for construction related professional services - rfp ...the contractor shall provide services as...

32
spdocs-a (March 2014) DOT&PF Small Procurement Documents PART A - RFP for Construction Related Professional Services Page 1 of 2 SMALL PROCUREMENT DOCUMENTS for Construction Related Professional Services - RFP, Proposal & Award per AS 36.30.320 and 2 AAC 12.400 PART A - REQUEST FOR PROPOSALS NOTE: State Small Procurement Limit is $200,000; FHWA Small Procurement Limit is $150,000; FAA / FTA Small Procurement Limit is $100,000 GENERAL INFORMATION These documents consist of three parts (Part A - Request for Proposals; Part B - Proposal Form; Part C - Contract Award, Notice to Proceed & Invoice Summary), -- plus the current edition dated March 2014 of the Standard Provisions Booklet (DOT&PF Standard Provisions for Small Procurements of Construction Related Professional Services) that is hereby incorporated by reference. The Booklet will not be distributed with any of the three parts; however a copy may be obtained on our website at the following link: http://www.dot.state.ak.us/procurement. The Booklet contains copies of the Small Procurements Procedure (Chapter 2 of the PSA Manual), Appendix A (General Conditions), Appendix C (Compensation), Exhibit C-1 (Methods of Payment), Appendix D (Indemnification and Insurance), and Appendix E (Certification for Licenses and Insurance). Project Title: ANC Ground Transportation Lobby (GTL) Upgrades Study Project Number(s): 56435 RFP #: 02552002 Project Site (City, Village, etc.) Anchorage, AK Contracting Agency: State of Alaska DOT&PF - ANC 5000 W Int’l Airport Rd. 4 th Floor Anchorage, AK 99502 Agency Contact: Timothy C. Mearig, R.A. Phone: 266-2510 Fax: 266-2632 Estimated Amount of Proposed Contract: less than $50,000 $100,000 to $150,000 $50,000 to $100,000 $150,000 to $200,000 Funding Source (check all that apply): State FHWA FAA FTA Other: REQUIRED SERVICES: are described in the enclosure consisting of three (3) pages, dated 7/1/2014, with Exhibit A, dated 4/30/07 twenty six (26) pages. OR: are described as follows: Note: Offerors shall carefully review this solicitation for defects and questionable or objectionable material. Comments concerning defects and objectionable material must be made in writing and received by the purchasing authority before proposal due date. This will allow issuance of any necessary addenda. It will also help prevent the opening of a defective solicitation and exposure of Offeror’s proposals upon which award could not be made. Protests based upon any omission, error, or the content of the solicitation will be disallowed if not made in writing before the proposal due date. PERIOD OF PERFORMANCE: Begin: August 2014 End: December 2014 PROPOSAL FORMAT Written proposals to provide the required services shall consist of the enclosed “Part B - Proposal Form”, completed as indicated, plus a letter not to exceed five (8.5” x 11”) pages. If a Price Estimate is required, the page limit does not include the Price Estimate. Proposals that exceed the page limit may be disqualified. Proposals may be faxed or hand delivered to the Contracting Agency.

Upload: others

Post on 21-Jul-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

spdocs-a (March 2014) DOT&PF Small Procurement Documents PART A - RFP for Construction Related Professional Services Page 1 of 2

SMALL PROCUREMENT DOCUMENTS for Construction Related Professional Services - RFP, Proposal & Award per

AS 36.30.320 and 2 AAC 12.400 PART A - REQUEST FOR PROPOSALS

NOTE: State Small Procurement Limit is $200,000; FHWA Small Procurement Limit is $150,000; FAA / FTA Small Procurement Limit is $100,000

GENERAL INFORMATION

These documents consist of three parts (Part A - Request for Proposals; Part B - Proposal Form; Part C - Contract Award, Notice to Proceed & Invoice Summary), -- plus the current edition dated March 2014 of the Standard Provisions Booklet (DOT&PF Standard Provisions for Small Procurements of Construction Related Professional Services) that is hereby incorporated by reference. The Booklet will not be distributed with any of the three parts; however a

copy may be obtained on our website at the following link: http://www.dot.state.ak.us/procurement. The Booklet contains copies of the Small Procurements Procedure (Chapter 2 of the PSA Manual), Appendix A (General Conditions), Appendix C (Compensation), Exhibit C-1 (Methods of Payment), Appendix D (Indemnification and Insurance), and Appendix E (Certification for Licenses and Insurance).

Project Title: ANC Ground Transportation Lobby (GTL) Upgrades Study

Project Number(s): 56435 RFP #: 02552002

Project Site (City, Village, etc.) Anchorage, AK

Contracting Agency:

State of Alaska DOT&PF - ANC 5000 W Int’l Airport Rd. 4th Floor Anchorage, AK 99502

Agency Contact: Timothy C. Mearig, R.A. Phone: 266-2510 Fax: 266-2632

Estimated Amount of Proposed Contract: less than $50,000

$100,000 to $150,000

$50,000 to $100,000

$150,000 to $200,000

Funding Source (check all that apply): State FHWA FAA FTA Other:

REQUIRED SERVICES: are described in the enclosure consisting of three (3) pages, dated 7/1/2014, with Exhibit A, dated 4/30/07 twenty six (26) pages. OR: are described as follows:

Note: Offerors shall carefully review this solicitation for defects and questionable or objectionable material. Comments concerning defects and objectionable material must be made in writing and received by the purchasing authority before proposal due date. This will allow issuance of any necessary addenda. It will also help prevent the opening of a defective solicitation and exposure of Offeror’s proposals upon which award could not be made. Protests based upon any omission, error, or the content of the solicitation will be disallowed if not made in writing before the proposal due date.

PERIOD OF PERFORMANCE: Begin: August 2014 End: December 2014

PROPOSAL FORMAT Written proposals to provide the required services shall consist of the enclosed “Part B - Proposal Form”, completed as indicated, plus a letter not to exceed five (8.5” x 11”) pages. If a Price Estimate

is required, the page limit does not include the Price Estimate. Proposals that exceed the page limit may be disqualified. Proposals may be faxed or hand delivered to the Contracting Agency.

Page 2: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

spdocs-a (March 2014) DOT&PF Small Procurement Documents PART A - RFP for Construction Related Professional Services Page 2 of 2

PRICE AND METHOD OF PAYMENT

A Price Estimate is NOT required with your proposal. The selected Offeror shall submit a Price Estimate within one business day following a request from the Contracting Agency.

A Price Estimate is required with your proposal.

A Price Estimate shall include all tasks to perform the contract and be prepared in the format shown below. Note that a Price Estimate is not a bid. It is a negotiable offer. A Fixed Price contract is desirable; however, a Cost Reimbursement contract may result if a Fixed Price cannot be negotiated.

PRICE ESTIMATE FORMAT (if required per above) 1. * Direct Costs of Direct Labor (DCDL). Provide a table with the following columns (Names required only for key staff and persons "in-

responsible-charge"):

Job Classification Name Total Hours Rate ($/hr) * Estimated Cost ($) Total DCDL $ 2. * Indirect Costs (IDC). IDC Rate: % Total IDC $ 3. Subcontracts. List each, the amount for each and attach an estimate in this format for each. Total Subcontracts $ 4. Expenses. (Equipment, transportation, food and lodging, reproduction, etc. - if not included in Indirect Costs.) Amounts shall be based

on actual cost to the Offeror, without any profit or other markup. Provide a table with the following columns:

Item Quantity Cost ($/Unit) Estimated Cost ($) Total Expenses $ 5. * Total Estimated Cost. Sum of DCDL + IDC + Subcontracts + Expenses. Total Cost $ 6. * Proposed Fee. List a proposed amount (not a percentage) for profit. Fee $ 7. Total Estimated Price. Sum of Total Estimated Cost plus Proposed Fee. Total Price $

* Sole proprietorships and small firms that do not maintain an accounting system that separately identifies costs for "payroll" benefits and overhead, for routine allocation of such costs to jobs, may omit items 2, 5, & 6 if the Rates ($/hr) in Item 1 are proposed as Billing Rates (DCDL + IDC + FEE). Firms that routinely allocate Indirect Costs to projects may not use Billing Rates for this estimate.

SUBMITTAL DEADLINE AND LOCATION DATE: July 25, 2014 PREVAILING TIME: 4:00 pm FAX #1: 269-0402 OR FAX #2: 269-0425 Hand deliver proposal directly to following location, and person, if named; or Fax to a number above:

State of Alaska Department of Transportation & Public Facilities Attn: Emily Nelson, PSA Unit Supervisor 4111 Aviation Ave. Anchorage, AK 99502

Late proposals will not be considered. Offerors are responsible to assure timely delivery and receipt and areencouraged to respond at least four business hours prior to the above deadline. Any addendum issued less than 24 hours prior to a Deadline will extend that Deadline by a minimum of an additional 24 hours. The Contracting Agency shall not be responsible for any communication equipment failures or congestion and will not extend the deadline for any proposals not received in their entirety prior to the deadline. Except for hand delivered proposals, confirmation of receipt by telephone or other means four hours or less prior to deadline will not be provided. (An out-of-town/state Offeror may electronically transmit their proposal to a local personal representative who may reproduce a copy of it and deliver it “in person” to the submittal location prior to the deadline.)

BASIS OF SELECTION

This solicitation does not guarantee that a contract will be awarded. All proposals may be summarily rejected. Our intent, however, is to select a Contractor based on the following criteria:

1) Demonstrated comprehension of required services and proposed strategy for performance.

2) Relevant experience and credentials of proposed personnel including any subcontractors.

3) Reasonableness of proposed schedule for performance.

4) Price Estimate (if required with proposal). 5) Other (specify): None

Proposals will be evaluated per Chapter 2 of the DOT&PF PSA Manual.

END OF PART A

Page 3: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

psa-b (March 2014) Appendix B, Statement of Services Page 1 of 3

PROPOSED STATEMENT OF SERVICES APPENDIX B

INDEX ARTICLE NUMBER TITLE B1 ADMINISTRATIVE REQUIREMENTS B2 DETAILED SERVICES

ARTICLE B1 ADMINISTRATIVE REQUIREMENTS

B1.1 General. The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor shall not perform services or incur billable expense except as authorized by a NTP. B1.2 Definitions. B1.2.1 “Architect”, “Engineer”, “A/E”, or similar phrases mean the contractor who is a party to this agreement. B1.2.2 “User Agency” means the department, division, etc., that generated the requirement for which services under this agreement are obtained. B1.3 Project Staff. All services must be performed by or under the direct supervision of the following individuals (replacement of, or addition to, the Project Staff named below shall be accomplished only by prior written approval from the Contracting Agency: Name Project Responsibilities Architect B1.4 Professional Registration. All reports, plans, specification, estimates and similar work products provided by the Contractor shall be prepared by or under the supervision of the Registered Alaskan Architect/Engineer or Land Surveyor in responsible charge for the services. These Architects/Engineers or Land Surveyors shall be currently registered in the State of Alaska and they shall sign, seal and certify as to the accuracy of each final work product for which they are responsible. B1.5 Billing Reports. The Contractor shall provide a two-page (typical) report with each monthly billing for months in which services are performed. The report shall specifically describe the services and other items

for which the billing is submitted, and shall estimate the percent the services are complete. Any delayed costs from previous billing periods that are included in the current billing must be clearly explained in the report. B1.6 Correspondence. All correspondence prepared by the Contractor shall bear the Contracting Agency's assigned Project name and numbers (State & Federal). B1.7 Documents and Reports shall be printed with solid black letters that are double spaced on white, 8.5 inch x 11 inch bond or "Xerox Copy" paper. Other size paper may be used for illustrations if they are folded to 8.5 inch x 11-inch size. Original documents and reports shall be printed on one side of the paper only and shall be ready for copying. The use of black and white photographs, color photographs, or multicolored graphics is approved for this project. Original, camera ready, copies of final documents and reports shall be submitted to the Contracting Agency for a check before printing. B.1.7.1 Copies. When the Contract calls for multiple copies of documents or reports, the copies shall be printed on both sides of the paper. However, the cover and pages with approved illustrations, multicolored graphics, or photographs shall be printed on one side of the page only. All copies - except for originals - shall be bound. B1.7.2 Page Numbers. All documents shall be page numbered to allow every major Section, Chapter, Appendix, etc., to begin on a "right hand," odd numbered page. B1.7.3 Covers. The cover of all documents and reports shall include the following information:

a. Name of document or report. b. Date. c. Indicate whether draft or final. d. Project Name. e. State and Federal Project Number(s). f. Prepared for: Alaska Department of

Transportation and Public Facilities. g. Prepared by: h Map and/or picture of project area.

B1.8 Drawings. All scaled drawings shall be arranged and for both full size (24 inches by 36 inches) and half size (11 inches by 17 inches) formats, including

AKSAS Project No: 56435 Federal Project No: N/A Date Prepared: 7/1/2014

Page 4: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

psa-b (March 2014) Appendix B, Statement of Services Page 2 of 3

title blocks and borders. Drawings shall be completely legible when printed in either format. B1.8.1 Contractor Name on Plan Sheets and Documents. No Contractor logos shall be allowed on any electronic or hard copy document produced for the Contracting Agency. The Contractor company name shall be included in the box above or below the engineer’s seal on each plan sheet. Documents produced for the Contracting Agency shall include the Contractor’s company name at the bottom right of the first page, cover sheet or title sheet only. Contractor letterhead shall be allowed only as exhibits in document appendices. The Contractor name shall be in the same font as other lettering on the plan sheet or document, shall be 1/16” or less in height on 11”X17” plan sheets, and shall be in the following format:

PLANS DEVELOPED BY: COMPANY NAME

B1.8.2 Drafting. Computerized drawing files (AutoCAD 2013 and/or Revit 2013 or later) are to be included with the final document submittals. The Using Agency required use of the National CAD Standard layering schema. Failure to adhere to this scheme will be cause for rejection. The drafting procedures shall be as outlined in the Using Agency's AutoCad Standard. B1.9 Specifications and Estimates shall be submitted with solid black letters on white, 8.5 inch x 11-inch bond or "Xerox Copy" paper. They shall be printed on one side of the paper only and shall be ready for copying. Specifications and estimates shall contain no graphics and no photographs except as specifically approved by the Contracting Agency. B1.9.1 Copies of the Specifications shall be printed on both sides of the paper and shall be bound with a comb binder. Copies of the estimates shall be single sided. For Reviews, copies of estimates shall be included as the first item behind the cover of the Specifications. B1.9.2 All Specifications shall also be submitted on CD ROM discs as document files for Microsoft Word current edition or compatible software written for IBM compatible personal computers. B1.10 Revisions. The Contractor shall modify work products in response to direction from the Contracting Agency. Corrections, adjustments, or modifications necessitated by the review/approval process, but which do not substantially affect the scope, complexity, or character of the services, shall be considered a normal part of the Contractor's services. B1.10.1 Errors and Omissions. Except as described in this Statement of Services, work products shall be essentially complete when submitted to the Contracting Agency. Work products having significant

errors or omissions will not be accepted until such problems are corrected. B1.10.2 Reviews. Following each review, the Contracting Agency will provide written comments and may hold a meeting to discuss the issues. The Contractor's personnel who are in-responsible-charge for the work products under review shall attend the meeting and they may be asked to interpret and provide explanations of the content. B1.10.3 Comment Resolution. The Contractor shall provide a written response with subsequent submittals that address all written and oral comments from the Contracting Agency. All changes from previous submittals shall be clearly explained. B1.11 Reproduction and Distribution. When the contract requires only the original or only one copy of a work product to be delivered, the Contracting Agency will reproduce and distribute any other copies required. Items delivered for reproduction shall be organized and camera ready for copying and not stapled or otherwise bound.

ARTICLE B2 BACKGROUND INFORMATION

B2.1 Facility Information: The Ground Transportation Lobby (GTL) at the Ted Stevens Anchorage International Airport (TSAIA) was constructed in 1987 as part of the Parking Garage & Terminal Expansion Phase 2 project (PJ 53291). As a facility asset, however, the GTL is treated as a component of the South Terminal (ST100). The GTL encompasses 20,630gsf and is comprised of the at-grade Commercial Curbside Lobby and the below-grade Main Terminal Connector Lobby, connector tunnels, Mechanical Room M15 and the associated elevators and escalators, including the cascading glass escalator enclosure at the Parking Garage. B2.2 Project History: This portion of the South Terminal has not received a systematic upgrade since its original construction. Other than as a circulation node and waiting area, the last significant use of the GTL ended in 2008 when the rental car concessions were moved into the newly constructed Anchorage Rent-A-Car (RAC) Center facility. Temporary office and storage space was constructed in the space vacated by the car rental concessions to act as swing space during the ANC Seismic and Security Upgrades & Retrofit project though 2010 Currently, there are no active leases in the GTL. In 2007, efforts were undertaken to document some of the facility deficiencies at the GTL and to identify recommendations for improvements. A report was completed by USKH in April 2007. (See Exhibit A)

Page 5: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

psa-b (March 2014) Appendix B, Statement of Services Page 3 of 3

ARTICLE B3 DETAILED SERVICES

B3.1 General Services: The Architect shall update the information contained in the 2007 report and develop a vision for the functional uses and aesthetic features of the facility to better integrate the GTL into the world-class South Terminal facility. The Architect shall also review existing building systems and features in GTL and adjacent areas, and identify and program repairs and improvements for optimal utilization. B3.1.1 The Architect shall review any program and condition documents furnished by the Contracting Agency to ascertain the requirements of the project and shall confirm such requirements to the Contracting Agency. B3.1.2 The Architect shall develop initial design concepts and options for the project in close coordination with the Contracting Agency. Unusual structural, mechanical, electrical or other features that may impact costs or use shall be identified and the systems selected shall be developed in sufficient detail to permit coordination among design elements. Preliminary construction materials shall also be identified. B3.1.3 The Architect’s project manager and other personnel, as may be required, shall visit the project site(s) during the performance of these services. Site visits will be for the purpose of gathering information on existing conditions that may be needed for project development. B3.1.4 The Architect shall endeavor to obtain all preliminary reviews or approvals as required by government or private entities which have regulatory power over a proposed project (local, regional, state and/or federal agencies having jurisdiction regarding applicable laws, statutes, regulations and codes or privately owned utility companies or other entities which may impose conditions for a project) and from such agencies as may be specifically designed by the Contracting Agency. B3.1.5 Attend meetings and make presentations of materials prepared under this agreement to groups (including public hearings) and individuals as may be proposed by the Architect or by the Contracting Agency to facilitate review and obtain feedback. Prior approval of the method of presentation shall be obtained by the Architect from the Contracting Agency’s project manager. B3.1.5 The Architect shall prepare a detailed cost estimate appropriate to the level of design and documentation. B3.1.6 The Contracting Agency is moving toward a building information model (BIM) environment for

facilities management, for capital improvement project planning, and for design and construction of vertical projects. The Architect’s services under this project shall assist the Contracting Agency in this effort to the maximum extent possible. B3.2 Anticipated Tasks for this project are identified below. Specific tasks and deliverables are subject to proposals received and negotiations of a final professional services agreement. B3.2.1 Facility Condition Assessment as needed to identify: a. Maintenance/Repair Needs b. Capital Renewal Needs B3.2.2 Functional Use Analysis/Assessment as needed to identify:

a. Current Functional Use b. Functional Use Feasibility Analysis (Visioning) c. Aesthetics and Terminal Integration

B3.2.3 Options Analysis as needed to document possible project options and to provide for their evaluation with respect to function, feasibility, and cost. B3.2.4 Recommendations and Conceptual Design to include: a. Narrative b. Drawings/Illustrations c. Cost Estimates B3.3 Estimated Schedule. The anticipated schedule for this project is identified below. Specific schedule items and deliverables are subject to proposals received and to negotiations of a final professional services agreement. If the notice to proceed is delayed, the schedule will be adjusted accordingly. July 25, 2014 Notice to Proceed October 24, 2014 Draft Concept Design Report November 21, 2014 Final Concept Design Report B3.4 Exhibits

1. Exhibit A - Quick Turn Around Design Recommendations Study For: Curbside Arrival, Ground Transportation Lobby & B Concourse Tunnel, dated 4/30/2007, completed by USKH.

Page 6: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Quick Turn Around Design Recommendations Study ForCurbside Arrival,Ground Transportation Lobby &B Concourse Tunnel

April 30, 2007

Prepared for:Ted Stevens Anchorage International Airport &State of Alaska Department of Transportation and Public Facilities

2515 A StreetAnchorage, Alaska 99503(907) 276-4245(907) 258-4653

Page 7: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival, GTL & B Concourse Tunnel Design Recommendations Study TOC

TABLE OF CONTENTS Introduction ......................................................................................................................................2 Executive Summary .........................................................................................................................2 Architectural Considerations............................................................................................................4 Commercial Curbside Arrival at Elevator 7 ....................................................................... 4 International Building Code 2003....................................................................................... 5 Ground Transportation Lobby ............................................................................................ 5

B Concourse Tunnel ........................................................................................................... 6 Mechanical Considerations ..............................................................................................................7

Appendix A – Architectural Upgrades Cost Spreadsheet Appendix B – Architectural Drawings Appendix C – Mechanical Upgrade Cost Spreadsheet Appendix D – AMC Engineer Drawings

Ted Stevens International Airport i DOT & PF

Page 8: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

INTRODUCTION

USKH, Inc. (USKH) and AMC Engineers were commissioned to investigate the Architectural Systems related to Mechanical Room M15, Commercial Curbside Arrival, Ground Transportation Lobby (GTL) and B Concourse Tunnel at the Ted Stevens Anchorage International Airport as requested in an email from DOT & PF dated March 6, 2007. That email requested the following:

Prepare a Scoping Study and Design Recommendations for the renovation of the Commercial Curbside Arrival, GTL and B Concourse Tunnel area as required to provide:

a. Indoor Air Quality within the GTL meeting or exceeding current Code requirements.

b. Improved heating performance and efficiency within the GTL in conjunction with improving the building envelope (reconfiguration of auto-door entries)

c. Renovation of ceiling systems, soffits, lighting, floor finishes and exterior painting to compliment recent and new construction. Eliminate water from leaking at glazing in Commercial Curbside Arrival lobby.

The following is a brief summary of the study, and a list of specific recommendations. Rough Order of Magnitude Costs for implementing the recommendations are summarized separately and are attached in the Appendices A & C.

EXECUTIVE SUMMARY

It was found that cold air from outdoors floods the Ground Transportation Lobby (GTL) whenever the sliding doors that intervene between the GTL and the garage or between the GTL and the Transportation Lobby curbside are open simultaneously. It was also determined that the ventilation system does not adequately remove cold air from the area once it has entered the building. Recommendations to reduce the impacts of cold air and to address other issues in the scope are as follows:

1. Provide additional automatic sliding doors at Elevator 7, B Concourse tunnel, the corridor to C Concourse and the entrance to the parking garage to reduce total air volume entering the Ground Transportation Lobby.

2. Clean, prep and paint Commercial Curbside Arrival steel structure and canopy and replace weather stripping around glazing in this structure.

3. Install a new ceiling system, lighting and flooring in the B Concourse Tunnel that reinforces the direction of travel and compliments the existing wall tiles.

4. Install a new ceiling system, lighting and flooring in the Ground Transportation Lobby that matches the finishes in the B Concourse Tunnel.

Ted Stevens International Airport 2 DOT & PF

Page 9: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

5. Add ceiling fans to destratify air in the Garage Escalator Lobby and the Curbside Ground Transportation Lobby as shown on sketches 1 and 2, for a total of 8 fans.

6. Revise return air path for air handling systems to enhance removal of cold air from floor level. Revisions will include:

a. Rerouting under floor return air duct for AHU-1 as shown on Sketch 3 to existing return air chase adjacent to elevator. Replace lower 6 feet of chase with a return air louver to draw return air from floor level as shown on Sketch 1. This will required trenching of the floor and repair of the flooring.

b. Relocate existing return air opening into Fan Room M15 with new 72x48 heavy duty bar grille return air opening located at floor level as shown on Sketch 2. Provide new 12,000 CFM propeller fan and duct silencer, grille, and ductwork. Refer to Sketch 4.

c. Extend a new 22x20 return duct to the far end of the GTL lobby from the fan room as shown on Sketch 3, and install a 24x36 heavy duty bar grille inlet at the floor. Connect this duct to the exiting return air silencer serving as the current area return path. Replace existing 12,000 CFM fan with new 4000 CFM fan. Refer to sketch 4.

7. Extend a new supply air ducts from AHU-2 to the areas shown on sketch 2. Install new reheat coils, piping, controls and thermostat.

8. Revise casing and filter racks for AHU-2 and AHU-3 to increase the area for filters for pre-filters and final filters from a current area of 8 SF to approximately 12 SF. This will help maintain design airflow at the air handlers longer into the filter life cycle, and will reduced overall cost for filters. Refer to Sketch 5.

9. Replace fan motors with new VFD rated motors, and VFD controller:

a. AHU-1: 20 HP, 460V, 3Ph b. AHU-2, 3: 5 HP, 460V, 3Ph

10. Enhance existing controls with new LON DDC control, and integrate into the existing building automation system including LAN connections and update of graphical interfaces. Conversion to include replacement of existing pneumatic valve and damper actuators and addition of airflow monitoring and control equipment. Estimated new control elements:

a. Hardware

i Damper Actuators: 6 ii Valve Actuators: 6 iii Air Flow Stations: 5 iv VFD controllers 5 v Zone Coil control: 3

Ted Stevens International Airport 3 DOT & PF

Page 10: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

vi Thermostats: 5

b. Estimated new control points: 15

11. Revise heating piping to connect to the Glycol Heating System in M22 rather than the hot water heating system as currently connected. Relocate existing booster pump with the connect relocate.

12. Upsize heating piping from the M22 mechanical room to the point of tie-in to the heating piping serving M15 fan room that was installed in the C-Concourse replacement project. Demolish approximately 360 LF 2-1/2” heating piping and replace with approximately 400 LF of 3” piping.

13. Replace heating coil in AHU-1 (18,000 CFM) with greater capacity. Replace 2-1/2” heating main piping serving AHU-1, 2, and 3 in fan room M15 (approximately 60 feet) with 3” piping.

ARCHITECTURAL CONSIDERATIONS

COMMERCIAL CURBSIDE ARRIVAL AT ELEVATOR 7

The commercial curbside arrival wing at Ted Stevens Anchorage International Airport is currently a series of automatic sliding doors along a walkway that looks down into the South Terminals’ Ground Transportation Lobby. At the north end of this promenade at Elevator 7 is a set of automatic sliding doors that when are in the open position allow gulfs of cold air to cascade down the adjacent stairs to the Ground Transportation Lobby which freeze the car rental personnel working in this area. The gusts of frigid air travel down the corridor to the C Concourse escalators as well. The red painted steel famed structure and canopy at the curbside lobby has faded and shows signs of rust. The weather stripping around these windows is cracking and water is leaking inside the lobby space.

This narrative looks at repainting the red tube steel, replacing the weather stripping at these windows and creating an arctic entry by relocating the set of automatic sliding doors SG212 closest to Elevator 7 to the end bay of the curbside arrival promenade. This would involve enclosing the last bay with exterior walls up to the underside of the existing roof canopy. The existing double doors SG211 would be relocated to this last bay as well as the automatic sliding doors SG212. A single new glass door with an adjacent relite would be installed at the gridline between the stairs and Elevator 7 to create an “Elevator Vestibule” which would trap the cold air. A single door in this position allows ample clearance in front of Elevator 7. It is recommended this new door be Power

Exterior of Commercial Curbside

Ted Stevens International Airport 4 DOT & PF

Page 11: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

Assisted for accessibility. A window wall could then be installed in the same location as the moved automatic sliding doors. See attached sketch.

The curbside lobby structure and canopy is in need of a fresh coat of paint. The faded red steel frame is turning pink and in some areas the exposed steel is beginning to rust. A paint color that matches the newer renovations and additions would nicely unify all the structures at the Airport. Consideration should also be given to painting the dark panels around the substation and the soffits for the canopy. The attached costs do not include these items.

INTERNATIONAL BUILDING CODE 2003 Originally designed under the 1997 UBC

Occupant Classifications: Airport - Mixed Occupancies: A-2, A-3, B, S-1 & M Nonseparated uses per Section 302.3.1

Building Construction: Type 1-A, w/ automatic sprinkler system per NFPA 13. Per Section 903.3.2 Quick response sprinkler heads in all light hazard occupancies.

No fire rated corridors per Section 1016.1, Table 1016.1. Per IFC Section 906, Exceptions #1, no fire extinguishers are required.

Per Section 707.14.1 Elevator Lobby: is not required since fire rated corridors are not required.

Recommend using Power Assisted Door for new single door at “Elevator Vestibule”

GROUND TRANSPORTATION LOBBY

The Ground Transportation Lobby at Ted Stevens Anchorage International Airport in the south terminal is lined on the east and west sides by a series of car rental booths just prior to the tunnel for B Concourse baggage claim area. In the near future these car rental agencies will be relocated to the adjacent railroad terminal and TSA offices will be built in their place. In the corridor to C Concourse there are two Cookson overhead fire doors and at the entrance to the tunnel of B Concourse there is one Cookson overhead fire door each of these doors has an adjacent man door.

This narrative investigates the possibility of removing these overhead fire doors to install automatic sliding doors in their place. It also looks at replacing the ceiling system, floor tiles and lighting. Later in this report mechanical upgrades are addressed for this area and

Ted Stevens International Airport 5 DOT & PF

Page 12: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

the B Concourse Tunnel. This report does not address the TSA office build out or new finishes on any walls.

The advantage of increasing the number of automatic sliding doors would be to create a series of airlocks that would reduce the amount of cold air penetrating into the building. These existing service fire doors may not be tied into the buildings fire alarm system. See attached sketch. In order for USKH to determine if these overhead fire doors can be removed an extensive code study for all of C and B Concourse will be required to look at exiting and paths of travel. This extensive code study exceeds the financial limits for this task order. USKH has no recommendations at this time regarding the removal of these overhead fire doors.

The ceiling system in the Ground Transportation Lobby is perforated metal panels that match the ceiling in B Concourse tunnel. These perforated metal panels appear to be dented in some areas and should be replaced and match the new ceiling system in the B Concourse tunnel. New lighting would also be advisable in this area. This would lighten up the heavy feeling the ceiling currently has and unify it with the B Concourse tunnel and the corridor to C Concourse. The pattern and color of the existing vinyl composition floor tile in this area is worn and dated. It is recommended that a new color and pattern of tile be selected that would reinforced the direction of travel to B Concourse and compliment the brilliant blue and red tiles on the tunnel walls.

B CONCOURSE TUNNEL

The B Concourse tunnel is just beyond the car rental agency booths in the South Terminal. This tunnel allows indoor access to passengers who have parked in the parking garage to B Concourse’s baggage claim and ticketing counters. With the TSA offices replacing these car rental agencies the visible entrance to this tunnel will be less obvious. This tunnel’s interior finishes and lighting is dated and half of the blue and red neon lights that denote the entrance to the B Concourse tunnel are burned out.

Updating the ceiling system and the vinyl composition tiles would be more economical than updating the tile wall surfaces. If the colorful wall tile remains than the neon lights with new bulbs should remain as well. The shallow arched ceiling in the tunnel is a combination of painted gypsum wallboard and perforated metal panels. These perforated metal panels appear to be dented in some areas. Perhaps, these metal panel sections can be updated with Armstrong’s Infusions Accent Canopies or Serpentina ceiling system. This would lighten up the heavy feeling the ceiling currently has in this area. Both of these ceiling systems can maintain the shallow arch. Updated soffit lighting and accent lighting that washes the shallow arched ceiling would improve the atmosphere as one travels down this corridor.

The beige vinyl composition tile in the tunnel is beginning to show wear. A new vinyl composition tile pattern and colors that reinforce the direction of travel and compliment the brilliant blue and red tiles on the walls would be a cost effective improvement. Azrock vinyl enhanced tiles is offered in a brilliant color palette and could be a possible flooring product for this area. Once the new TSA offices are built, the visual lines to this

Ted Stevens International Airport 6 DOT & PF

Page 13: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

tunnel will be greatly reduced. It is recommended that obvious directional signage to the B Concourse tunnel be installed in the Ground Transportation Lobby. USKH has provided a few material cut sheets of the above-mentioned products for reference in Appendix B.

MECHANICAL CONSIDERATIONS

The ventilations systems in M15 were installed approximately 20 years ago. There are no specific problems reported with the air handling units other than the do not appear to provide adequate heating for the ground transportation area. Review of the design air and heating capacities of the air handlers show that they appear to be adequately sized, although the discharge air temperature of Air Handlers 2 and 3 appear to be too high to prevent stratification problems.

Summary of Air Handlers: Air Handler

Serves Area Served (SF)

HP CFM SP (in. w.g.)

CFM/ SF

Disch. Air Temp

Filter Velocity

GPM

AHU-1 Garage Escalators

3056 15 18,000 2.5 5.89 90 500 24

AHU-2 GTL - Lower

9600 5 6600 2.5 0.6875 105 825 14

AHU-3 GTL - Upper

3000 5 6400 2.1 120 825 18

The design airflow appears adequate, but the scheduled static pressure for the fans appears to be too low for the application. It is suspected that the actual delivered airflow is less than design, particularly if the filters are even moderately dirty. Heating discharge air temperatures above 90 degrees tend to cause stratification in most applications. The Filter velocities appear very high in AHU-2 and AHU-3, and may require frequent changing in order to keep airflows near design conditions. The HVAC controls in the area utilize aging pneumatic actuators, which should be replaced. In addition, installation of VFD control on the motors will provide means to reduce power requirements when heating and cooling loads are low.

The distribution system of the ventilation air is arranged such that return air back to the air handling systems is collected at 8 or 10 feet above the level 0 floor. The net effect is that any cold air entering the lobby cannot be easily removed. This applies to all the air handlers. Relocation of return openings so that cold air pooled on the floor can be captured and returned to the air handlers should be considered.

Analysis of the amount of outside air that may be drawn into the garage elevator lobby indicates that flows can be significant, and enough to tax the heating capacity of the air

Ted Stevens International Airport 7 DOT & PF

Page 14: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Curbside Arrival Design Recommendations Study

handling system. However, with increased control over building openings with additional sliding doors, it is believed that nominal flow into the building should be less than the airflow capacity of Air Handler 1, which serves the escalator lobby. If the return air system is modified to take return air directly at ground level, the bulk of cold air should be removed quickly. It is recommended that the coils in the air handler be replaced with coils of higher capacity, and converted to glycol heating medium so the air handler can safely handle potential low air temperatures without danger of freezing the coils.

Implementation of these measures will have some operations and maintenance benefits. The following benefits may be achievable:

1. Improved heating performance in the winter will reduce maintenance calls significantly.

2. Installation of variable frequency drives will enable the systems to be turned down when peak airflows are not required for heating or cooling. The system should be able to be turned down over much of the year. An average reduction in airflow to an average of 80% of current airflow would save almost half the current power consumption. The current systems use up to 25 HP constantly. At $.15/KWH, a reduction in fan speed could produce savings on the order of $10,000/year.

3. Installation of greater filtration area can reduce filter replacement costs significantly. Filter manufacturers typically recommend final pressure drops through filters of 1” w.c. Filters are typically sized for airflow rates of 250 to 500 feet per minute through the face of the filter. With the rates of 825 fpm indicated for AHU-2 and AHU-3, the initial filter resistance will be high, and the overall dust carrying capacity will be very low. Larger filter banks should allow the quantity of filters used and the frequency of changed them to be reduced significantly.

Ted Stevens International Airport 8 DOT & PF

Page 15: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

APPENDIX A

Architectural Upgrades Cost Spreadsheet

For G.T.L. Curbside

Page 16: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Architectural Upgrades Cost Spreadsheet

A New Auto Door Qty (1) $20,000.00 20,000.00$ A1 New Curtain Wall Transom Qty (1) 156sf x $105.00 16,380.00$ B New Exit Door Qty (2) $7,500.00 15,000.00$

B1 New Exit Door Transom Qty (2) 72sf x $105.00 15,120.00$ C New Curtainwall Bay Qty (1) 260sf x $105.00 27,300.00$ D Paint curbside tubesteel 6,225lf x $6.00 37,350.00$ E Replace weather stripping @ glazing $120,000.00 120,000.00$

251,150.00$

A New Ceiling 7600sf x $15.00 114,000.00$ B New Flooring 7600sf x $12.00 91,200.00$ C Electric (Lighting) 7600sf x $40.00 304,000.00$ D HVAC 7600sf x $20.00 152,000.00$ E Fire Alarm 7600sf x $15.00 114,000.00$

775,200.00$

A New Ceiling 1760sf x $15.00 26,400.00$ B New Flooring 1760sf x $12.00 21,120.00$ C Electric (Lighting) 1760sf x $40.00 70,400.00$ D HVAC 1760sf x $20.00 35,200.00$ E Fire Alarm 1760sf x $15.00 26,400.00$ A New Auto Door Qty (1) $20,000.00 20,000.00$

199,520.00$

A New Auto Door Qty (1) 20,000.00$ 20,000.00$

A New Auto Door Qty (2) 20,000.00$ 40,000.00$

Grand Total: 1,285,870.00$

Note:• Metal ceiling price includes existing ceiling demolition & removal. $20,000 ea

• Flooring price does not include existing floor demolition & removal.

• Painting is $1.60 per square foot of wall.

• Typical curtainwall bay is 13' W x 20' H.

• Typical auto door 13' W x 8' H, Exit door 6' W x 8' H.

new devices, horn, strobe, cabling, and reconnection.

Ground Transportation Lobby (GTL) (7600sf)

Curbside

B Concourse Tunnel (1760sf)

Garage Vestibule (685sf)

• HVAC modules includes removal of existing equipment and replacement with new ducts, grilles, and controllers within aff

C Concourse Vestibule (583sf)

• Above costs do not include contractor's overhead and profit.

• Fire alarm includes removal of existing equpment and replacment with

• Lighting includes removal of existing fixtures and replacement of fixtures, conduit and cabling within affected area.

I/844118/Report/GTL

Page 17: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Architectural Upgrades Cost Spreadsheet

• Reference Appendix C for Mechanical Upgrade Costs.

I/844118/Report/GTL

Page 18: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

APPENDIX B

Architectural Drawings

Page 19: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 20: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 21: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 22: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 23: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 24: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

APPENDIX C

Mechanical Upgrade Cost Spreadsheet

Page 25: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Mechanical Upgrade Cost Spreadsheet

Central Heating Supply upgrades

A Heating Pipng to GTL - Demolition 360 LF @ $20/LF 7,200.00$ B Heating Pipng to GTL - Replacement 400 LF @ $70/LF 28,000.00$ C Relocate booster pump/controls $10,000 10,000.00$

HVAC Control UpgradesD Control points 15 ea @ $1200/ea 18,000.00$ E Airflow Stations 4 ea @$5000/ea 20,000.00$

Grand Total: 83,200.00$

Page 26: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

APPENDIX D

AMC Engineers Drawings

Page 27: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 28: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 29: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 30: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor
Page 31: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Quick Turn Around Design Recommendations Study ForCurbside Arrival,

Ground Transportation Lobby &B Concourse Tunnel

Page 32: for Construction Related Professional Services - RFP ...The Contractor shall provide services as identified and authorized by sequentially numbered Notices-to-Proceed. The Contractor

Alaska Department of Transportation & Public Facilities

spdocs-b (March 2014) DOT&PF Small Procurement Documents PART B - Proposal Form for Construction Related Professional Services Page 1 of 1

SMALL PROCUREMENT DOCUMENTS PART B - PROPOSAL FORM

THIS COMPLETED FORM MUST BE THE FIRST PAGE. NO OTHER COVER SHALL BE USED.

Project Title: ANC Ground Transportation Lobby (GTL) Upgrades Study

RFP No.: 02552002

PROPOSAL REQUIREMENTS

Proposals shall demonstrate comprehension of the objectives and services for the proposed contract; include a brief overview of what will be done; and show a sequence and schedule for each important task. Assumptions made in formulation of the proposal and the support expected from the Contracting Agency shall be defined. The key individuals who will perform services shall be named (including all who would be “in responsible charge” (Ref: AS 08.48) for Architecture, Engineering and/or

Land Surveying with their Alaska registration number). Include a brief -- about one paragraph -- statement for each person named which describes experience directly related to the

service(s) they will perform. Proposed subcontracts, if any, shall be explained. Resources -- support personnel, facilities, equipment, etc. -- current and projected workload could be summarized. Any unique qualifications or knowledge of the

project, project area, or services to be provided, should be identified.

ALASKA STATUTORY PREFERENCES are are not applicable to this contract.

If applicable, check those preferences that you (Offeror) claim.

Alaska Bidder (Offeror) AND>> Veterans AND >> Employment Program OR Disabled Persons

2 AAC 12.260(d) AS 36.30.175 if applicable AS 36.30.170(c) AS 36.30.170 (e & f)

Invalid claim(s) will result in the Offeror’s disqualification for contract award.

PROPOSAL

The undersigned has reviewed Part A - RFP of these documents, understands the instructions, terms, conditions, and requirements contained therein and in the Standard Provisions Booklet, and proposes to provide the required services described in Part A in accordance with the attached letter which constitutes our proposal to complete the project. By my initials below, I certify that the Offeror and all Subcontractors identified in the Proposal shall comply with all requirements for the following items as explained in the Standard Provisions Booklet:

[ ] Alaska Licenses and Registrations. [ ] Insurance, including Workers’ Compensation,

Comprehensive or Commercial General Liability, and Comprehensive Automobile Liability.

[ ] Professional Liability Insurance as follows: As available. Minimum of $300,000. Minimum of $500,000.

[N/A ] Certification for Federal-Aid Contracts Exceeding $100,000 (DOT&PF Form 25A262 Appendix A, General Conditions)

For Small Procurements over $50,000, by signature on this form, the Offeror certifies that all services provided under this contract by the Contractor and all Subcontractors shall be performed in the United States. If the offeror cannot certify that all work is being performed in the United States, the Offeror must contact the Contracts Officer to request a waiver at least 24 hours prior to proposal deadline. The Offeror must provide with their submission a detailed description of the portion of work being performed outside the United States, where, by whom, and the reason the waiver is necessary. Failure to

comply with this requirement may cause the state to reject the proposal as non-responsive, or cancel the contract. I further certify that I am a duly authorized representative of the Offeror; that this Proposal accurately represents capabilities of the Offeror and Subcontractors identified for providing the services indicated. I understand that these Certifications are material representations of fact upon which reliance will be placed if this contract is awarded and that failure to comply with these Certifications is a fraudulent act. The Contracting Agency is hereby authorized to request any entity identified in this proposal to furnish information deemed necessary to verify the reputation and capabilities of the Offeror and Subcontractors. This proposal is valid for at least ninety days.

Signature and Date

Name ................................... : Title ..................................... : Offeror (Firm) ...................... : Street or PO Box ................. : City, State, Zip ..................... : Telephone - Voice ............... : Telephone - Fax .................. : Federal Tax Identification No. ................ : Type of Firm (Check one of the following):

Individual Partnership Corporation in state of ........... : Other (specify) ...................... :

END OF PART B