.

4.7 RESPONSE ERRORS

4.7.1 OMISSIONS AND ERRORS

4.7.1.1 Respondent is liable for all errors or omissions incurred by Respondent in preparing the Response. Respondent will not be allowed to alter Response documents after the due date for submission unless a request is made in writing which thoroughly describes the circumstances and which is approved by HAS in writing. Nothing herein shall be construed to entitle Respondent to alter Response documents except as required by law.

Page 10: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

10

4.7.2 CORRECTIONS AFTER SUBMISSION

4.7.2.1 HAS reserves the right to make corrections or amendments due to errors identified in the Response by HAS or the Respondent. This type of correction or amendment will only be allowed for errors as typing and transposition. All changes must be coordinated in writing with, and authorized by HAS.

4.7.3 INCORRECT RESPONSE INFORMATION

4.7.3.1 If HAS determines that a Respondent has provided incorrect information for consideration in the evaluation process, which the Respondent knew or should have known was materially incorrect, that Response may be deemed non-responsive and the Response may be rejected or may be accepted in HAS’ sole discretion.

4.7.4 PROHIBITION OF ALTERNATE TERMS AND CONDITIONS

4.7.4.1 Respondent shall not submit their own Contract terms and conditions in Response to this RFQ/ RFP. If a Response contains supplemental terms and conditions, HAS, at its sole discretion, may determine the Response to be a non-responsive counter offer, and the Response may be rejected.

4.7.5 WAIVER OF MINOR ADMINISTRATIVE IRREGULARITIES

4.7.5.1 HAS reserves the right, at its sole discretion, to waive minor administrative irregularities contained in any Response submitted for this RFQ/ RFP.

4.7.6 WITHDRAWAL OF RESPONSES 4.7.6.1 Respondent may withdraw their submitted Response at any time prior to the specified Response due date and

time. Withdrawals of the Response must be by written request. After withdrawing a previously submitted Response, the Respondent may submit another Response at any time up to the specified Response due date and time.

5.0 STEP ONE: REQUEST FOR QUALIFICATIONS 5.1 OVERVIEW 5.1.1 Step One of the Response shall consist of two (2) parts: STATEMENT OF QUALIFICATIONS and CITY

REQUIRED DOCUMENTS. 5.2 PART ONE: STATEMENT OF QUALIFICATIONS RESPONSE FORMAT AND CONTENT 5.2.1 Contents of Envelope #1 will include one (1) original of STATEMENT OF QUALIFICATIONS Response signed in

blue ink and eight (8) hard copies, as well as an electronic PDF version of the same on eight (8) non-returnable USB drives affixed for the original. Original to be marked as “Original” and copies to marked as “copy 1 of X” etc.

5.2.2 Each STATEMENT OF QUALIFICATIONS shall be bound using GBC or other semi-permanent binding method, to

ensure that pages are not lost. Pages shall be no larger than letter-size (8½” by 11”) or folded to that dimension, twice letter size (11”x17”). Each section (defined below) shall be separated by a tabbed divider. Elaborate covers, binders, dividers, etc. are not required. Document text should be in ARIAL 10 point font, and must be consistent throughout the document. Each RFQ response shall be organized in the following order:

5.2.2.1 Step 1: RFQ Content

Cover Letter Transmittal Letter Introduction and Executive Summary Similar Project Experience Project Approach and Design Build Team Commitment Firm(S) Qualifications Team Qualifications Design and Construction Phase Services Management and Staffing Plan Project Controls

Page 11: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

11

5.2.3 The Respondent shall ensure that each page of its Response is identified with the Project Name, Respondent’s

name, and page number. 5.2.4 Responses shall include tabbed section indicators and tab pages shall not include any content, graphic or text other

than header of the section. 5.2.5 All forms provided in this RFQ shall use the exact format provided. 5.2.6 All Responses must be submitted in accordance with this RFQ. Responses shall be in writing and Respondents

shall complete and return all applicable documents. If the Response does not conform to HAS’s requirements, the Response may be deemed non-responsive and therefore, not be considered for further evaluation. The contents of the Response shall be complete in description and concise in volume. Any supplementary artwork, visual aids, films, and other extraneous materials will not be accepted unless it specifically addresses the requirements for approach and/or information.

5.3 STATEMENT OF QUALIFICATIONS RESPONSE

5.3.1 SIMILAR PROJECT EXPERIENCE 5.3.1.1 Must have experience as Prime or JV. Provide no more than five (5) other similar parking count and guidance

projects under a Design-Build Contract or other that is in progress or you have completed in the last 5 years. Provide references from the owner.

5.3.1.1.1 Provide the number of airport projects installed in the U.S. / Globally

a. Discuss similarities to this project

b. Discuss challenges and solutions 5.3.1.1.2 Provide the number of similar projects installed in the U.S. / Globally

a. Discuss similarities to this project

b. Discuss challenges and solutions 5.3.1.1.3 Include after each project listed above the following elements:

a. Project name and delivery method b. Location c. Client, address, telephone number d. Description of systems, services and/or staffing solutions provided by firm in support of project e. Total contract gross amount (firm’s amount, if different) f. Proposed schedule vs Actual g. Proposed budget vs Actual h. Principal-in-charge i. Day-to-Day technical project manager j. Key Design Staff k. Date completed or current phase

Page 12: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

12

l. Client reference (name, position, phone, email address) m. Identify as new construction or retrofit n. Coordination between multiple consultant firms o. Relevant experience with other interfacing projects and associated scheduling consideration p. Brief narrative description of project

5.3.2 PROJECT APPROACH AND DESIGN BUILD TEAM COMMITMENT 5.3.2.1 Outline your management tools, strategies and methodologies that will enable delivery of the Project including any

key assumptions, exclusions, constraints and opportunities to be realized. 5.3.2.2 Outline how the Work will be delivered around possible restricted working times and operating areas of an active

airfield/airport. 5.3.2.3 Describe your approach to innovative methods for construction utilizing the Design Build project delivery method. 5.3.2.4 Provide a narrative of the main technical challenges you anticipate in the Project and how you propose to manage

them. 5.3.2.5 Describe your approach to Project communication. 5.3.2.6 Describe your approach to implement a Health and Safety culture among the workforce. 5.3.2.7 Describe proposer’s quality assurance program. Explain methods used to ensure quality control during the

construction phase of the Project. Provide specific examples of how these techniques or procedures were used from any of the projects listed in response to this solicitation.

5.3.2.8 Describe how proposer’s quality control team will measure the quality of construction performed by subcontractors

and how non-conforming work will be addressed. 5.3.2.9 What tools does the Proposer use for risk management? Show how they are implemented and used. Identify any

opportunities and demonstrate how they may benefit HAS. 5.3.2.10 Describe your experience on a construction project that had an Owner’s Design to Budget and how you ensured it

was maintained. 5.3.2.11 Describe your approach to conflict and dispute resolution and the management of contractual conflicts. 5.3.2.12 Describe how you plan on implementing your system while keeping the IAH garages operational during installation

of hardware/wiring. 5.3.2.13 Provide a high level project schedule for this project or a project of a similar scope. 5.3.2.14 Explain how your system can be expanded for future use including maximum usable expansion. 5.3.2.15 Provide a list of features that are unique to your system. 5.3.2.16 Describe the components of the user interface dashboard and provide representative examples from similar

projects that are in place. 5.3.2.17 Describe how your system can be interfaced with a mobile device application. 5.3.2.18 Does your system have a mobile phone application or use a third party for mobile phone applications.

Page 13: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

13

5.3.2.19 Describe and list the PARC systems that can be integrated with your system. 5.3.2.20 Describe how your system can be integrated with various PARCS systems 5.3.2.21 Discuss integration of your PGS with other systems that are currently installed and operational 5.3.2.22 What, if any, features does your system provide to facilitate “find your car” functionality? 5.3.2.23 Provide the methodology that your system uses for counting roof and surface spaces. 5.3.2.24 Provide accuracy rate statistics from previous installations. 5.3.2.25 Describe your company's service support philosophy, how is it carried out, and how do you measure success in

keeping this philosophy. 5.3.2.26 Do you provide turnkey service, if not, describe how you would execute this project as a design build. 5.3.2.27 Do you have a local service provider? 5.3.2.28 If not, will a local service provider be established to serve this project? 5.3.2.29 Will stock of service and repair parts be maintained locally to serve this project? 5.3.2.30 Provide a recommended spares list identifying equipment and quantity. 5.3.2.31 Describe the maintenance needs associated with your system, the percentage that can be done by the end user

and the percentage that must be done by authorized personnel. 5.3.2.32 Describe how often system upgrades are scheduled and explain the process for testing system upgrades, include

the recommended configuration for segregated testing. 5.3.2.33 Describe the procedure for addressing immediate repairs and the timeline. 5.3.2.34 Describe the term of the manufacturer’s warranty and the installation warranty. 5.3.2.35 List the average number of service calls received on the first, second, and third year of installation of your system. 5.3.2.36 Describe the training delivery method used for your product, describe your training methodology, and provide a

sample training plan for a previous project of similar scope. 5.3.2.37 Please provide a copy of a support/service level agreement from a previous project of similar scope. 5.3.2.38 Provide an itemized list of your maintenance support process 5.3.2.39 Identify any objections or exceptions you have to the Requirements Document. If none, please state so. 5.3.3 FIRM(S) QUALIFICATIONS 5.3.3.1 Explain your organization structure and why it has the necessary expertise and resources to execute a project of

this scope. 5.3.3.2 Provide a description of a minimum of three (3), and a maximum of six (6) projects performed by your firm and/or

team member that are similar in type, scope, cost and magnitude to this Project, especially at operating airports, large public projects or large private projects. Teams may use the same projects as submitted in the Pass/Fail requirement.

5.3.3.3 For all projects submitted, provide the project name with the associated client name and contact information.

Provide the associated Design Consultant name and contact information. Provide a list of all Key Personnel who worked on each project.

Page 14: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

14

5.3.3.4 Respondent must have an Experience Modification Ratio (EMR) at or below .95 for the previous 12 months (based

on the RFQ issuance date). This information must be validated in a letter from the Respondent’s insurance carrier. Respondent provide an OSHA Form 300A Summary of Work – Related Injuries and Illnesses for all company activities in the past five (5) years.

5.3.3.5 Has the Respondent received a citation from OSHA s in excess of serious (i.e., willful) within the previous five (5)

years? If yes, provide details. 5.3.4 TEAM QUALIFICATIONS 5.3.4.1 Each Proposer shall submit a list identifying: 5.3.4.1.1 The Key Personnel on the proposed team. 5.3.4.1.2 A description for each Key Personnel position at design and construction phase of the project. 5.3.4.2 Provide a written assurance that the key individuals listed will be performing the work and will not be substituted

with other personnel or reassigned to another project without HAS’s prior written approval. 5.3.4.3 Provide a resume for each key person demonstrating their qualifications and experience. Resumes shall include a

description of training and experience in their respective areas of expertise, including their education, professional licensing, airport experience, Design Build experience, and other related work experience. Design Build experience is desirable. Resumes shall indicate whether or not each person has previously worked with members of the proposed team on similar projects.

5.3.5 DESIGN AND CONSTRUCTION PHASE SERVICES 5.3.5.1 Describe proposer’s concepts for working in a team relationship with HAS. 5.3.5.2 Describe how the Proposer’s involvement in the design phase affected the outcome of the project with regard to

quality, constructability, safety, cost and schedule. 5.3.5.3 Describe your proposed method, using examples, of how you have influenced design to ensure safety in

construction. 5.3.5.4 For construction planning, describe Proposer’s recommendations of the composition, sequence, and timing of bid

packages in order to meet the Project Schedule. 5.3.5.5 Describe proposer’s methods for advertising, prequalifying subcontractors, receiving proposals, and awarding

contracts to subcontractors on this project. 5.3.5.6 Describe proposer’s process for developing project specific phasing and logistics plan. 5.3.5.7 Provide a high level schedule for this Project. 5.3.5.8 Describe proposer’s perception of critical construction issues for this Project and strategy for mitigating risks. 5.3.5.9 Describe proposer’s ability and plan to self-perform work on this Project. 5.3.5.10 Describe proposer’s plan to phase construction and demolition of existing structures to minimize impact to airport

operations. 5.3.5.11 Describe the Proposer’s commissioning management experience which includes coordination with third-party

commissioning services consultant. Include your approach to system testing, activation, and commissioning. 5.3.5.12 Describe your approach to evaluate sub-contractors and provide examples of your Team’s experience with local

sub-contractors. Include methods of advertising, receiving proposals, and awarding subcontracts. 5.3.5.13 Describe your approach to Project Closeout, including the handover of record documentation.

Page 15: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

15

5.3.6 MANAGEMENT AND STAFFING PLAN 5.3.6.1 Describe the organization of the proposer’s team – provide an organization chart for both Design Phase Services

and Construction Phase Services. 5.3.6.2 Provide a management and staffing plan in a table format that lists all of the project tasks and proposed team

member names to each project task and their level of responsibility for each task. The management and staffing plan must indicate all Key Personnel required to implement the pre-construction documents as well as Key Personnel required for the construction phase.

5.3.6.3 Each proposer shall submit a table showing all Key and non-Key Personnel and the percentage of time assigned to

the Project. 5.3.7 PROJECT CONTROLS 5.3.7.1 Describe proposer’s recommendation of software programs, web-based applications, building information modeling,

and other computer applications to be used or required for project management on this Project. 5.3.7.2 Describe proposer’s experience with cost-loaded schedules and utilizing progress schedules for payment

applications. 5.3.7.3 Describe how proposer will develop, maintain, and update the Project schedule during the entire project, including

the initial baseline during project initiation. 5.3.7.4 Describe proposer’s approach to assuring timely completion of this project, including methods for float creation and

schedule recovery, if necessary. For any projects referenced, provide examples of how these techniques were used, including specific scheduling challenges/requirements and actual solutions.

5.3.7.5 Describe detailed construction cost estimating methods, including historical benchmarking data that will be used to

ensure Design to Budget compliance through the Pre-Construction Phase. 5.3.7.6 Describe how innovative work practices, innovative use of technologies, and innovative techniques or cost

reduction strategies could benefit HAS. 5.3.7.7 Describe progress measurement, cost tracking and control methods during construction. For any projects

referenced, provide examples of how these techniques were used and the degree of accuracy achieved. 5.4 STATEMENT OF QUALIFICATIONS EVALUATION CRITERIA AND WEIGHTS 5.4.1 Each SOQ received will be reviewed for documentation of minimum qualifications, completeness, and adherence to

the RFQ requirements. SOQ’s from Respondents that meet the Minimum Qualifications will be evaluated. 5.4.2 SOQ’s will be evaluated on the basis of the following evaluation criteria:

5.4.2.1 Similar Project Experience 20 Points

This criterion considers demonstrated experience as Prime or JV on other similar parking count and guidance projects. The quality and scope of the Respondent’s past performance on previous contracts will also be considered. The criteria will consider factors such as challenges and solutions identified, system services and/or staffing solutions provided by Respondent, Respondent’s coordination between multiple consulting firms, other interfacing projects, and references.

5.4.2.2 Project Approach and Design-Build Team Commitment 20 Points

This criterion considers the Outline of management tools, strategies and methodologies that will enable delivery of the Project including any key assumptions, exclusions, constraints and opportunities to be

Page 16: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

16

realized, Outline of how the Work will be delivered around possible restricted working times and operating areas of an active airfield/airport, approach to innovative methods for construction utilizing the Design Build project delivery method, narrative of the main technical challenges anticipated in the Project and how Respondent propose to manage them, and approach to Project communication. This criterion considers Respondent’s approach to implement a Health and Safety culture among the workforce, Respondent’s quality assurance program, how Respondent’s quality control team will measure the quality of construction performed by subcontractors and how non-conforming work will be addressed, tools Respondent tools used for risk management and how they may benefit HAS. This criterion considers Respondent’s approach to conflict and dispute resolution and the management of contractual conflicts, Respondent’s . plan to implement system while keeping the IAH garages operational during installation of hardware/wiring, Respondent’s high level project schedule for this project . This criterion also considers how Respondent’s system can be expanded for future use, the list of features that are unique to Respondent’s system, the components of the user interface dashboard, how the system can be interfaced with a mobile device application, does the system have a mobile phone application or use a third party for mobile phone applications, list of PARC systems that can be integrated with the system, how the system can be integrated with various PARCS systems, what, if any, features does the system provide to facilitate “find your car” functionality, the methodology the system uses for counting roof and surface spaces, and the accuracy rate statistics from previous installations. This criterion considers factors such as the Respondent’s service support philosophy, how is it carried out, and how success is measured in keeping this philosophy, does Respondent provide turnkey service, if not, how Respondent would execute this project as a design build, does Respondent have a local service provider, if not, will a local service provider be established to serve this project. This criterion considers the recommended spares list and whether stock of service and repair parts will be maintained locally, the system maintenance needs and percentage that can be done by end user versus the percentage that must be done by authorized personnel. This criterion considers often system upgrades are scheduled and the process for testing system upgrades, the procedure for addressing immediate repairs and the timeline, the term of the manufacturer’s warranty and installation warranty, average number of service calls received on the first, second, and third year of installation of the system, the training delivery method, the sample training plan for a previous project of similar scope, the support/service level agreement from a previous project of similar scope, the itemized list of maintenance support process, and any stated objections or exceptions to the Requirements Document.

5.4.2.3 Firm(s) Qualifications 10 Points

This criterion considers the Respondent’s organizational structure, has Respondent demonstrated they have the required expertise and resources to execute a project of this scope. This criterion also considers whether Respondent has an Experience Modification Ration (EMR) at or below .95 for previous 12 months (based on the RFQ issuance date) with a validated letter from their insurance carrier. Respondent’s OSHA Form 300A for past five (5) years, and any citations Respondent has received from OSHA in excess of serious (i.e., willful) within the past five years.

Page 17: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

17

5.4.2.4 Team Qualifications 15 Points

This criterion considers factors such as the list of the proposed team key personnel and their resumes; description of key personnel position at design and construction phase; whether each member has previously worked with members of the proposed team on similar projects; and the written assurance that key personnel listed will perform the work specified, will not be substituted with other personnel or reassigned to another project without HAS’s prior written approval.

5.4.2.5 Design and Construction Phase Services 15 Points

This criterion considers Respondent’s concepts of working in a team relationship with HAS. How Respondent’s involvement in the design phase will enhance the quality, constructability, safety, cost and schedule of the project. Proposed method, (examples) of how you have influenced design to ensure safety in construction. This criterion also considers the Respondent’s recommendations of composition, sequence and timing of bid packages for construction planning in order to meet the Project schedule. Respondent’s method of advertising, prequalifying subcontractors, receiving proposals, awarding contracts to subcontractors, team experience with local subcontractors and process for developing project specific phasing and logistics plan. This criterion considers factors such as high level Project schedule; Respondent’s perception of this Project critical issues and strategy for mitigating risks; Respondent’s ability and plan to self-perform work on Project; plan to phase construction/demolition of existing structures to minimize impact on airport operations; commissioning management experience and approach to system testing, activation, and commissioning. This criterion considers Respondent’s approach to Project closeout including the handover of record documentation.

5.4.2.6 Management and Staffing Plan 10 Points

This criterion considers the organization of the Respondent’s team, organizational Charts provided for both the Design Phase and Construction Phase Services. This criterion includes factors such as the tabled management and staffing plan, key and non-key Personnel with associated task and percentage of time assigned to the Project during pre-construction and construction phases.

5.4.2.7 Project Controls 10 Points

This criterion considers the Respondent’s recommendations of software programs, web-based applications, building information modeling,. This criterion considers, but is not limited to the Respondent’s demonstrated experience with cost-loaded schedules, utilization of progress schedules for payment, how Respondent will develop, maintain, and update Project schedule during baseline initiation and during the entire Project. This criterion considers Respondent’s approach to assuring timely Project completion that should include float creation and schedule recovery, cost estimating methods, including historical benchmarking data to ensure Design to Budget compliance through Pre-Construction Phase. This criterion includes factors such as progress measurement; cost tracking and control methods during construction; innovative work practices, use of innovative techniques/ technologies or cost reductions strategies that could benefit HAS

Page 18: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

18

5.4.2.8 Financial Capabilities Pass/Fail This criterion is based on the strength of the Proposer’s financial Statements and other required financial information.

5.4.2.9 MWBE Compliance Pass/Fail This criterion is based on the Respondent’s ability to comply with the set requirements to achieve the participation goal.

TOTAL SCORE 100 POINTS 5.5 PART TWO: CITY REQUIRED DOCUMENTS 5.5.1 CONTENT 5.5.1.1 The Respondent shall complete all the CITY REQUIRED DOCUMENTS Forms (see page 35), - and shall initial any

and all alterations or erasures in its submissions. The Respondent shall not delete, modify or supplement the printed matter on the CITY REQUIRED DOCUMENTS Forms, or make substitutions thereon.

5.5.2 FORMAT 5.5.2.1 Contents of Envelope #2 will include one (1) original and one (1) copy of the CITY REQUIRED DOCUMENTS, as

well as an electronic PDF copy on a non-returnable USB drive affixed to the original. 5.5.2.2 The hard copies shall be bound using 8½” by 11” pages with no staples. 5.5.2.3 The Respondent shall ensure that each page of its Response is identified with the Project name and Respondent’s

name. 5.5.3 REVIEW 5.5.3.1 The CITY REQUIRED DOCUMENTS will be reviewed for compliance. The Respondent’s failure to comply with the

instructions or to submit a complete Response may result in the Response being deemed non-responsive.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 19: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

19

5.6 REQUEST FOR QUALIFICATIONS DELIVERY INSTRUCTIONS 5.6.1 The Response packages shall be submitted in two (2) separate envelopes/boxes clearly identified and addressed

as follows: 5.6.1.1 ENVELOPE #1 – STATEMENT OF QUALIFICATIONS 5.6.1.1.1

Label in Upper Left-Hand Corner Label in Center

5.6.1.2 ENVELOPE #2 - CITY REQUIRED DOCUMENTS 5.6.1.2.1

Label in Upper Left-Hand Corner Label in Center

RESPONDENT Name _________________

Contact Name__________________ Contact Email__________________ Contact Phone Number_________ RFQ STATEMENT OF QUALIFICATIONS

Houston Airport System RFQ – Parking Count And Guidance System Solicitation No. H08-PCGS-2016-009 Supply Chain Management Attention: Justina J. Mann, CPPO Procurement Officer 18600 Lee Road Humble, TX 77338

RESPONDENT Name _________________

Contact Name__________________ Contact Email__________________ Contact Phone Number_________ RFQ CITY REQUIRED DOCUMENTS

Houston Airport System RFQ – Parking Count And Guidance System Solicitation No. H08-PCGS-2016-009 Supply Chain Management Attention: Justina J. Mann, CPPO Procurement Officer 18600 Lee Road Humble, TX 77338

Page 20: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP ONE PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

20

6.0 CONTRACTING APPROACH 6.1 INVITATION 6.1.1 HAS will notify only the shortlisted Respondents and invite them to submit proposals in Response to the Step Two

of the two-step process. HAS plans to award the Design-Build Contract to the Respondent offering the response that best meet the needs of HAS utilizing the Design-Build delivery method.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 21: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

21

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP TWO PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

7.0 STEP TWO: PROPOSAL PROPOSALS WILL ONLY BE REQUIRED OF SHORTLISTED RESPONDENTS AS

REQUESTED BY HAS 7.1 OVERVIEW 7.1.1 Shortlisted Respondents shall receive a Nondisclosure Agreement and an invitation to submit a Proposal. The

Nondisclosure Agreement must be signed and returned, if the shortlisted Respondent will request the architectural background drawings of the existing garage facilities. The Proposal consists of two (2) parts: TECHNICAL PROPOSAL and PRICE PROPOSAL.

7.2 TECHNICAL PROPOSAL CONTENT 7.2.1 The Respondent shall submit the TECHNICAL PROPOSAL using the format described herein. Respondent shall

present any attributes that the Respondent believes are unique to its team, making them especially qualified to perform the services for HAS. The TECHNICAL PROPOSAL must address the following: • Addendum (Letter of Clarification) Acknowledgement Letter • Project Approach • Anticipated Risks • Proposed Solutions to Anticipated Risks • Ability to Fast Track Schedule • Conceptual Engineering Design

7.2.2 Responses shall be in writing and Respondents shall complete and return all applicable documents. If the

Response does not conform to HAS’s requirements, the Response may be deemed non-responsive and therefore, not be considered for further evaluation. The contents of the Response shall be complete in description and concise in volume. The Response shall be in the format of a written report. Any supplementary artwork, visual aids, films, and other extraneous materials will not be accepted unless it specifically addresses the Proposal requirements for approach and/or information.

7.2.3 Division 00 (00700, 00800) and Division 01 Documents will be provided to the firms shortlisted. 7.3 TECHNICAL PROPOSAL FORMAT 7.3.1 Contents of Envelope #1 will include one (1) original of the ADDENDUM ACKNOWLEDGEMENT LETTER (see

Attachment D), TECHNICAL PROPOSAL signed in blue ink and eight (8) hard copies, as well as eight (8) electronic PDF versions of the same on non-returnable USB drives affixed for the original. Original to be marked as “Original” and copies to be marked as “copy 1 of X” etc.

7.3.2 All copies of TECHNICAL PROPOSAL shall be bound using 8½” by 11” (single-sided) pages with no staples,

divided by tabs for the following sections. 7.3.3 Step 2: Proposal Content

Project Approach

Anticipated Risks

Proposed Solutions To Anticipated Risks

Ability To Fast Track Schedule

Conceptual Engineering Design/ Comments on Design Criteria Package

7.3.4 The Respondent shall ensure that each page of its Response is identified with the Project Name, Respondent’s

name, and page number.

Page 22: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP TWO PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

22

7.3.5 Responses shall be prepared on 8 ½” x 11” paper, bound on the long side. 11” x 17” fold-out sheets may be

included and counted as one page but are limited to graphic or photo images and shall not be used for excessive text to circumvent the page limitations.

7.3.6 Responses shall use 10 point font in Arial but none smaller, excluding captions for graphics. 7.3.7 Responses shall include tabbed section indicators and tab pages shall not include any content, graphic or text other

than header of the section and will not be counted in the page count. 7.3.8 All text shall be clear of binding edge margin. 7.3.9 TECHNICAL PROPOSAL which contain unnecessarily elaborate art work, marketing brochures or expensive paper

and/or bindings are highly discouraged. 7.3.10 All forms provided in this RFP shall use the exact format provided. 7.4 TECHNICAL PROPOSAL 7.4.1 Project Approach 7.4.1.1 Describe Respondent’s strategy to manage the Design-Build process in regards to Attachment A, Scope of Work. 7.4.1.2 Describe how Respondent will execute its work plan within the Project limits based on Attachment A, Scope of

Work. 7.4.1.3 Describe Respondent’s approach to phasing the Design-Build process to maximize continuous parking operations

during construction. 7.4.1.4 Describe, in graphic form, your organization showing clear lines of authority and communication. 7.4.1.5 Provide an organization chart depicting roles and responsibilities. 7.4.1.6 Name all key personnel who will be part of the design and installation team for this project and provide their cities of

residence. Provide summary resumes for proposed project team members, including their specific experiences with similar projects and number of years with your company. Describe in detail the experiences and expertise of each team member. (Note: Key personnel must be committed to this project for its duration unless excused by the Owner.)

7.4.1.7 Describe the training delivery method used for your product, describe your training methodology, and provide a

sample training plan for a previous project of similar scope. 7.4.1.8 Describe your company's service support philosophy, how is it carried out, and how do you measure success in

keeping this philosophy. 7.4.1.9 Do you provide turnkey service, if not, describe how you would execute this project as a design build. 7.4.1.10 Identify any objections or exceptions you have to the Requirements Document. If none, please state so. 7.4.1.11 Maintenance Program:

a. Do you have a local service provider?

b. If not, will a local service provider be established to serve this project?

c. Will stock of service and repair parts be maintained locally to serve this project?

d. Provide a recommended spares list identifying equipment and quantity.

Page 23: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP TWO PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

23

e. Describe the maintenance needs associated with your system, the percentage that can be

done by the end user and the percentage that must be done by authorized personnel.

f. Describe how often system upgrades are scheduled and explain the process for testing system upgrades, include the recommended configuration for segregated testing.

g. Describe the procedure for addressing immediate repairs and the timeline.

h. Describe the term of the manufacturer’s warranty and the installation warranty.

i. List the average number of service calls received on the first, second, and third year of installation of your system.

j. Please provide a sample of a support/service level agreement.

k. Provide an itemized list of your maintenance support process.

7.4.2 Anticipated Risks 7.4.2.1 Based upon the Attachment A, Scope of Work, list the anticipated risks the Respondent foresees. 7.4.3 Proposed Solutions to Anticipated Risks 7.4.3.1 Provide proposed solutions to the risks identified in 8.4.2.1. 7.4.4 Ability to Fast Track Schedule 7.4.4.1 The ideal substantial completion date is November 13, 2016; provide a high level project schedule to ensure this

date is met. 7.4.5 Conceptual Engineering Design 7.4.5.1 Based on Attachment A, Scope of Work, explain your process in completing the design. Describe any design gaps or

other issues that can prevent the Project from its intended functionality and use. 7.5 PRICE PROPOSAL CONTENT 7.5.1 The Respondent shall submit the PRICE PROPOSAL using the format described herein. The PRICE PROPOSAL

will contain the following: 7.5.1.1 PRICE PROPOSAL FORM

Page 24: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP TWO PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

24

7.6 INTERVIEW / ORAL PRESENTATION 7.6.1 Respondents may be scheduled for a structured oral presentation and interview where they will be asked to present

their interpretation of the Project based on information provided within the Scope of Work, Design Criteria Document Package. Shortlisted Respondents will receive clarifying questions from the Evaluation Committee in advance of their presentation and interview. Please note that HAS is not responsible for costs associated with oral presentation and interviews.

7.7 PRICE PROPOSAL FORMAT 7.7.1 Contents of Envelope #2 will include one (1) original of the Cover Letter and PRICE PROPOSAL signed in blue ink

and eight (8) hard copies, as well as eight (8) electronic PDF version of the same on a non-returnable USB drives affixed for the original. Original to be marked as “Original” and copies to marked as “copy 1 of X” etc.

7.8 PROPOSAL EVALUATION CRITERIA AND WEIGHTS 7.8.1 The following is the scoring criteria and corresponding weights for the Proposal Response. The Respondent shall

submit the TECHNICAL PROPOSAL using the format described herein. Respondent shall present any attributes that the Respondent believes are unique to its team, making them especially qualified to perform the services for HAS. The TECHNICAL PROPOSAL must be in response to the information conveyed within the Design Criteria.

7.8.1.1 Project Approach 30 Points This criterion considers the Respondent’s strategy to manage the Design-

Build process in regards to the Scope of Work. How the Respondent will execute its work plan within the Project limits based on the Scope of Work. Respondent’s approach to phasing the Design-Build process to maximize continuous parking operations during construction.

This criterion also considers Respondent’s organization structure, key personnel, team members’ expertise. This criterion takes into consideration Respondent’s service support philosophy, turnkey service, maintenance program and any objections or exceptions identified.

7.8.1.2 Anticipated Risks 20 Points This criterion considers the anticipated risks Respondent foresees. 7.8.1.3 Proposed Solutions to Anticipated Risks 20 Points This criterion considers the proposed solutions to the anticipated risks. 7.8.1.4 Ability to Fast Track Schedule 15 Points This criterion considers the Respondent’s high level project schedule that

ensures the ideal substantial completion date of November 13, 2016 is met. 7.8.1.5 Conceptual Engineering Design/Comments on Design Criteria Package 10 Points This criterion considers Respondent’s process in completing the design and

the identification of design gaps or other issues that can prevent the Project from its intended functionality and use.

7.8.1.6 Price Proposal 5 Points

This criterion considers the Respondent’s competitive proposed pricing. TOTAL SCORE 100 POINTS

Page 25: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES STEP TWO PROCUREMENT PROCESS

RFQ NO.: H08-PCGS-2016-009

25

7.9 PROPOSAL DELIVERY INSTRUCTIONS 7.9.1 The Response packages shall be submitted in two (2) separate envelopes/boxes clearly identified and addressed

as follows: 7.9.1.1 ENVELOPE #1 – TECHNICAL PROPOSAL

Label in Upper Left-Hand Corner Label in Center

7.9.1.2 ENVELOPE #2 – PRICE PROPOSAL

Label in Upper Left-Hand Corner Label in Center

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Respondent Name _________________

Contact Name__________________ Contact Email__________________ Contact Phone Number_________ RFP TECHNICAL PROPOSAL

HOUSTON AIRPORT SYSTEM RFP PARKING COUNT AND GUIDANCE SYSTEM SOLICITATION NO.: H08-PCGS-2016-009 SUPPLY CHAIN MANAGEMENT Attention: Justina J. Mann, CPPO Procurement Officer 18600 Lee Road Humble, TX 77338

Respondent Name _________________

Contact Name__________________ Contact Email__________________ Contact Phone Number_________ RFP PRICE PROPOSAL

HOUSTON AIRPORT SYSTEM RFP- PARKING COUNT AND GUIDANCE SYSTEM SOLICITATION NO. H08-PCGS-2016-009 SUPPLY CHAIN MANAGEMENT Attention: Justina J. Mann, CPPO Procurement Officer 18600 Lee Road Humble, TX 77338

Page 26: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

26

8.0 GENERAL TERMS AND CONDITIONS 8.1 INDEMNITY AND RELEASE 8.1.1 RELEASE PRIME CONTRACTOR/SUPPLIER AGREES TO AND SHALL RELEASE THE CITY, ITS AGENTS, EMPLOYEES,

OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE “CITY”) FROM ALL LIABILITY FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS AGREEMENT, EVEN IF THE INJURY, DEATH, DAMAGE, OR LOSS IS CAUSED BY THE CITY’S SOLE OR CONCURRENT NEGLIGENCE AND/OR THE CITY’S STRICT PRODUCTS LIABILITY OR STRICT STATUTORY LIABILITY.

8.1.2 INDEMNIFICATION PRIME CONTRACTOR/SUPPLIER AGREES TO AND SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY, ITS

AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE “CITY”) HARMLESS FOR ALL CLAIMS, CAUSES OF ACTION, LIABILITIES, FINES, AND EXPENSES (INCLUDING, WITHOUT LIMITATION, ATTORNEYS’ FEES, COURT COSTS, AND ALL OTHER DEFENSE COSTS AND INTEREST) FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS AGREEMENT INCLUDING, WITHOUT LIMITATION, THOSE CAUSED BY:

8.1.2.1 PRIME CONTRACTOR/SUPPLIERS AND/OR ITS AGENTS’, EMPLOYEES’, OFFICERS’, DIRECTORS’,

CONTRACTORS’, OR SUBCONTRACTORS’ (COLLECTIVELY IN NUMBERED PARAGRAPHS 1.1-1.3, "PRIME CONTRACTOR/SUPPLIER") ACTUAL OR ALLEGED NEGLIGENCE OR INTENTIONAL ACTS OR OMISSIONS;

8.1.2.2 THE CITY’S AND PRIME CONTRACTOR/SUPPLIER’S ACTUAL OR ALLEGED CONCURRENT NEGLIGENCE,

WHETHER PRIME CONTRACTOR/SUPPLIER IS IMMUNE FROM LIABILITY OR NOT; AND 8.1.2.3 THE CITY’S AND PRIME CONTRACTOR/SUPPLIER’S ACTUAL OR ALLEGED STRICT PRODUCTS LIABILITY

OR STRICT STATUTORY LIABILITY, WHETHER PRIME CONTRACTOR/SUPPLIER IS IMMUNE FROM LIABILITY OR NOT.

8.1.2.4 PRIME CONTRACTOR/SUPPLIER SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY HARMLESS DURING

THE TERM OF THIS AGREEMENT AND FOR FOUR YEARS AFTER THE AGREEMENT TERMINATES. PRIME CONTRACTOR/SUPPLIER’S INDEMNIFICATION IS LIMITED TO $500,000 PER OCCURRENCE. PRIME CONTRACTOR/SUPPLIER SHALL NOT INDEMNIFY THE CITY FOR THE CITY’S SOLE NEGLIGENCE.

8.1.2.5 CONTRACTOR AGREES TO AND SHALL DEFEND, INDEMNIFY, AND HOLD HARMLESS THE CITY, ITS

AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE CITY) FROM ALL CLAIMS OR CAUSES OF ACTION BROUGHT AGAINST THE CITY ALLEGING THAT THE CITY'S USE OF ANY EQUIPMENT, SOFTWARE, PROCESS, OR DOCUMENTS CONTRACTOR FURNISHES DURING THE TERM OF THIS AGREEMENT INFRINGES ON A PATENT, COPYRIGHT, OR TRADEMARK, OR MISAPPROPRIATES A TRADE SECRET. CONTRACTOR SHALL PAY ALL COSTS (INCLUDING, WITHOUT LIMITATION, ATTORNEYS’ FEES, COURT COSTS, AND ALL OTHER DEFENSE COSTS, AND INTEREST) AND DAMAGES AWARDED. CONTRACTOR SHALL NOT SETTLE ANY CLAIM ON TERMS WHICH PREVENT THE CITY FROM USING THE EQUIPMENT, SOFTWARE, PROCESS, AND DOCUMENTS WITHOUT THE CITY’S PRIOR WRITTEN CONSENT. WITHIN 60 DAYS AFTER BEING NOTIFIED OF THE CLAIM, CONTRACTOR SHALL, AT ITS OWN EXPENSE, EITHER (1) OBTAIN FOR THE CITY THE RIGHT TO CONTINUE USING THE EQUIPMENT, SOFTWARE, PROCESS, AND DOCUMENTS OR, (2) IF BOTH PARTIES AGREE, REPLACE OR MODIFY THEM WITH COMPATIBLE AND FUNCTIONALLY EQUIVALENT PRODUCTS. IF NONE OF THESE ALTERNATIVES IS REASONABLY AVAILABLE, THE CITY MAY RETURN THE EQUIPMENT, SOFTWARE, OR DOCUMENTS, OR DISCONTINUE THE PROCESS, AND CONTRACTOR SHALL REFUND THE PURCHASE PRICE.

Page 27: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

27

8.1.3 INDEMNIFICATION-SUBCONTRACTOR’S INDEMNITY 8.1.3.1 CONTRACTOR SHALL REQUIRE ALL OF ITS SUBCONTRACTORS (AND THEIR SUBCONTRACTORS) TO

RELEASE AND INDEMNIFY THE CITY TO THE SAME EXTENT AND IN SUBSTANTIALLY THE SAME FORM AS ITS RELEASE AND INDEMNITY TO THE CITY.

8.2 INDEMNIFICATION PROCEDURES 8.2.1 Notice of Claims. If the City or Prime Contractor receives notice of any claim or circumstances which could give

rise to an indemnified loss, the receiving party shall give written notice to the other party within 30 days. The notice must include the following:

8.2.1.1 A description of the indemnification event in reasonable detail, 8.2.1.2 The basis on which indemnification may be due, and 8.2.1.3 The anticipated amount of the indemnified loss. 8.2.2 This notice does not stop or prevent the City from later asserting a different basis for indemnification or a different

amount of indemnified loss than that indicated in the initial notice. If the City does not provide this notice within the 30-day period, it does not waive any right to indemnification except to the extent that Prime Contractor/Supplier is prejudiced, suffers loss, or incurs expense because of the delay.

8.2.3 Defense of Claims. 8.2.3.1 Assumption of Defense. Prime Contractor may assume the defense of the claim at its own expense with counsel

chosen by it that is reasonably satisfactory to the City. Prime Contractor/Supplier shall then control the defense and any negotiations to settle the claim. Within 10 days after receiving written notice of the indemnification request, Prime Contractor must advise the City as to whether or not it will defend the claim. If Prime Contractor does not assume the defense, the City shall assume and control the defense, and all defense expenses constitute an indemnification loss.

8.2.3.2 Continued Participation. If Prime Contractor elects to defend the claim, the City may retain separate counsel to

participate in (but not control) the defense and to participate in (but not control) any settlement negotiations. Prime Contractor may settle the claim without the consent or agreement of the City, unless it (i) would result in injunctive relief or other equitable remedies or otherwise require the City to comply with restrictions or limitations that adversely affect the City, (ii) would require the City to pay amounts that Prime Contractor does not fund in full, (iii) would not result in the City’s full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement.

8.3 INSURANCE REQUIREMENTS 8.3.1 The Contractor shall obtain and maintain in effect during the term of this Agreement, insurance coverage as set

forth below and shall furnish certificates of insurance showing the City as an additional insured, in duplicate form, prior to the beginning of the Contract. The City shall be named as an additional insured on all such policies except Professional Liability and Workers’ Compensation, must contain an endorsement that the policy is primary to any other insurance available to the Additional Insured with respect to claims arising under the Agreement. The issuer of any Policy shall have a Certificate of Authority to transact insurance business in the State of Texas or have a Best’s rating of at least B+ and a Best’s Financial Size Category of Class VI or better, according to the most current edition of Best’s Key Rating Guide, Property-Casualty United States.

8.3.2 Comprehensive General Liability including Contractual Liability and Automobile Liability insurance shall be in at

least the following amounts: 8.3.2.1 Commercial General Liability Insurance including Contractual Liability:

Page 28: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

28

8.3.2.1.1 $500,000 per occurrence 8.3.2.1.2 $1,000,000 aggregate, (defense costs excluded from face value of the policy) 8.3.2.2 Workers’ Compensation: 8.3.2.2.1 Amount shall be statutory amount 8.3.2.2.2 Employer's Liability cannot be used as a substitute for Workers’ Compensation 8.3.2.3 Automobile Liability (See Note Below): $1,000,000 Combined Single Limit per occurrence Defense costs are excluded from the face amount of the policy. Aggregate Limits are per 12-month policy period

unless otherwise indicated. 8.3.2.4 Employer's Liability: 8.3.2.4.1 Bodily injury by accident $100,000 (each accident) 8.3.2.4.2 Bodily injury by disease $100,000 (policy limit) 8.3.2.4.3 Bodily injury by disease $100,000 (each employee) 8.3.3 Automobile liability insurance for autos furnished or used in the course of performance of this contract including

Owned, Non-owned and Hired Auto coverage (Any Auto coverage may be substituted for Owned, Non-owned and Hired Auto coverage.) If no autos are owned by the Contractor, coverage may be limited to Non-owned and Hired Autos. If Owned Auto coverage cannot be purchased by Contractor, Scheduled Auto coverage may be substituted for Owned Auto coverage. EACH AUTO USED IN PERFORMANCE OF THIS CONTRACT MUST BE COVERED IN THE LIMITS SPECIFIED.

8.3.4 If the City of Houston requires you to maintain in effect insurance coverage during the term of a contract resulting from the City’s acceptance of your response to this request for proposal (“potential contract”), all of your insurance policies must require on their face, or by endorsement, that your insurance carrier waives any rights of subrogation against the City of Houston except for Professional Liability insurance. You must give 30-days’ written notice to the City Purchasing Agent if any of your insurance policies are to be cancelled, materially changed, or not renewed. Within this 30-day period, you shall provide other suitable policies in lieu of those about to be canceled, materially changed, or not renewed so as to maintain in effect the required coverage. If you do not comply with this requirement, the Purchasing Agent, at his or her sole discretion, may: (1) immediately suspend you from any further performance under the potential contract and begin procedures to terminate for default, or (2) purchase the required insurance with City funds and deduct the cost of the premiums from amounts due to you under the potential contract.

8.3.5 If any part of the work is sublet, similar insurance shall be provided by or in behalf of the Subcontractor to cover their operations, and the Contractor shall furnish evidence of such insurance, satisfactory to the City. In the event a Subcontractor is unable to furnish insurance in the limits required under the contract, the Contractor shall endorse the Subcontractor as an Additional Insured on their policies excluding Workers' Compensation and Employer's Liability.

8.3.5.1 (See Insurance Requirements Exhibit IV for a sample insurance certificate format.) 8.3.5.2 Only unaltered original insurance certificates endorsed by the underwriter are acceptable. Photocopies are

unacceptable. 8.3.6 Contractor shall maintain in effect certain insurance coverage, which is described as follows:

Page 29: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

29

8.3.6.1 Form of Policies: The Director may approve the form of the insurance policies, but nothing the Director does or fails to do relieves Contractor form its duties to provide the required coverage under this Agreement. The Director’s actions or in-actions do not waive the City’s right under this Agreement.

8.3.6.2 Issuers of Policies: The issuer of any policy shall have a Certificate of Authority to transact insurance business in

Texas or have a Best’s rating of at least B+ and a Best’s Financial Size Category of Class VI or better, according to the most current edition Best’s Key Rating Guide, Property-Casualty United States.

8.3.6.3 Insured Parties: Each policy, except those for Workers Compensation, Employer's Liability, and Professional

Liability, must name the City (and its officers, agents, and employees) as Additional Insured parties on the original policy and all renewals or replacements.

8.3.6.4 Deductibles: Contractor shall be responsible for and bear any claims or losses to the extent of any deductible

amounts and waives any claim it may have for the same against the City, its officers, agents, or employees. 8.3.6.5 Cancellation: Each policy must state that it may not be canceled, materially modified, or non-renewed unless the

contractor gives the Director 30 days' advance written notice. Contractor shall give written notice to the Director within five days of the date on which total claims by any party against Contractor reduce the aggregate amount of coverage below the amounts required by this Agreement. In the alternative, the policy may contain an endorsement establishing a policy aggregate for the particular project or location subject to this Agreement.

8.3.6.6 Subrogation: Each policy must contain an endorsement to the effect that the issuer waives any claim or right of

subrogation to recover against the City, its officers, agents, or employees, except for Professional Liability insurance.

8.3.6.7 Endorsement of Primary Insurance: Each policy, except Worker's Compensation and Professional Liability (if any),

must contain an endorsement that the policy is primary to any other insurance available to the Additional Insured with respect to claims arising under this Agreement.

8.3.6.7.1 All certificates of insurance submitted by Contractor shall be accompanied by endorsements for additional insured

coverage in favor of the City for Commercial General Liability and policies; and waivers of subrogation in favor of the City for Commercial General Liability, Automobile Liability, and Worker’s Compensation, Employers’ Liability policies. For a list of preapproved endorsement forms, see http://purchasing.houstontx.gov/forms.shtml. The Director will consider all other forms on a case-by-case basis.

8.3.6.8 Liability for Premium: Contractor shall pay all insurance premiums, and the City shall not be obligated to pay any

premiums. 8.3.6.9 Joint Venture Partners and Subcontractors: Contractor shall require all joint venture partners, subcontractors or

franchisees to carry insurance naming the City as an additional insured and meeting all of the above requirements except amount. The amount must be commensurate with the amount of the subcontract or joint venture agreement, but in no case less than $500,000 per occurrence. Contractor shall provide copies of insurance certificates to the Director.

8.3.6.10 Proof of Insurance: On the effective date and at any time during the Term of this Agreement, Contractor shall

furnish the Director with Certificates of Insurance, along with an Affidavit from Contractor confirming that the Certificates accurately reflect the insurance coverage maintained. If requested in writing by the Director, Contractor shall furnish the City with certified copies of Contractor’s actual insurance policies.

8.3.6.10.1 Contractor shall continuously and without interruption, maintain in force the required insurance coverage’s specified

in this Section. If Contractor does not comply with this requirement, the Director, at his or her sole discretion, may immediately suspend Contractor from any further performance under this Agreement and begin procedures to terminate for default, or

8.3.6.10.2 Purchase the required insurance with City funds and deducts the cost of the premiums from amounts due to

Contractor under this Agreement. 8.3.6.10.3 The City shall never waive or be stopped to assert its right to terminate this Agreement because of its acts or

omissions regarding its review of insurance documents.

Page 30: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES GENERAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

30

8.3.6.11 Other Insurance: If requested by the Director, Contractor shall furnish adequate evidence of Social Security and Unemployment Compensation Insurance, to the extent applicable to Contractor's operations under this Agreement.

8.4 CONTRACTOR PERFORMANCE LANGUAGE 8.4.1 Contractor should make citizen satisfaction a priority in providing services under this contract. Contractor's

employees should be trained to be customer-service oriented and to positively and politely interact with citizens when performing contract services. Contractor's employees should be clean, courteous, efficient and neat in

appearance at all times and committed to offering the highest degree of service to the public. If, in the Director's determination, the Contractor is not interacting in a positive and polite manner with citizens, the Contractor shall take all remedial steps to conform to the standards set by this contract and is subject to termination for breach of contract.

8.5 INSPECTIONS AND AUDITS 8.5.1 HAS representatives shall have the right to perform, or have performed, (1) audits of Contractor’s books and

records, and (2) inspections of all places where work is undertaken in connection with this Agreement. Contractor shall keep its books and records available for this purpose for at least three (3) years after this Agreement terminates. This provision does not affect the applicable statute of limitations.

8.6 INTERPRETING SPECIFICATIONS 8.6.1 The specifications and product references contained herein are intended to be descriptive rather than restrictive.

HAS is soliciting Proposals to provide a complete product and service package, which meets its overall requirements. Specific equipment and system references may be included in this RFP for guidance, but they are not intended to preclude Proposer(s) from recommending alternative solutions offering comparable or better performance or value to HAS.

9.6.2 Changes in the specifications, terms and conditions of this RFP will be made in writing by HAS prior to the Proposal

due date. Results of informal meetings or discussions between a potential Proposer(s) and a HAS official or employee may not be used as a basis for deviations from the requirements contained in this RFP.

8.7 CONTRACTOR DEBT 8.7.1 IF CONTRACTOR, AT ANY TIME DURING THE TERM OF THIS AGREEMENT, INCURS A DEBT, AS THE

WORD IS DEFINED IN SECTION 15-122 OF THE HOUSTON CITY CODE OF ORDINANCES, IT SHALL IMMEDIATELY NOTIFY THE CITY CONTROLLER IN WRITING. IF THE CITY CONTROLLER BECOMES AWARE THAT CONTRACTOR HAS INCURRED A DEBT, HE SHALL IMMEDIATELY NOTIFY CONTRACTOR IN WRITING. IF CONTRACTOR DOES NOT PAY THE DEBT WITHIN 30 DAYS OF EITHER SUCH NOTIFICATION, THE CITY CONTROLLER MAY DEDUCT FUNDS IN AN AMOUNT EQUAL TO THE DEBT FROM ANY PAYMENTS OWED TO CONTRACTOR UNDER THIS AGREEMENT, AND CONTRACTOR WAIVES ANY RECOURSE THEREFOR.

8.8 COMPETENCY OF PROPOSER

8.8.1 The receipt and opening of a proposal shall not be construed as an acceptance of the Proposer as qualified and

responsible. HAS reserves the right to determine the competency and responsibility of the Proposer from information submitted with the proposal and verification of the Proposer’s qualifications from other sources.

8.9 DISQUALIFICATION OF PROPOSER 8.9.1 Although not intended to be an exhaustive list of causes for disqualification, one or more of the following causes,

among others, may be considered sufficient for the disqualification of the Proposer and the rejection of its proposal.

a) Evidence of collusion among Proposers b) Default on a previous project for failure to perform c) Failure to meet Minimum Qualifications requirements

Page 31: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

31

9.0 SPECIAL TERMS AND CONDITIONS

9.1 Respondents who provide false or misleading information, whether intentional or not, in any documents presented to HAS for consideration in the selection process shall be excluded. Any false or misleading information in these documents would in effect, render the entire document suspect and therefore useless.

9.2 Respondents shall not offer any gratuities, favors, or anything of monetary value to any official or employee of the City of Houston for the purposes of influencing this selection. Any attempt by the Respondent to influence the selection process by any means, other than disclosure of qualifications and credentials through the proper channels, shall be grounds for exclusion from the selection process.

9.3 INTERVIEWS - If interviews are needed, short-listed Respondents may be given instruction for interviews. These interviews will focus on clarifying and amplifying Respondent’s response, which may include, but not limited to, identification of the Respondent’s program approach, and appraisal of personnel who will be directly involved in the project.

9.4 INQUIRIES - Please do not contact HAS during the selection process to make inquiries about the progress of this selection process. Respondents will be contacted when it is appropriate to do so.

9.5 COST OF RFQ’s - HAS will not be responsible for costs incurred by anyone in the submittal of SOQ(s) or for any costs incurred prior to the execution of a formal contract.

9.6 CONTRACT NEGOTIATIONS - This RFQ is not to be construed as a contract or as a commitment of any kind. If this RFQ results in a contract offer by the City; a specific scope of work, fees, insurance coverage’s, and other contractual matters will be determined during contract negotiations. To ensure that the appropriate staff is assigned to the project HAS may include a “key persons” clause during contract negotiations.

9.7 CONFIDENTIAL INFORMATION - All responses shall be held confidential from other parties by the City to the extent allowable by law until after the selection process is completed. Respondents should be aware that at the completion of the selection process the contents of their RFQ are subject to the provisions of the Texas Open Records Act and may be made public. CONFIDENTIAL or SENSITIVE information should not be included in the RFQ.

9.8 This RFQ is not to be construed as a contract or a commitment of any kind, nor does it commit the City of Houston to pay for any cost incurred in the preparation of a submission or of any costs incurred prior to the execution of a final contract.

9.9 In the event that a mutually agreeable contract cannot be negotiated between the consultant and HAS, then HAS reserves the right to select an alternate consultant.

9.10 The Houston Airport System reserves the sole right to: 1) Evaluate submittals 2) Waive any irregularities therein 3) Select candidates for selection interviews 4) Request supplemental or additional information as necessary 5) Contact others to verify information provided in the submittal 6) Reject any and all submittals, should it be deemed at the best interest of the City of Houston

9.11 No debriefings by HAS staff to unsuccessful Respondents will occur until after the award of a contract by the Houston City Council to the recommended team(s).

9.12 The Mayor’s Drug Detection and Deterrence Procedures for Contractors (Executive Order 1-31, Revised 3/1/95) requires that all contractors who are awarded City contracts for labor or services comply with the compliance with the Executive Order (EO) and will have to file the following documents with the Aviation Department’s Contract Compliance Officer for Drug Testing (CCODT) prior to award. a. A copy of the Respondent’s drug-free workplace policy b. A Drug Policy Compliance Agreement substantially in the format described in the EO, together with a

designation of safety impact positions.

Page 32: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

32

c. If applicable, a Certification of No Safety Impact Positions substantially in the format described in the EO.

9.13 The successful firm will have to complete an Affidavit of Ownership or Control prior to completion of contract negotiations. The affidavit certifies that the firm is not delinquent in any debt owed to the City of Houston (taxes, fines, fees, etc.)

10.0 NO CONTACT PERIOD Neither bidder(s) nor any person acting on bidder(s)'s behalf shall attempt to influence the outcome of the award by

the offer, presentation or promise of gratuities, favors, or anything of value to any appointed or elected official or employee of the City of Houston, their families or staff members. All inquiries regarding the solicitation are to be directed to the designated City Representative identified on the first page of the solicitation. Upon issuance of the solicitation through the pre-award phase and up to the date the City Secretary publicly posts notice of any City Council agenda containing the applicable award, aside from bidder's formal response to the solicitation, through the pre-award phase, written requests for clarification during the period officially designated for such purpose by the City Representative, neither bidder(s) nor persons acting on their behalf shall communicate with any appointed or elected official or employee of the City of Houston, their families or staff through written or oral means in an attempt to persuade or influence the outcome of the award or to obtain or deliver information intended to or which could reasonably result in an advantage to any bidder. However, nothing in this paragraph shall prevent a bidder from making public statements to the City Council convened for a regularly scheduled session after the official selection has been made and placed on the City Council agenda for action, or to a City Council committee convened to discuss a recommendation regarding the solicitation.

11.0 RIGHT TO VERIFY INFORMATION

The Houston Airport System reserves the right to: 1) Evaluate the SOQ’s submitted; 2) Waive any irregularities therein; 3) Select Respondents for the submittal of more detailed information; 4) Accept any submittal or portion of a submittal; and/or 5) Reject any or all Respondents submitting Statement of Qualifications, should it be determined in HAS’ best

interests.

12.0 SECURITY AND BADGES

12.1 The Respondent shall comply with all applicable Federal rules governing security at the Airport, as there may be amendments from time to time.

12.2 All on-site personnel of Respondent, including subcontractors, who perform services under the Agreement, are required to undergo a fingerprint-based criminal history records check. Fingerprints are collected at the Airport Badging Office and submitted electronically for investigation.

12.3 The Respondent shall obtain HAS security badges for its personnel performing services on-site, including its

subcontractors’ personnel. On-site personnel shall wear identification badges at all times while on Airport property. The cost of badges, which is subject to change, is currently $55.00 each at IAH/HOU and $16.00 at EFD. Costs for the fingerprint-based criminal history records check are reflected in the cost of the badges. The Respondent is responsible for the cost of badges, including replacements thereof. The Respondent personnel losing badges will be charged for replacement badges at the then current rate. Badge yearly renewal cost is currently $16.00.

12.4 Airport Customs Area Bond requires bond amount of $1,000 times the number of employees currently badged by

Custom & Border Patrol. 12.5 The Respondent acknowledges that fines or penalties associated with non-compliance with security regulations

shall be reimbursed to HAS.

Page 33: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

33

13.0 MWBE AND LOCAL BUSINESS PARTICIPATION PLAN

13.1 The Respondent must make good faith efforts to identify opportunities for subcontractor or supplier participation

based on the value of the Agreement and otherwise comply with Houston Code of Ordinances, Chapter 15, Article V. Consistent with the list referenced in Item 1 below, the City will establish MWSBE participation goals for Construction based on the actual divisible work. The Minority Women Business Enterprise (“MWBE”) participation goal for MBE is11% and WBE is 4%. The Respondent must follow applicable MWSBE program requirements and use good faith efforts to meet the goals once established by the City. The Respondent must also obtain written subcontract agreements with all MWSBE certified subcontractors containing the terms in the Notice of Intent, page C-20 of Attachment C (“City of Houston Certified Firm MWSBE Subcontract Terms”).

13.2 MWSBE subcontracts must contain the terms set out in PAGE 35 - CITY REQUIRED DOCUMENTS (MWBE

Subcontract Terms).

14.0 CITY CONTRACTORS’ PAY OR PLAY PROGRAM 14.1 The requirements and terms of the City of Houston Pay or Play Program, as set out in Executive Order 1-7, are

incorporated into this Agreement for all purposes. Contractor has reviewed Executive Order No. 1-7 and shall comply with its Terms and Conditions as they are set out at the time of City Council approval of this Agreement. This provision requires certain Contractors to offer to certain employees a minimal level of health benefits or to contribute a designated amount to be used to offset the costs of providing health care to uninsured people in the Houston/Harris County area. Failure to complete “Pay or Play” Acknowledgement Form & Certification of Agreement to Comply with Pay or Play Program may be just cause for rejection of your Proposal.

15.0 CITY CONTRACTOR OWNERSHIP DISCLOSURE ORDINANCE 15.1 City Council requires knowledge of the identities of the owners of entities seeking to contract with the City in order

to review their indebtedness to the City prior to entering into contracts. Therefore, all Proposers must comply with Houston Code of Ordinances Chapter 15, as amended (Sections 15-122 through 15-126) relating to the disclosure of owners of entities bidding on, proposing for or receiving City contracts.

15.2 Completion of “Affidavit of Ownership or Control” will satisfy this requirement. Failure to provide this information

may be just cause for rejection of your Proposal. 16.0 CITY OF HOUSTON FAIR CAMPAIGN ORDINANCE 16.1 The City of Houston Fair Campaign Ordinance makes it unlawful for a Contractor to offer any contribution to a

candidate for City elective office. For purposes of this ordinance, a contract is defined as any contract for goods or services having a value in excess of $30,000 or more, regardless of the way by which it was solicited or awarded. EXHIBIT V of this RFP describes the contract and documentation requirements relating to this Ordinance.

17.0 DRUG DETECTION AND DETERRENCE PROCEDURES FOR CONTRACTORS 17.1 It is the policy of the City to achieve a drug-free workforce and to provide a workplace that is free from the use of

illegal drugs and alcohol. It is also the policy of the City that the manufacture, distribution, dispensation, possession, sale or use of illegal drugs or alcohol by Contractors while on City premises is prohibited. Accordingly, effective September 1, 1994, and pursuant to the Mayor’s Executive Order 1-31, as a condition to the award of any

contract for labor or services, a successful Proposer(s) must certify to its compliance with this policy. Form 00601 contains the standard language, which will be used in each contract for labor or services, as well as the Executive Order 1-31 disclosure and compliance forms (Attachments A, B, and C). These forms must be completed and returned prior to award.

Page 34: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL TERMS AND CONDITIONS

RFQ NO.: H08-PCGS-2016-009

34

18..0 PROTEST

18.1 A protest shall comply with and be resolved, according to the City of Houston Procurement Manual http://purchasing.houstontx.gov/docs/procurement_manual.pdf and rules adopted thereunder. Protests shall be submitted in writing and filed with both the City Attorney and the Solicitation contact person. A pre-award protest of the RFQ shall be received within five (5) workdays prior to the solicitation due date and a post-award protest shall be filed within five (5) workdays after City Council approval of the contract award.

18.2 A protest shall include the following: 1) The name, address, e-mail address, telephone number of the protester; 2) The signature of the protester or its representative who has the delegated authority to legally bind its

company; 3) Identification of the RFQ description and the RFQ or contract number; 4) A detailed written statement of the legal and factual grounds of the protest, including copies of relevant

documents, etc.; and 5) The desired form of relief or outcome, which the protester is seeking.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 35: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES CITY REQUIRED DOCUMENTS AND ATTACHEMENTS

RFQ NO.: H08-PCGS-2016-009

35

19.0 ATTACHMENTS Attachment A - Scope of Work Attachment B - Price Proposal Form Attachment C - RFQ Statement of Qualification/RFQ Addendum Acknowledgement Attachment D - Technical Proposal Form/Proposal Addendum Acknowledgement Attachment E - Experience and Qualifications Attachment F - Surety Letter of Intent Attachment G - Sample Contract Attachment H - Definitions Attachment I - Required Submittal Checklist Attachment J - Respondent Contact Directory

20.0 FORMS TO BE SUBMITTED WITH STATEMENT OF QUALIFICATION

Exhibit A – Offer and Submittal * Exhibit B – Bidder's Statement of MBE/WBE/PDBE/DBE/SBE Status (00450) Exhibit C – Fair Campaign Ordinance (00452) Exhibit D – Statement of Residency (00453) Exhibit E – Affidavit of Non-Interest (00454) Exhibit F – Contractor Ownership Disclosure Ordinance & Affidavit of Ownership (00455) Exhibit G – Conflict of Interest Questionnaire (00457) Exhibit H – Pay or Play Acknowledgement Form (00460) Exhibit I – Bidder’s MWBE Participation Plan (00470A) Exhibit J – Pre Bid Good Faith Efforts - Document (00471)

Exhibit K – Bidder’s MWSBE Goal Deviation Request (00472) Exhibit L – Reference Verification Form (00480) Exhibit M - Anti-Collusion Statement (00481)

21.0 DOCUMENTS TO BE SUBMITTED BY SUCCESSFUL FIRM

00501 Resolution of Corporation 00570A Contractor’s Revised MWBE Participation Plan 00571 Record of Post-Bid Good Faith Efforts 00572 Plan Deviation Request Form 00600 List of Proposed Subs and Suppliers 00601 Drug Policy Compliance Agreement 00606 Contractor's Certificate of No Safety Impact Positions 00620 Affidavit of Insurance 00621 COH Certificate of Insurance 00624 Affidavit of Compliance with Affirmative Action Program 00630 Certificate of Compliance with POP program 00631 Pay or Play Program List of Subcontractors (POP-3) Program 00632 EEO Certification by Proposed Material Supplier, Lessors, and Professional Service Providers 00805 EEO Program Requirements 00808A Bidder’s Requirements for MBE/WBE/SBE Program 00842 Letter of Intent

* NOTE:   Exhibit A, Exhibit G, and Exhibit J, have been added in Word format as attachments under the RFQ 

at:   http://www.fly2houston.com.    All other Exhibits are available at the City of Houston Strategic Procurement Forms website, http://purchasing.houstontx.gov/forms.shtml or  The City of Houston Office of Business Opportunity Forms website, http://www.houstontx.gov/obo/popforms.html 

Page 36: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

36

SCOPE OF WORK

Design Criteria Document Package PN 761 – Parking Count and Guidance System Project

1.0 GENERAL

1.1 Proposal Introduction

1.1.1 The goal of the requirements in this document is to give the respondent the minimum requirements to design and build a Parking Count and Guidance System for Houston Airport System’s IAH Airport.

1.2 Related Requirements

1.2.1 Reference documents are available on the Houston Airport System website (www.fly2houston.com\tip)

1. 270528 Interior Communications Pathways

2. 270543 Exterior Communications pathways

3. 270526 Telecommunications Grounding and Bonding

4. 270553 Identification and Labeling of Communication Infrastructure

5. 271300 Backbone and Riser Media Infrastructure

6. 271500 Horizontal Media Infrastructure Background Drawings – provided upon request

7. Design Guidelines

8. IT Policies

1.3 List of Abbreviations

1. HAS Houston Airport System

2. ID Identification

3. Interface Limited sharing of information

4. Integrate Complete sharing of information

5. IP Ingress Protection

6. LED Light Emitting Diodes

7. NEMA National Electrical Manufacturing Association

8. Owner Houston Airport System

9. PARC Parking Access and Revenue Control system

10. Parking Facility Parking Garage or Surface Lot

11. PCGS Parking Count and Guidance System

Page 37: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

37

12. Phase This represents the completion of one garage

13. Server(s) Central Processing Unit(s)

14. System Parking Count and Guidance System

15. UPS Uninterruptible Power Supply

1.4 Project Summary

1.4.1 Owner seeks Design Build services for: Parking Garages A/B, C1/C2, C3, and D/E. The design will be for a fully integrated on-line, real-time Parking Count and Guidance System (PCGS). The project delivery method for this project will be a design build method. This PCGS will monitor, communicate and report on space counts and availability in garage spaces, zones, levels and facilities. The system includes dynamic parking stall lights and space availability sign panels.

1.4.1.1 At a minimum the design phase will provide the following deliverables:

1. Complete sealed set of design drawings suitable to issue for construction

2. Complete project manual

1.4.2 Construction - The parking garages will need to be operational 24/7 while the work is ongoing. This is to maintain normal parking operations and continue construction with minimal delays.

1.4.3 George Bush Intercontinental Airport Parking Division

1.4.3.1 The purpose of the parking division of the Houston Airports is to provide premier airport parking facilities and superior service to all its customers. The parking group at the IAH airport is responsible for the monitoring, maintenance, management of revenues, and customer relations of the public parking facilities.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 38: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

38

1.4.4 The PCGS will be installed in the 4 existing garage structures that are included in this project.

1.4.5 Parking Spaces by Garage and Level

1.4.5.1

1.4.6 Entries and Exits by Garage

1.4.6.1

Garage

A/B

C (Brown/Blue)

West Entrance

C (Purple) East

Entrance D/E Level Entry Exit Entry Exit Entry Exit Entry Exit Plaza 4 13 4 10 3 4 9 Level 1 2 2 Level 1A 1 1 Level 2 1 1 1 1 2 2 Level 3 1 1 1 1 2 2 Level 4 1 1 1 1 1 1 2 2 Level 5 1 1 1 1 1 1 2 2 Level 6 1 1 1 1 1 1 2 2 Level 7 1 1 1 1 2 2 Level 8 1 1 2 2 Total: 11 20 10 16 7 4 20 25

1.4.7 Cross Overs Between Garages 1.4.7.1 Blue and Purple on levels 4 - 6, one entry and one exit on each level 1. Total Entries – 3 2. Total Exits – 3

Garage Level A/B C1/C2 C3 D/E

Level 1 149 50 Level 1A

333

Level 2 637 375 350 168Level 3 663 368 382 181Level 4 663 934 711 419Level 5 811 934 543 426Level 6 811 988 419Level 7 792 421Roof 545 738 430Total: 5,071 3,982 2,724 2,464

Page 39: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

39

1.4.7.2 D/E Garage to Purple on levels 4 – 7, one entry and one exit on each level 1. Total Entries – 4 2. Total Exits - 4 1.4.8 Parking Products Offered at HAS are:

a. Short Term (hourly)

b. Long Term

c. ADA car and van

d. Valet

e. SurePark

f. Electric Vehicle Charging

1.5 System Description

1.5.1 The System shall provide monitoring and reporting for all HAS parking facilities and products, networked into the System Servers, and managed from a single location, or remotely.

1.5.2 The System shall:

1) Have the ability to interface with the existing PGS system being installed at William P. Hobby Airport (new and existing garage).

2) Monitor and report on individual parking spaces (Daily, Hourly, ADA, other), zones, garage levels, and all entry and exit points.

3) Monitor cars entering the Parking Facility, not yet parked (in transit).

4) Fully expandable to accommodate up to 40,000 parking spaces at multiple locations.

5) The preference for monitoring of parking spaces would be use of Ultrasonic sensor technology. Cameras can be used for enforcement/monitoring of short term parking spaces (only if desired by HAS) and for the pre count function.

6) The System shall include variable message signs (VMS) to communicate parking availability for parking spaces, zones, garage levels, and parking facilities.

7) Coordinate interfaces with any other systems, including but not limited to:

a. Integrate current PARC system

b. HAS Network Infrastructure

c. Communicate with the HAS airport entry signs as well as capability to interface with TxDOT roadway signs utilizing NTCIP communications protocol.

Page 40: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

40

d. HAS website

e. The system must have a 99% or greater uptime rate.

f. Provide accurate vehicle detection, reporting and communication with an accuracy rate of 99% or greater.

g. Sensor errors shall be non-cumulative.

h. Vendor shall provide a plan to achieve the desired accuracy and uptime.

8) The System shall provide the following minimum functions

a. A logical control system that tracks the number of available and occupied parking spaces within all parking facilities at all locations.

b. Monitor and report on individual space use, space availability, duration of stay, facility occupancy patterns, parking zone controls, and provide vehicular wayfinding guidance.

c. Monitor and report on the following:

d. Vehicles entering and exiting the Parking Facility

e. Parking Zones

f. Parking Sub-Zones

g. ADA spaces

h. Garage Levels

i. Garage or Parking Facility totals

1.5.3 Signs and Graphics

1.5.3 LED dynamic signs and/or LED dynamic sign components incorporated into static sign panels:

1) Display the number of available spaces

2) Direct driver to available spaces

3) Sign at the end of each parking bay

4) Sign for each primary zone

5) Sign for each sub-zone within garage

6) Sign for each parking level

Page 41: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

41

1.5.4 Pre-counting function: The System shall account for vehicles that enter the garage, a level, and a level zone, or a primary zone, but not yet parked; (vehicles in transit). Counting for vehicles in transit:

1) Count vehicles at all garage entries and exits

2) Count vehicles at all express ramp entries and exits

3) Count vehicles at all zone boundaries

1.5.5 Required information technology features:

1) The system must be based on the Microsoft Windows family of operating systems.

2) The system shall be designed so that the use of IP addresses are minimized while still providing control of individual sensors.

3) The system shall be operational in a virtualized computing environment.

4) The system shall be integrated with Microsoft Active Directory.

1.5.6 The contractor who is installing the network cabling infrastructure shall have the following Systimax iPatch/imVision certifications:

1) SP/ND3360 - SYSTIMAX SCS 360 Solutions

2) SP/ND3321 - SYSTIMAX SCS Design & Engineering

3) SP/ND3361 - SYSTIMAX SCS Installation and Maintenance

4) GL5555 - SYSTIMAX SCS Certified imVision Support Specialist

5) SP/ND5500 - SYSTIMAX SCS iPATCH Design & Engineering

6) P/ND5510 - SYSTIMAX SCS Certified iPATCH Support Specialist (CIS)

1.5.7 Required maintenance features:

1) Maintenance training shall provide:

a. Individual user training on use of the system

b. Hardware Maintenance procedures and recommended schedules

c. Repair procedures

1.5.8 The system will be installed in multiple phases

1.5.8.1 The installation must not interfere with parking areas that are not undergoing system installation

Page 42: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

42

1.5.9 Scope shall include upgrades required to IT/Data rooms. As part of the design phase the contractor will work with HAS consultant and HAS staff to design parking space hierarchy.

1.5.10 Parking count updates on LED signs must be in real time with a maximum time lag of 5 seconds. Time delays in excess of 5 seconds will not meet specification requirements.

1.5.11 The System shall operate unaffected and without disruption in the event the System is off-line, malfunctioning, or discontinued from the server. The System shall record parking count activity including, but not limited to garage entry/exit points, level entry/exit points, zone entry/exit points, and individual spaces within the garage. When in offline mode, the system shall continually update all PCGS VMS signs within the garage and the garage entry/exit points.

1.5.12 Wayfinding that includes new dynamic variable message sign (VMS) components (LED digital parking counts) to be mounted on new metal sign panels. The System will report on:

1) The total number of parking spaces available for each garage level

2) The total number of parking spaces for the each zone (example: north and south) for all garage levels

3) The total number of parking spaces available for each sub-zone for all garage levels. Sub-zones include:

a. Hourly parking zones

b. ADA zones

c. Individual parking bays

d. Other sub-zones as determined during the design phase

4) Reporting capabilities as described as described throughout this specification.

1.5.13 Management and monitoring capabilities as described in this specification.

1.5.14 Web access for Owner management and the public use as described in this specification.

1.5.15 Primary components of the integrated system include:

1) PCGS Management System software and server with related workstation, monitor, data storage devices and printer.

1.5.16 Additional Components:

1) Data concentrators

2) Zone controllers

3) Communication enclosures

4) Cabinets

Page 43: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

43

1.5.17 The successful vendor shall provide all necessary permits.

1.6 System Configuration

1.6.1 Provide and install overhead individual stall ultrasonic vehicle detectors to conduct occupancy counts and monitor space availability.

1.6.2 Provide and install LED lights to indicate the full/empty status of parking stalls.

1.6.3 The sensors, fittings and connections need to be able to resist a direct and indirect spray of water from power washing equipment.

1.6.4 Provide and install dynamic space availability sign panels (per design) to display space availability per facility, level, or zone.

1.6.5 Provide all necessary equipment for a stable and redundant communication path.

1.6.6 Supply all computers, data concentrators/controllers and all associated communication and control electronics with power conditioning and UPS devices required for the system.

1.6.7 Server/host computer will be used for PCGS administration, programming, monitoring, report generation and consolidation of data. Server must be a virtual solution.

1.6.8 The main server for the PCGS shall be a fully redundant Active/Passive configuration.

1.6.9 Equipment locations will be determined during the design phase. There are computer rooms located in each garage. The contractor will need to review these rooms to verify that the room available meets the requirements for the system.

1.7 Work Included in Design-Build Phases

1.7.1 Design, fabricate, deliver, and install all new PCGS equipment as described in this Specification.

1.7.2 Comply with all applicable State and Federal codes and standards.

1.7.3 Provide a plan that will meet all requirements in this document.

1.7.4 Provide and install all necessary device control wiring, communications wiring, conduit and additional power wiring required by system. Include special electrical power and grounding.

1.7.5 Provide and install any power conditioning that is required for the operation of the system.

1.7.6 Provide and install all electronics and communications equipment for communication network. Terminate and connect all communications cabling.

1.7.8 Coordinate and confirm final and precise layout of signs, conduits, mounting rails, stubs, sensors and anchor bolts with those responsible for installation.

1.7.9 Install all Contractor supplied equipment and the interconnection with Owner supplied equipment.

1.7.9 Test, adjust and interface circuits prior to installation of equipment. Make all connections of wiring to components. Authorize and accept responsibility for application of power to equipment and initiation

Page 44: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

44

of operation, run all initial diagnostics and system testing programs necessary to provide complete working system.

1.7.10 Test equipment in accordance with these specifications.

1.7.11 Provide record drawings, operating manuals, maintenance manuals, and training sessions as specified herein.

1.7.12 Participate in system commissioning as required.

1.8 Future System Expansion

1.8.1 Should be readily expandable to accommodate additional parking facilities, features and configurations. Installed PCGS shall be capable of expansion/enhancements listed below:

1) Add sensors, lights, or dynamic signs

2) Add CMS integration with off-site parking facilities or systems

3) Support additional garages

1.9 Quality Control

1.9.1 Provide equipment incorporating features which minimize the maintenance and meet the following minimum requirements

1) Provide for ease of performance verification and failure detection while minimizing effort required for adjustment.

2) Provide unobstructed access to equipment components

3) Minimize requirements for special tools and test equipment

4) Provide for easy removal and replacement of components

1.9.2 Provide a system and components that have a service life of ten years and specify periodic maintenance requirements in maintenance manual to meet that life expectancy.

1.9.3 If Contractor elects to integrate components from different manufacturers, Contractor is responsible for insuring that all specified features are provided and fully operating when system is turned over to IAH.

1.9.4 Contractor is responsible for all software and insuring that communications are properly received and sent by all computers and peripheral devices.

1.9.5 Develop an Acceptance Testing Plan to demonstrate the functionality of the system to include:

1) Demonstrations of compliance with specifications, contractual compliance, definitions of all test objectives, participant responsibilities, documentation of tests and procedures for dealing with failures during test.

2) Detail tests for every functional requirement of PCGS.

3) Include checklist for specified supplies, training operation and training manuals.

Page 45: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

45

4) Provide space for acceptance by Contractor and Owner or Owner’s representative.

5) Confirm all specified features are provided and fully operational before Acceptance Testing.

6) Notify Owner or Owner’s Representative in writing at least one week prior to each official test session. In the event that a test is not successful, correct noted deficiencies and advise the Owner or Owner’s Representative, at least two days in advance, that test session is ready to resume.

7) Owner or Owner’s Representative may witness tests.

8) Provide all test and diagnostic equipment.

1.9.6 Passing Acceptance testing, even if performed in the presence of the Owner or Owner’s Representative, does not relieve the Contractor of the responsibility to provide a system in accordance with the Specifications.

1.9.7 Promptly correct all problems encountered at no cost to IAH.

1.9.8 Substantial completion includes the following:

1) All PCGS equipment included in project has passed installation test.

2) All communications from equipment to PCGS server/computer and workstations have passed installation test

3) PCGS produces all required reports and has passed installation test.

4) All UPSs have passed installation test.

5) All electronic signage is complete and has passed installation test.

6) All manuals are on site and have been approved.

7) All training is complete to Owner or Owner’s Representative’s satisfaction.

8) Owner or Owner’s Representative has been provided with updates (in AutoCAD) to any drawings required due to deviations in the field.

9) Owner or Owner’s Representative has been given all test checklists and training evaluation forms.

1.9.10 Thirty-Day Operational Test and Final Acceptance: During this period, in order for Project final acceptance to be issued:

1) All sensor, signage and data concentrator/controller components are operational without downtime. For each downtime period of four hours or more, one working day will be added to acceptance cycle.

Page 46: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

46

2) All software components are operational without downtime or programming problems for complete monthly reporting cycle. For each downtime period of more than one hour but less than eight hours or programming problem that delays report cycle, two working days will be added to acceptance cycle.

1.10 Mockups

1.10.1 Vendor shall provide a fully functional mockup before full installation begins. This mockup shall contain but is not limited to:

1) All system components including but not limited to:

a. Zone controllers,

b. Sensors

c. Conduit and conduit routing

d. VMS signs

e. Pre count sensors

2) Mockup should support the following minimum features of the system:

a. 2 parking zones

b. 20 – 30 parking spaces with LED/Sensors

3) Demonstrate system control of the installed zones

1.10.2 HAS staff and consultants will review this mockup to approve and make final adjustments to installation designs prior to the full installation.

1.10.3 Vendor shall provide a mockup of the function dashboard.

1.11 Warranty – Workmanship

1.11.1 General: Equipment and installation (100% parts and labor) for two years from date of final acceptance. System shall be maintained and serviced against any and all malfunctions due to manufacturing or installation defects at no cost to IAH during warranty period, including preventive maintenance per manufacturer's recommendations or as necessary to keep equipment in good working order.   

1) Warranty period commences after the Acceptance of Work has been issued by the Owner.

2) Maintain a log of all maintenance, preventive maintenance and repair work performed under warranty and provide to IAH at end of warranty period.

1.11.2 Preventive Maintenance: Provide a schedule and task list for preventive maintenance services. The preventive maintenance schedule will include maintenance services such as cleaning, lubricating, checking all connections, and to assure basic unit operations.

1.11.3 Repair or replace all defective or damaged items under warranty by end of the following calendar day on which notice was given.

Page 47: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

47

1.11.4 If Contractor is not available, designated airport staff may affect repairs. Pre-qualify Maintenance staff to perform repairs and identify types of repair each trained individual is qualified to perform without impacting terms of warranty.

1.11.5 Replacement of items taken from spare parts inventory during warranty period shall be replaced by service provider at no additional cost to airport.

1.11.6 Install all commercially-released software updates, patches and upgrades applicable to this system that are released during warranty period at no additional cost. Software support provided during warranty period to include all software upgrades at no additional cost to airport.

1.11.7 Install all modifications/patches/corrections to proprietary software appropriate to this system but identified in work on other projects during warranty period at no additional cost.

1.11.8 Include a copy of Warranty and clear details of procedures in the event of failure and instances that may affect validity or limitations of warranty.

1.12 Warranty – Service

1.12.1 Warranty period shall continue for 2 year following issuance of final letter of acceptance.

1.12.2 Contractor shall prepare and submit to Owner a Warranty Services plan that addresses at the minimum:

1) Service and maintenance procedures and guidelines

2) Roles and responsibilities (Owner versus Contractor)

3) Preventive and emergency procedures

4) Contact information

5) Staffing levels/requirements, scheduling to support equipment, subsystems, servers, software, and operating system.

6) Service and maintenance reporting procedures

7) Periods of service and response times

1.13 Submittals

1.13.1 All submittals and material must be in English. Dimensions shall be in Imperial (English) units. Any metric dimensions must be accompanied with Imperial units of measurement.

1.13.2 All specifications shall be in the 2004 CSI Master format.

1.13.3 All submittals are for review and approval by Owner or Owner’s Representative.

1.13.4 At the time of Award of Contract, submit the following:

1) Certification that the Contractor is trained, approved, and certified by the System Manufacturer for the installation of the System.

2) Qualifications of Contractor’s Project Manager for the PCGS Work.

Page 48: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

48

3) Schedules for the following:

a. System design description, narrative, and supporting material

b. Installation, including all phasing

c. Testing

d. Training

e. Final System testing and start up

1.13.5 Distribute to the Project Management Office the following:

1) Installation diagrams, details, and templates for setting mounted equipment.

2) Templates and cast-in inserts to anchor freestanding equipment.

3) Electrical wiring diagrams and details.

4) Electrical requirements.

1.13.6 Exceptions and Substitutions:

1) Provide an all-inclusive list of any and all exceptions taken to any part or parts of this document.

2) It is recognized that there are variations in equipment between manufacturers and that some manufacturers may not be able to meet all specifications in manner specified. Others provide extra features within standard unit. With submittal of proposal, submit letter summarizing any different approaches to providing specified features and/or any extra features that are provided as part of basic unit. This letter may be accompanied by catalog sheets, brochures, technical specifications, etc.

1.13.7 Installation:

1.13.7.1 Detailed schedule of project requirements including milestones for shop drawings, fabrication, delivery, installation, training, transition plan and testing. Milestones include special project requirements related to coordination with work by others and phasing.

1.13.7.2 List manufacturer of each primary component of system.

1.13.7.3 Manufacturer’s Qualifications:

1) In continuous operations for previous five years.

2) Primary components installed in three or more parking facilities of similar size and complexity. Provide the following for each installation:

a. Name of project.

b. Location

Page 49: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

49

c. Contact name, telephone number and email address.

d. Date of installation.

e. Number of spaces

f. Description of equipment and quantities.

1.13.7.4 Installer Qualifications (if different than manufacturer):

1) Continuously worked with equipment manufacturer, including providing installations and maintenance, for minimum of three years

2) Approved in writing by PCGS manufacturer(s).

3) Documentation of manufacturer’s installation training within previous two years.

4) Proven ability to provide service and support after installation, meeting minimum requirements as specified herein.

5) Primary components previously installed in a minimum of two parking facilities. Provide the following for each installation.

a. Name of project.

b. Location.

c. Contact name, telephone number and email address.

d. Date of installation.

e. Number of spaces.

f. Description of equipment and quantities.

1.13.7.5 List of sub-contractors, identifying nature of work that shall be performed.

1.13.7.6 Product Data: Product description for each component including the following

1) Detail of user interface.

2) Operating temperature and humidity ranges.

3) Housing material and access panel location.

4) Mounting requirements.

5). Electric power requirements

Page 50: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

50

1.13.7.7 Description of the PCGS software and hardware including the following:

1) Configuration diagram.

2) Software platforms and programming language.

3) Communication protocol, polling procedures and transaction message flow from peripheral devices to and through PCGS.

4) Communication failure/error identification and recovery.

5) Fault tolerance.

6) Back-up procedures.

7) Data storage and retrieval procedures.

1.13.7.8 List of manufacturer recommended spare parts specific to this installation, including:

1) Part name.

2) Unit price.

3) Quantity.

1.13.7.9 Warranty: Submit copy of warranty per Section 1.11 and Section 1.12 (Warranty).

1.13.7.10 Informational and Closeout submittals

1) Shop Drawings

2) Dimensioned drawings showing plans, elevations, sections and details indicating coordination and relationships with other construction.

a. Mounting details for dynamic signs.

b. Wiring diagrams detailing wiring requirements for power, signal and control systems.

c. Differentiate clearly between wiring installed by manufacturer, installer and others, such as electrical sub-contractor.

3) Operating Documentation: Prior to initiation of field test and training, Contractor shall deliver two hard copies and one electronic copy of operations manuals, maintenance and administration manuals.

4) Copies of all licenses, registrations, documentation, disks and other media as may have been included with those commercially available software packages provided with system. In addition, ensure that all licenses, registrations and warranties have been transferred to IAH prior to final software turnover. At least 30 days prior to scheduled training sessions, Contractor shall provide a Training Plan which shall include at a

Page 51: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

51

minimum, a description of all training courses including identification of instructional outcome, duration of course, and type of presentations.

5) Spare Components: Deliver recommended spare components, complete and ready to use, prior to commencement of operational testing and maintain inventory of spare components at this level as components are used during warranty period.

a. If a special tool is required to perform any function on the PCGS during the normal course of business and/or maintenance, provide two of these tools.

6) Samples: Within thirty (30) days of contract approval.

a. Dynamic signage.

b. Other items requiring selection.

1.14 Environmental Requirements

1.14.1 PCGS components must operate dependably within environmental conditions indigenous to the Houston, Texas area. Components located in a 24-hour climate controlled office shall be capable of normal performance in a business environment.

1) Outdoor equipment capable of operating in temperature extremes of geographic area stated.

2) All equipment to be housed in NEMA 6 or IP 65 rated enclosures.

1.14.2 Power Requirements

1) Provide and install power wiring and conduit as shown on Design Build drawings and as specified.

2) Provide and install all necessary device control wiring, communications wiring and additional power wiring required by system. Include special electrical power and grounding.

3) Provide and install any power conditioning that is required for the operation of the system.

4) Contractor shall furnish and install on-line, regulating computer grade uninterruptible power supply (UPS) for workstations, with 15 minutes of back-up battery power until IAH’s emergency generator initializes.

5) Provide dust and noise protection in strict accordance with equipment manufacturer's recommendations.

6) Equipment layout in strict accordance with manufacturer's recommendations to allow proper movement of air through and around equipment.

1.14.3 Fiber Optic (F/O) Cabling: Use fiber optic communications wiring for all Ethernet runs longer than 300 feet in accordance with the following:

1) Provide surge protection devices at both ends of all non-fiber optic communication wiring longer than 25 feet.

Page 52: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

52

2) Include pull boxes as shown on Design Build drawings or per industry standards.

3) Provide and install multimode 62.5 / 125 µm plenum rated optic cable or of quality required to provide communication and data transfer in underground conduit.

4) Provide a detailed parts list showing number and manufacturer, for all fiber backbone material. (F/O cable, Terminators, Patch Panels, Fiber Duplex Patch Cords, etc.)

5) Label all F/O components as per TIA/EIA-606. (Cables, Connectors, Hub facilities, Termination facilities, Conduits, and Pathways). All Drops are to be labeled.

6) Do not exceed minimum bend radius for all F/O cable.

7) Do not exceed allowable tensile rating for F/O cable during installation. If a winch or pulling machine is used, a dynometer must be used to monitor tension.

8) F/O testing and certification of all runs is a requirement, per industry standards. Written test results of each test must be submitted to IAH for review.

9) For complete definition of Fiber Optic testing required see HAS document 271300 Backbone and Riser Media Infrastructure, Section 3.04, sub-section F, Item 2.

1.15 Delivery, Storage, and Handling

1.15.1 Assume care, custody and control of all PCGS equipment and components.

1.15.2 Replace damaged materials at no cost to IAH.

1.15.3 Deliver equipment to site in manufacturer’s original containers to prevent damage and marked for easy identification.

1.15.4 Store equipment in original containers in clean, dry location.

1.16 System Testing

1.16.1 Factory Acceptance testing

1) Conduct minimum of one Factory Acceptance Test. Owner shall have the opportunity to participate in the FAT test and conduct real-time hands on System testing of all functionality of the system.

2) FAT test shall demonstrate the capabilities of the operational and functional activities of all equipment and software of the system. Test shall include at least 10 unique transactions of each type of parking product as identified in the requirements document.

3) FAT test shall demonstrate the accuracy of the system

4) Contractor shall provide complete and fully operational PCGS system for testing. System shall include minimum of 6 parking spaces with sensors and pilot lights, pre-counting capabilities, 4 LED signs (with parking counts, arrows, graphic symbols such as ADA identification), and operating dashboard with interface to HAS management software.

Page 53: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

53

5) FAT testing location shall be recommended by the Contractor and approved by the Owner. Conditions of the FAT test should be similar to conditions of the proposed installation.

6) FAT testing plan shall be submitted by the contractor and approved by the Owner.

7) Owner must approve results of FAT test before contractor is allowed to install system.

1.16.2 Interim Installation Test

1) Within 30 days of approved shop drawings, the Contractor shall provide a mockup within the garage as noted in section (xx) of the requirements document. The mockup shall operate as a standalone system, shall be fully operational and serve as the interim operational test. The mock up shall include the pre-count function.

2) Interim testing plan shall be submitted by the contractor and approved by the Owner.

3) Interim test shall be observed and approved by the owner.

1.16.3 Installation Test

1) Upon completion of the PCGS for each phase of the project, the Contractor shall perform final installation testing of the system. The Contractor shall adhere to testing and procedures previously submitted and approved by the Owner.

2) Testing shall include all equipment, software and peripherals operating in both on-line and off-line mode. Testing shall include pre-counting, space by space counting, monitoring and adjustment of sensors, pilot lights, LED signs, dashboards and reporting functions

3) Discrepancies shall be documented and remedied by the Contractor during the testing period

4) Installation testing plan shall be submitted by the Contractor and approved by the Owner

5) Installation test shall be observed and approved by the Owner.

1.16.4 20 Day Post installation test

1) 20 days following the completed installation of the PCGS for each phase of the project, the contractor shall perform a 20 day post installation test. The Contractor shall adhere to testing and procedures previously submitted and approved by the Owner.

2) Testing shall include all items noted in the Installation test

3) Post installation testing plan shall be submitted by the Contractor and approved by the Owner

4) Successful completion of the 20 day post installation shall be defined in the testing plan approved by the Owner, but generally means 20 continuous days of normal operation of the system with minimal disruptions or errors of any kind. All errors or disruptions will be documented and submitted to the Owner. Any major errors or disruptions (as defined by the Owner) will result in a restart of the 20 day test.

Page 54: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

54

1.16.5 Integration Testing

1) As defined in the requirements document, the Contractor is to integrate with the existing PARCS (Parking access and revenue control system)

2) Systems integration testing plan shall be submitted by the Contractor and approved by the Owner.

3) Contractor shall conduct minimum of one Integration Test to prove the desired level of integration desired by HAS with the PARCS system.

1.16.6 Final Systems Acceptance Test

1) Upon successful completion of the 20 day test and system integrations test for the final phase of the project, Contractor may submit request to owner for Final Systems Acceptance Test.

2) The Contractor shall demonstrate the proper operation of the entire PCGS and correction to all errors and discrepancies found during prior testing to the satisfaction of the Owner.

3) Successful completion of the Final Systems Acceptance Test

2.0 PRODUCTS 2.1 Parking Count And Guidance System

2.1.1 System Storage Capacity

1) Archiving data in a readable format on standard media

2) Restoring archived data in less than one hour

3) Sufficient to store two years of data for accessible through the standard system

2.1.2 Security

1) Password protected viewing on web-based software

2) Assigning, changing disabling, deactivating and expiring unique passwords for each user

3) Authentication should be integrated into Microsoft’s Active Directory

2.1.3 Management interface / integration

1) The management interface at a minimum shall provide:

a. Display of parking occupancy by zone for each of the garages

b. Display occupancy by type of parking product

c. Integrate parking data from other parking system operated by HAS

d. Integrate data from the PARC system

2) A system dashboard will provide

Page 55: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

55

a. PARC system data

b. Parking system data

c. Data from existing HAS owned parking systems

3) System must interface with the current PARC system to develop the required dashboard

2.1.4 User Interface

1) Allow for the modification of LED colors

2) Reallocate space allocations (ADA, reserved, hourly, etc.).

2.1.5 Individual space sensors connected with LED lights.

1) Locate each light in line with adjacent indicator lights straight and level so that all lights are visible from the end of drive aisle.

2) Minimum of four LED colors within each light.

a. Red (Occupied)

b. Green (Available)

c. Blue (ADA)

d. Amber (Reserved)

e. Built in capability for indefinite variation across full color spectrum

3) Ability to remotely change colors:

a. 8-bit RGB color standards 255/255/255

4) Sensors shall be installed ceiling mounted flush to bottom of structure.

5) Provide pendent mounted sensors where heights are too great for accurate vehicle detection.

6) Install pendant mounted pilot lights

7) Install LED lights at same elevation for each specific floor level.

8) Detection ranges must be adjustable for each sensor with a minimum read range of fifteen feet.

9) Pilot lights and sensors should have ultra-low power consumption

10) One light for every space. No grouping of lights/sensors for more than one space will be permitted

11) Automatically maintain peak sensitivity regardless of temperature, rain, snow or other environmental conditions. Capable of continuous operation from minus 10º F to 120º F.

12) Modular plug-in construction or built in, and easily serviced.

Page 56: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

56

13) The sensors, fittings and connections need to be able to resist a direct and indirect spray of water from power washing equipment.

14) Be self-tuning and self-compensating.

15) Require no special tools or meters for adjustment following initial installation.

16) Removable/replaceable without the need for special tools.

17) Have adjustable frequency switches (minimum three positions), to prevent crosstalk or interference between sensors in proximity of each other. No two frequencies may be the same.

18) Intelligent detectors with directional logic for facility, level or zone counts.

19) Contain microprocessor logic to differentiate direction of traffic flow for facility, level or zone counts.

20) Operate independently.

21) If communication to the server is down, the sensor and light continue to operate.

22) Failure or removal of a sensor has no effect on other sensors.

23) Self-diagnostic function to verify operational status.

2.1.6 LED Variable Message Signs

1) Activate automatically and/or on demand when a preset threshold is reached.

a. Provide super bright wide viewing angle LEDs.

b. Show clear and legible words and numbers, attracting attention and easily read under any lighting conditions.

c. The LEDs display consists of four alpha/numeric digits that can be programmable to red, green or blue.

(i) When a level or facility is full, the display indicates “FULL” in red.

(ii) When a zone (row) is full, the display indicates “X” in red.

(iii) Green digits display the number of regular spaces available.

2) Sign completely blanks out when not energized. No phantom message under any ambient light condition.

3) LED alpha/numeric digit heights:

a. 5” digit height inside garage.

b. 7” digit height outside garage and on ramps.

4) Solid state technology with redundant circuitry so that removal or failure of one component has minimal or no effect on overall sign performance.

Page 57: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

57

5) Sign appearance, location and messages will be developed with the input and approval of the HAS signage consultant and HAS staff and will be installed in accordance with layouts shown on drawings and per manufacturer’s recommendations

6) Capable of continuous operation from -10º F to 120º F.

7) The sign, fittings and connections need to be able to resist a direct and indirect spray of water from power washing equipment.

8) Provide an automatic and manual photo dimming sensor to adjust the LED intensity as required.

9) Prior to anchor installation; X-ray all floors and beams for post tensioning-cables.

10) Non-corrosive fasteners and brackets.

11) Conceal all electrical connections, but still accessible and serviceable.

12) Housing shall be waterproof and shall comply with NEMA Standards Publication 250-Enclosures for Electrical Equipment, for Type 4 enclosures.

13) Electrical Components, Devices and Accessories: All components shall be listed and labeled by UL and shall comply with NEMA and NFPA standards.

14) PCGS contractor shall review electrical drawings and coordinate with electrical contractor for any minor changes to design and installation of equipment and/or electrical service for powering signs and/or illumination thereof. If change order(s) are possible, use the Request for Information process.

15) Static messaging on sign faces will be developed working with the HAS signage consultant and HAS staff.

16) Signage requirements will be developed during the design phase with the HAS signage consultant and HAS staff

17) Signage for system will be developed in collaboration with HAS signage consultant and other HAS staff during the design stage of the project.

18) Static and dynamic signage fabrication shall be a part of the system in collaboration with the HAS signage consultant and HAS staff.

2.1.7 Reports

1) At a minimum the reports provided by the system should include:

a. Hourly Activity

b. Trend reporting

c. Individual day, Work Week, and Weekend activity broken down by zone, level, or garage

3.0 EXECUTION 3.1 Inspection

Page 58: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

58

3.1.1 Examine substrates, areas, and conditions for compliance with requirements for installation tolerances, including equipment bases; accurate placement, pattern, and orientation of anchor bolts; critical dimensions; and other conditions affecting performance of the Work.

3.1.2 Examine location of all equipment and office equipment to determine if there are any constraints or conflicts before office equipment installation.

3.1.3 Examine roughing-in for electrical systems to verify actual locations of connections before installation.

3.1.4 Proceed with installation only after unsatisfactory conditions have been corrected.

3.1.5 Investigate adequacy and quality of electrical power to determine grounding requirements and notify IAH in writing prior to submission of shop drawings of any requirements for new power service, conduit, wiring or grounding.

3.1.6 Confirm layout of conduits, stubs, equipment, sensors, delineation posts, servers, and any other equipment provided in system.

3.2 Preparation

3.2.1 Pre-Installation Meeting:

1) Contractor shall schedule a pre-installation meeting at project site thirty days prior to the start of work. Meeting attendees shall include the Owner’s representative, engineer, contractor, sub-contractors, PCGS equipment manufacturer technical representative to review the work, trades, involved with work, identify any conflict issues, schedules, review responsibilities for conflict resolution and review testing protocols and procedures

a. Electrical rough-in, equipment bases, and any other required preparatory work.

b. Review schedule.

c. Review testing and acceptance procedures.

3.3 Installation

3.3.1 Install PCGS in accordance with manufacturer's recommendations and approved Shop Drawing

3.3.2 Installation and Start-Up: Contractor is responsible for installation of all control and communication wiring, contractor supplied equipment and its interfacing and interconnection with Client supplied equipment. Contractor authorizes and accepts responsibility for application of power to equipment and initiation of operation, and is responsible for running all initial diagnostics and system generation programs necessary to provide complete working system.

3.4 Cleaning

3.4.1 The contractor shall keep their work location clean and orderly

3.4.2 The contractor shall take steps to limit dust and debris in their work area.

Page 59: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT A – SCOPE OF WORK PN 761 - PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

59

3.4.3 The contractor shall take steps to contain any dust and debris created by the construction work.

3.5 Training

3.5.1 Contractor shall provide the required operating manuals and training materials described in the SUBMITTALS section of this specification.

3.5.2 Training shall be conducted and completed 14 days prior to the completion of the first Installation test.

3.5.3 On-site training shall be provided to the Owner in the function of the PCGS, user interface, control features, monitoring features, system errors and responses, report generation, filtering and query functions, report customization procedures, password access protocols, recovery from offline operation, manual data update procedures, operator maintenance functions, and other subject matter pertinent to the successful operation and management of the System.

3.5.4 Contractor shall provide a minimum of five (5), eight (8) hour classes of initial Owner training scheduled over a one week period to accommodate Owner staff schedules and provide sufficient opportunity for hands-on access during the training process and appropriate variations in subject matter according to Owner staff function and access levels.

3.5.5 The Owner will provide the facilities for the Contractor/PCGS Manufacturer to conduct training. The training shall include presentations, video instruction, study materials, exercises, and hands-on use of the System. The majority of such training shall be hands-on working directly with the System.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 60: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT B –PRICE PROPOSAL FORMS PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

60

PRICE PROPOSAL FORMS

PARKING COUNT AND GUIDANCE SYSTEM PRICE PROPOSAL FORM [BASED UPON THE SCOPE OF WORK AND DESIGN CRITERIA PACKAGE]

Pricing Components / Commercial Terms Based Upon Estimated Cost of Work of $________________. I, the undersigned, clarify and declare that I have read all the foregoing and know its contents and the above represents our PRICE PROPOSAL and that said PRICE PROPOSAL represents the proposed Guaranteed Maximum Price for a completed Project as defined and outlined in the Scope of Work, the Contract Documents. This PRICE PROPOSAL is valid for a period of 180 calendar days from the Submittal Date of this Proposal. I declare, under the laws of the State of Texas governing penalties for perjury, that the forgoing is correct. (Signature) (Type or Print Name) (Title) Phone Number: E-mail Address: By: Respondent’s Business Address:

Page 61: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT B –PRICE PROPOSAL FORMS PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES

RFQ NO.: H08-PCGS-2016-009

61

ATTACHMENT B

PRICE PROPOSAL FORMS

PARKING COUNT AND GUIDANCE SYSTEM INSURANCE COST FORM [FOR DELIBERATIVE PURPOSES ONLY]

Respondent’s Insurance Cost associated with Workman’s Compensation, General and Excess Liability and Builder’s Risk Based upon the stated Cost of Work

Respondent’s Insurance Cost Reference Price $ ____________

Page 62: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT C RFQ STATEMENT OF QUALIFICATIONS/RFQ ADDENDUM ACKNOWLEDGEMENT

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

62

RFQ STATEMENT OF QUALIFICATION FORM (TO BE INCLUDED IN ENVELOPE #1)

RFQ ADDENDUM ACKNOWLEDGMENT [Respondent’s Letterhead]

City of Houston Houston Airport System – Addendum Acknowledgment

Respondent: _____________________________ Date: _______________ Justina J. Mann, CPPO Procurement Officer Houston Airport System Supply Chain Management 18600 Lee Road Humble, TX 77338 In Response to the Request for Qualifications (RFQ) for the Design-Build of the Project dated _____________, 2015, the undersigned hereby declares that I have carefully read and examined the Response documents and hereby submit all elements of the STATEMENT OF QUALIFICATIONS as required in the subject Request for Qualifications. The undersigned Respondent acknowledges the right of HAS to waive informalities in the Responses, to reject any or all Responses submitted, and to re-advertise for Responses. The undersigned acknowledges receipt and consideration of the following addenda to the Response documents: Addenda Number: _____ Dated: ___/___/___ Addenda Number: _____ Dated: ___/___/___ Addenda Number: _____ Dated: ___/___/___ I, the undersigned, certify that I have examined and am fully familiar with the Response documents and that I have satisfied myself with the respect to any questions I had regarding the RFQ. I further certify and declare that the information stated in this Response is true and correct. I declare under penalty of perjury under the laws of the State of Texas, that the foregoing is correct. Respondent: [Enter Legal Name of Respondent, Primary Address, and Responsible Response] ((Signature) (Type or Print Name) (Title) Phone Number: E-mail Address: By: Respondent’s Business Address:

Page 63: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT D TECHNICAL PROPOSAL FORM / PROPOSAL ADDENDUM ACKNOWLEDGEMENT

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

63

PROPOSAL ADDENDUM ACKNOWLEDGMENT [Respondent’s Letterhead]

City of Houston Houston Airport System – Addendum Acknowledgment RESPONDENT: _____________________________ Date: _______________ Justina J. Mann, CPPO Procurement Officer Houston Airport System Supply Chain Management 18600 Lee Road Humble, TX 77338 In response to the request for proposals for the Contract Scope of Services for the Project dated _____________, 2015, the undersigned hereby declares that I have carefully read and examined the proposal documents and hereby propose to perform and complete the work as required in Contract Documents. Attached hereto is the completed and signed TECHNICAL PROPOSAL and PRICE PROPOSAL for this RFP.

The undersigned agrees that this PRICE PROPOSAL constitutes a valid offer to perform and complete the Contract described above, which cannot be withdrawn for one hundred eighty (180) consecutive calendar days from the due date of this PRICE PROPOSAL.

The undersigned agrees to provide HAS with a signed copy of the conformed Contract within 5 days of being informed by HAS of the Recommendation For Award of the Contract and provided with a hard copy of the conformed Contract either by mail or e-mail.

The undersigned agrees to appear at 18600 Lee Road, Humble, TX 77338 at any time within ten (10) consecutive calendar days from the date of written notice of the Phase 1 award from HAS to do so, mailed or e-mailed to the business address of the Respondent and at that time the Respondent shall; 1) furnish the required Performance and Payment Bonds and 2) furnish the required insurance documents.

The undersigned Respondent acknowledges the right of HAS to waive informalities in the Proposals, to reject any or all Proposals submitted, and to re-advertise for Proposals.

The undersigned acknowledges receipt and consideration of the following addenda to the proposal documents:

Addenda Numbers: ____________________________________________________________

I, the undersigned, certify that I have examined and am fully familiar with the proposal documents and that I have satisfied myself with the resolution of any questions I had regarding the Proposal which could have in any way affected my understanding of the Proposal’s Scope of Work or my Proposed Price thereof. I further certify and declare that the information stated in the PRICE PROPOSAL is true and correct.

I declare under penalty of perjury under the laws of the State of Texas, that the foregoing is correct.

(Signature) (Type or Print Name) (Title) Phone Number: E-mail Address: By: Respondent’s Business Address:

Page 64: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT E EXPERIENCE AND QUALIFICATIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

64

ATTACHMENT E

EXPERIENCE AND QUALIFICATIONS Verify all contacts prior to submittal. Do not leave any spaces blank. Responses such as “N/A” are not acceptable. If not applicable, state “Not Applicable” and explain why. If none, state “NONE.”

PROJECT AND TEAM INFORMATION

Project Name:

Project Location:

Project Delivery Method (CMAR, Design-Build, etc.):

OWNER INFORMATION

Owner’s Name:

Address:

Contact (Name & Title):

Telephone:

Email:

CONTRACT INFORMATION (TIME & COST)

Project Start Date:

Scheduled Completion Date:

Actual Completion Date:

Days Extended Due to Unexcused Delays:

Base Contract Amount: $

Adjustment Due to Owner Requested Changes: $

Adjustment Due to Other Change Orders: $

Final (or Current if Incomplete) Change Amount: $

Page 65: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT E EXPERIENCE AND QUALIFICATIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

65

SIMILAR PROJECT EXPERIENCE

Questions

Provide the number of airport projects installed in the U.S. / Globally

Discuss similarities to this project

Discuss challenges and solutions

Provide the number of similar projects installed in the U.S. / Globally

Include after each project listed above the following elements:

Location

Client, address, telephone number

Description of systems, services and/or staffing solutions provided by firm in support of project

Total contract gross amount (firm’s amount, if different)

Proposed schedule vs Actual

Proposed budget vs Actual

Principal-in-charge

Day-to-Day technical project manager

Key Design Staff

Date completed or current phase

Client reference (name, position, phone, email address)

Identify as new construction or retrofit

Coordination between multiple consultant firms

Relevant experience with other interfacing projects and associated scheduling consideration

Brief narrative description of project

PROJECT APPROACH AND DESIGN BUILD TEAM COMMITMENT

Questions

Outline your management tools, strategies and methodologies that will enable delivery of the Project including any key assumptions, exclusions, constraints and opportunities to be realized. Outline how the Work will be delivered around possible restricted working times and operating areas of an active airfield/airport. Describe your approach to innovative methods for construction utilizing the Design Build project delivery method. Provide a narrative of the main technical challenges you anticipate in the Project and how you propose to manage them.

Page 66: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT E EXPERIENCE AND QUALIFICATIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

66

Describe your approach to Project communication.

Describe your approach to implement a Health and Safety culture among the workforce.

Describe proposer’s quality assurance program. Explain methods used to ensure quality control during the construction phase of the Project. Provide specific examples of how these techniques or procedures were used from any of the projects listed in response to this solicitation. Describe how proposer’s quality control team will measure the quality of construction performed by subcontractors and how non-conforming work will be addressed. What tools does the Proposer use for risk management? Show how they are implemented and used. Identify any opportunities and demonstrate how they may benefit HAS. Describe your experience on a construction project that had an Owner’s Design to Budget and how you ensured it was maintained.

Describe your approach to conflict and dispute resolution and the management of contractual conflicts.

Describe how you plan on implementing your system while keeping the IAH garages operational during installation of hardware/wiring.

Provide a high level project schedule for this project or a project of a similar scope.

Explain how your system can be expanded for future use including maximum usable expansion.

Provide a list of features that are unique to your system.

Describe the components of the user interface dashboard and provide representative examples from similar projects that are in place.

Describe how your system can be interfaced with a mobile device application.

Does your system have a mobile phone application or use a third party for mobile phone applications.

Describe and list the PARC systems that can be integrated with your system.

Describe how your system can be integrated with various PARCS systems

Discuss integration of your PGS with other systems that are currently installed and operational

What, if any, features does your system provide to facilitate “find your car” functionality?

Provide the methodology that your system uses for counting roof and surface spaces.

Provide accuracy rate statistics from previous installations.

Describe your company's service support philosophy, how is it carried out, and how do you measure success in keeping this philosophy.

Do you provide turnkey service, if not, describe how you would execute this project as a design build.

Do you have a local service provider?

If not, will a local service provider be established to serve this project?

Will stock of service and repair parts be maintained locally to serve this project?

Provide a recommended spares list identifying equipment and quantity.

Page 67: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT E EXPERIENCE AND QUALIFICATIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

67

Describe the maintenance needs associated with your system, the percentage that can be done by the end user and the percentage that must be done by authorized personnel. Describe how often system upgrades are scheduled and explain the process for testing system upgrades, include the recommended configuration for segregated testing.

Describe the procedure for addressing immediate repairs and the timeline.

Describe the term of the manufacturer’s warranty and the installation warranty.

List the average number of service calls received on the first, second, and third year of installation of your system. Describe the training delivery method used for your product, describe your training methodology, and provide a sample training plan for a previous project of similar scope.

Please provide a copy of a support/service level agreement from a previous project of similar scope.

Provide an itemized list of your maintenance support process

Identify any objections or exceptions you have to the Requirements Document. If none, please state so.

FIRM(S) QUALIFICATIONS

Questions

Explain your organization structure and why it has the necessary expertise and resources to execute a project of this scope. Provide a description of a minimum of three (3), and a maximum of six (6) projects performed by your firm and/or team member that are similar in type, scope, cost and magnitude to this Project, especially at operating airports, large public projects or large private projects. Teams may use the same projects as submitted in the Pass/Fail requirement. For all projects submitted, provide the project name with the associated client name and contact information. Provide the associated Design Consultant name and contact information. Provide a list of all Key Personnel who worked on each project. Respondent must have an Experience Modification Ratio (EMR) at or below .95 for the previous 12 months (based on the RFQ issuance date). This information must be validated in a letter from the Respondent’s insurance carrier. Respondent provide an OSHA Form 300A Summary of Work – Related Injuries and Illnesses for all company activities in the past five (5) years. Has the Respondent received a citation from OSHA s in excess of serious (i.e., willful) within the previous five (5) years? If yes, provide details.

TEAM QUALIFICATIONS

Questions

Each Proposer shall submit a list identifying:

The Key Personnel on the proposed team.

A description for each Key Personnel position at design and construction phase of the project.

Provide a written assurance that the key individuals listed will be performing the work and will not be substituted with other personnel or reassigned to another project without HAS’s prior written approval. Provide a resume for each key person demonstrating their qualifications and experience. Resumes shall include a description of training and experience in their respective areas of expertise, including their

Page 68: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT E EXPERIENCE AND QUALIFICATIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

68

education, professional licensing, airport experience, Design Build experience, and other related work experience. Design Build experience is desirable. Resumes shall indicate whether or not each person has previously worked with members of the proposed team on similar projects.

DESIGN AND CONSTRUCTION PHASE SERVICES

Questions

Describe proposer’s concepts for working in a team relationship with HAS.

Describe how the Proposer’s involvement in the design phase affected the outcome of the project with regard to quality, constructability, safety, cost and schedule. Describe your proposed method, using examples, of how you have influenced design to ensure safety in construction. For construction planning, describe Proposer’s recommendations of the composition, sequence, and timing of bid packages in order to meet the Project Schedule. Describe proposer’s methods for advertising, prequalifying subcontractors, receiving proposals, and awarding contracts to subcontractors on this project.

Describe proposer’s process for developing project specific phasing and logistics plan.

Provide a high level schedule for this Project.

Describe proposer’s perception of critical construction issues for this Project and strategy for mitigating risks.

Describe proposer’s ability and plan to self-perform work on this Project.

Describe proposer’s plan to phase construction and demolition of existing structures to minimize impact to airport operations. Describe the Proposer’s commissioning management experience which includes coordination with third-party commissioning services consultant. Include your approach to system testing, activation, and commissioning. Describe your approach to evaluate sub-contractors and provide examples of your Team’s experience with local sub-contractors. Include methods of advertising, receiving proposals, and awarding subcontracts.

Describe your approach to Project Closeout, including the handover of record documentation.

MANAGEMENT AND STAFFING PLAN

Questions

Describe the organization of the proposer’s team – provide an organization chart for both Design Phase Services and Construction Phase Services. Provide a management and staffing plan in a table format that lists all of the project tasks and proposed team member names to each project task and their level of responsibility for each task. The management and staffing plan must indicate all Key Personnel required to implement the pre-construction documents as well as Key Personnel required for the construction phase. Each proposer shall submit a table showing all Key and non-Key Personnel and the percentage of time assigned to the Project.

Page 69: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT E EXPERIENCE AND QUALIFICATIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

69

PROJECT CONTROLS

Questions

Describe proposer’s recommendation of software programs, web-based applications, building information modeling, and other computer applications to be used or required for project management on this Project. Describe proposer’s experience with cost-loaded schedules and utilizing progress schedules for payment applications. Describe how proposer will develop, maintain, and update the Project schedule during the entire project, including the initial baseline during project initiation. Describe proposer’s approach to assuring timely completion of this project, including methods for float creation and schedule recovery, if necessary. For any projects referenced, provide examples of how these techniques were used, including specific scheduling challenges/requirements and actual solutions. Describe detailed construction cost estimating methods, including historical benchmarking data that will be used to ensure Design to Budget compliance through the Pre-Construction Phase. Describe how innovative work practices, innovative use of technologies, and innovative techniques or cost reduction strategies could benefit HAS. Describe progress measurement, cost tracking and control methods during construction. For any projects referenced, provide examples of how these techniques were used and the degree of accuracy achieved.

GENERAL PROJECT DETAILS

Was the Project for a Public Owner? (Yes or No):

Were major sub-contractors contracted before Design completion? (Yes or No):

COMPARABLE PROJECT COMPONENTS (AIRPORT AND NON-AIRPORT): Did the project include the following (YES/ NO)

Underground (live and operational) utility relocation

Work around and / or connecting to existing operational / occupied space

Energy Savings (Life Cycle Cost Analysis)

Page 70: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT F SURETY LETTER OF INTENT

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

70

ATTACHMENT F

[SURETY LETTERHEAD] [Respondent’s Letterhead]

City of Houston Houston Airport System – SURETY LETTER OF INTENT

RESPONDENT: _____________________________ DATE: _______________ Justina J. Mann, CPPO Procurement Officer Houston Airport System Supply Chain Management 18600 Lee Road Humble, TX 77338

SURETY LETTER OF INTENT Re: REQUEST FOR QUALIFICATIONS FOR PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES PROJECT Dear Madam:

Surety understands that Contract will be for a Not-To-Exceed amount of $_____________________. The Performance Bond and Payment Bond will be awarded for One Hundred Percent (100%) of the Contract’s Price. By executing this letter, Surety acknowledges that it has reviewed the information in this letter and in the RFQ and, with knowledge of that information, intends to issue the required Proposal Guaranty to the Respondent, and should the Respondent be awarded the Contract, promptly deliver a Performance Bond and Payment Bond for 100% of the Not-To-Exceed amount. (Signature) (Type or Print Name) (Title) Phone Number: E-mail Address: By: Respondent’s Business Address:

Page 71: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT G SAMPLE CONTRACT

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

71

ATTACHMENT G

SAMPLE CONTRACT

Page 72: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT H DEFINITIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

72

DEFINITIONS Actual Cost Actual Cost is a verifiable amount paid for labor, material,

equipment and supplies in the performance of the Work.

Airport Improvement Program (AIP)

Is a Federal Aviation Administration (FAA) funding source that provides grants to public agencies for planning and development of public use airports. Eligible projects include improvements related to enhancing safety, capacity, security and environmental concerns.

Air Operations Area (AOA)

Any area of the airport intended to be used for the landing, takeoff or surface maneuvering of aircraft and support equipment and all of the area within the airport security fence.

Allowance Shall mean an amount established by HAS for a scope of work which has been identified, but has not yet been fully defined. Allowances may be increased or decreased as detail dictates.

Basic Services Includes all disciplines identified within this Scope of Services and all related usual and customary design, consultant, and other services necessary and reasonably inferable to complete the Project, or any phase of the Project, in accordance with HAS’s requirements and the terms of the Contract.

Beneficial Occupancy When HAS takes possession of and operates the Work (or portions of the Work) for its intended purposes.

Calendar Day Calendar Day whether capitalized or not, unless otherwise

specifically provided, means calendar day, including weekends and legal holidays. In the case of plural ‘days’, those days will be consecutive.

CBP Customs and Border Protection.

Capital Improvement Program (CIP)

Capital Improvement Program

CMAR Construction Manager at Risk is the entity contracted by HAS to perform preconstruction and construction services for a project. Construction Management at Risk is the delivery method.

Commissioning Commissioning is a quality-focused process for enhancing delivery

of a project. The process focuses upon verifying and documenting that the facility and all its systems and assemblies are planned, designed, installed, tested, operated, and maintained to meet HAS’s requirements.

Page 73: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT H DEFINITIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

73

Commissioning Plan (CxP)

Commissioning Plan (CxP) is developed by the CMAR / DB with the assistance of the HAS team per the requirements of the Contract Documents and Scope of Work. The CxP provides structure, checklists, testing forms, schedules for all systems and equipment being installed.

Commissioning Services Provider

Commissioning Services Provider is a third party firm contracted with HAS to oversee the Commissioning Plan.

Construction Documents (CD)

Construction Documents (CD) means all of the graphic and written information prepared or assembled by Designer for communicating the design and for the bidding and construction of the Project.

Contract Contract shall mean the entire and integrated written agreement between HAS and CMAR/ Designer / DB concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or verbal.

Contract Time Contract Time shall mean the number of days set forth in the Contract within which the CMAR/ Designer / DB must achieve Final Completion of the Work, as adjusted by Change Order.

Cost of Work (CoW) Cost of Work shall mean the cost necessarily and reasonably incurred by the CMAR / DB in the proper performance of the Work only to the extent they are directly related to the Contract. Cost of Work does not include Fee.

DB Design-Builder is the Entity contracted by HAS to perform preconstruction, design and construction services for a project. Design-Build is the delivery method.

Design Consultant The Owner-contracted entity in the traditional Design-Bid-Build or

Construction Management At Risk who is responsible for the preparation of Construction Documents for a project.

Design to Budget

Budget established by HAS within which the CMAR / DB must maintain the Project cost. The Design to Budget includes the Cost of Work, General Conditions, CMAR’s / DB’s Home Office and Offsite Overhead and Profit, CMAR’s / DB’s Insurance and Bonds, and CMAR / DB Contingencies. The Design To Budget does not include Allowances.

Page 74: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT H DEFINITIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

74

Designer Entity responsible for the preparation of the Construction

Documents in a design-build delivery team.

Engineer City of Houston or HAS employee referenced in the Construction Documents with certain decision making and administrative functions.

FAA Federal Aviation Administration.

Fee Fee is a percentage of the Cost of Work which includes Home Office Overhead and Profit.

Final Completion The Full Completion of the Work in accordance with the Contract Documents, without limitation, the satisfaction of all Outstanding and Punch List items, and the issuance of a Certificate of Occupancy by all permitting and licensing entities.

GSE Ground Support Equipment.

HAS Houston Airport System, which is the Department of Aviation of the City.

IAH George Bush Intercontinental Airport/Houston.

Key Personnel Individuals having authority and responsibility for planning,

directing and controlling the activities of the Respondent, either directly or indirectly.

Liquidated Damages

The fixed amount in this Contract which shall be paid as compensation to HAS for losses when prescribed Contract Milestone(s) are not met.

Milestone An event activity that has zero duration and is typically used to represent the beginning or end of a certain stage of the Project. A Milestone has a zero (0) day duration.

OCIP Owner Controlled Insurance Program.

ORAT Operations, Readiness, Activation and Transition.

Owner The City of Houston, Houston Airport System (HAS).

Overhead Home Office and Offsite Overhead and it is the indirect costs or

fixed expenses of operating a business. Price Proposal Price Proposal as submitted by CMAR, DB or Designer.

Program IAH Terminal Redevelopment Program (ITRP)

Page 75: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT H DEFINITIONS

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

75

Project Schedule CMAR / DB / Designer full Scope of Works and Services, time phased and logic linked, in a schedule that represents how the provider intends to reach Final Completion within the Contract Time.

Project The project for which Services under this Contract are being performed.

Project Manual The specifications for the Work. It is understood that certain provisions of the Project Manual may be revised during Preconstruction Services.

Punch List Punch List means the uncompleted work items that the CMAR, DB, Contractor, Subcontractor or Trade, must complete in order to achieve Final Completion.

Quality Control (QC) Standards, systems, processes, procedures and activities exercised by the CMAR/ DB/ Designer, subcontractors and suppliers to ensure that the Work is constructed in accordance with the Contract Documents.

SIDA Security Identification Display Area. The secure area after which identification badges must be visible and displayed.

Statement of Qualifications (SOQ)

Statement of Qualifications (SOQ) submitted by either CMAR/ DB/ Designer to demonstrate their ability to perform requested services.

Subcontractor Any individual, firm, partnership, joint venture or corporation supplying design assistance, labor, materials, services, supplies or equipment subcontracted to the CMAR/ DB/ Designer and used directly in the work on a competitively bid basis or as otherwise approved by HAS in accordance with the provisions of this Contract.

Substantial Completion Is the stage in the progress of the Work or designated portion thereof where the Work is sufficiently and suitably complete in accordance with the Contract Documents so that HAS, at its sole discretion, can take Beneficial Occupancy.

TSA Transportation Security Administration.

Work Work is outlined by this Contract which includes all labor, materials, equipment, tools, services, subcontracts, permits, licenses and taxes and all other requirements of the Contract Documents to fulfill the CMAR/ DB obligations. The Work may constitute the whole or part of the Project.

Page 76: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT I REQUIRED SUBMITTAL CHECKLIST

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

76

Item # Required Submittal Check Sheet

Check (√)

1. Table of Contents

2. Cover Letter

3. Transmittal Letter

4. Introduction and Executive Summary

5. Similar Project Experience

6. Project Approach and Design Build Team Commitment

7. Firm(s) Qualifications

8. Team Qualifications

9. Design and Construction Phase Services

10. Management and Staffing Plan

11. Project Control

12. Financial Capabilities

13. MWBE Compliance

14. EXHIBIT A - Offer and Submittal*

15. EXHIBIT B - 00450 Bidder's Statement of MBE/WBE/PDBE/DBE/SBE Status

16. EXHIBIT C – 00452 Fair Campaign Ordinance

17. EXHIBIT D - 00453 Statement of Residency

18. EXHIBIT E – 00454 Affidavit of Non-Interest

19. EXHIBIT F – 00455 Affidavit of Ownership or Control

20. EXHIBIT G – 00457 Conflict of Interest Questionnaire

21. EXHIBIT H – 00460 Pay or Play Acknowledgement Form

22. EXHIBIT I – 00470A Bidder’s MWBE Participation Plan

23. EXHIBIT J - 00471 Pre Bid Good Faith Efforts

24. EXHIBIT K – 00472 Bidder’s MWSBE Goal Deviation Request

25. EXHIBIT L – 00480 Reference Verification Form

26. EXHIBIT M – 00481 Anti-Collusion Statement

27. Respondent Contact Directory Form

Page 77: PARKING COUNT AND GUIDANCE SYSTEM (DB)FINAL · 2016-05-25 · PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES SPECIAL INSTRUCTIONS TO RESPONDENTS RFQ NO.: H08-PCGS-2016-009

ATTACHMENT J RESPONDENT CONTACT DIRECTORY

PARKING COUNT AND GUIDANCE SYSTEM DESIGN-BUILD SERVICES RFQ NO.: H08-PCGS-2016-009

77

RESPONDENT CONTACT DIRECTORY

NAME

POSITION/TITLE

MAILING ADDRESS

PHONE NUMBER

FAX NUMBER

EMAIL ADDRESS

The purpose of the Respondent Contact Directory is to provide the City with a centralized, easily identified source of important contacts and other information regarding each of the business entities constituting a Respondent. This Respondent Contact Directory should include the names, positions/titles, firms, mailing addresses, phone and fax numbers and e-mail addresses for each of the following as it pertains to each of the firms in a Proposer’s team: 1. At least two individuals, one primary the other(s) secondary, authorized to represent the firm for purposes of this RFQ; and 2. Respondent Key Personnel (as appropriate) listed in the Submittal