PUBLIC NOTICE MEDINA COUNTY HIGHWAY ENGINEER SHAW ROAD BRIDGE REPLACEMENT - DESIGN REQUEST FOR STATEMENT OF QUALIFICATIONS (RFQ)

Size: px
Start display at page:

Download "PUBLIC NOTICE MEDINA COUNTY HIGHWAY ENGINEER SHAW ROAD BRIDGE REPLACEMENT - DESIGN REQUEST FOR STATEMENT OF QUALIFICATIONS (RFQ)"

Transcription

1 PUBLIC NOTICE MEDINA COUNTY HIGHWAY ENGINEER SHAW ROAD BRIDGE REPLACEMENT - DESIGN REQUEST FOR STATEMENT OF QUALIFICATIONS (RFQ) The Medina County Highway Engineer is soliciting statement of qualifications for design services for the preparation of bid and construction documents for the Shaw Road Bridge Project (C.H. 99, Bridge No. 5). This project will be part of the Federal/State Exchange Program that will be administered by the County as an ODOT local-let LPA project. Only Engineers on ODOT's current pre-qualified list for the following Engineering Services will be considered; Roadway, Non-complex Design Right-of-Way Plan Development, Limited Bridge Design, Level 1 Bridge Design, Level 2 Estimated Construction Cost: $895,000 Scope of Services: The project shall be designed in accordance with current ODOT Location and Design Manual. The design and plans for the bridge will be prepared in accordance with the current edition of the ODOT Bridge Design Manual. The proposed structure will be 32 feet wide (two 11 foot lanes and a 5 foot guardrail offset). A prestressed concrete box beam structure with a composite concrete deck will be developed. Abutments shall be reinforced concrete capped piles. The existing structure is a single span box beam bridge, 24 feet wide and 73 feet long. The existing structure is supported on abutments. The proposed bridge will be on a tangent alignment at the existing location. The vertical alignment will be the same as the existing. The new roadway pavement will be 22 feet wide with 6 feet graded shoulders. The new roadway should be tapered to meet the existing pavement and roadway width at a 25 to 1 rate. The project is expected to include about 500 feet of work including the bridge. Additional information on project scope, submittal requirements and scoring criteria for the Statement of Qualifications can be found on the County Engineers website at Selection Procedures: The County Engineer will rank consultants based on the Statement of Qualifications. The County Engineer may select a consultant based on the Statement of Qualifications, or select two to three firms to interview. The firm with the best qualifications will be invited to negotiate a contract.

2 All questions are to be submitted via to Firms interested in being considered for selection should respond by submitting 3 copies of the Statement of Qualifications to the following address by 4:30 PM on August 10, Medina County Highway Engineer 791 W. Smith Road Medina, OH Responses received after 4:30 PM on the response due date will not be considered.

3 Requirements for Statement of Qualifications, Programmatic Selection Process A. Instructions for Preparing and Submitting a Statement of Qualifications 1. Provide the information requested in the Statement of Qualifications Content (Item B below), in the same order listed, in a letter signed by an officer of the firm. Do not send additional forms, resumes, brochures, or other material. 2. Statement of Qualifications shall be limited to twenty (20) 8½" x 11" single sided pages. 3. Please adhere to the following requirements in preparing and binding Statement of Qualifications: a. Please use a minimum font size of 12-point and maintain margins of 1" on all four sides. b. Page numbers must be centered at the bottom of each page. c. Use 8½" x 11" paper only. d. Bind Statement of Qualifications by stapling at the upper left hand corner only. Do not utilize any other binding system. e. Do not provide tabbed inserts or other features that may interfere with machine copying. B. Statement of Qualifications Content 1. List all subconsultants, and the type of work to be performed by each subconsultant. 2. List the Project Manager and other key staff members, including key subconsultant staff. Include staff members that will be responsible for the work, and the project responsibility of each. Address the experience of the key staff members on similar projects, and the staff qualifications relative to the selection subfactors noted. 3. Describe the capacity of your staff and their ability to perform the work in a timely manner, relative to present workload, and the availability of the assigned staff. 4. Provide a description of your Project Approach, not to exceed two pages. Address your firm s: 1) Technical approach; 2) Understanding of the project; 3) Your firm's qualifications for the project; 4) Knowledge and experience concerning relevant ODOT and local standards, procedures and guidance documents; 5) Innovative ideas; 6) Your firm's project specific plan for ensuring increased quality, reduced project delivery time and reduced project costs. Items 1 thru 3 must be included within the 20-page body of the RFQ. Remaining space within the twenty (20) pages may be utilized to provide personnel resumes or additional information concerning general qualifications.

4 SCOPE OF SERVICES FORM Revised 06/12/2017 A. Project Identification County MED Route CR99 Section 0.80 Local Route Name: Shaw Road Bridge No.5 Project sponsor / Maintenance responsibility: Medina County Engineer Local Let Yes ODOT Let Scope field review: 12/5/14 Scope meeting: 12/5/14 Highway Functional Classification Rural Local PID Fiscal Year 2020 Proposed Sale Date 01/29/2020 Supplemental Information 2014 ADT 393 ( hour count) 2040 Design ADT DHV 50 ( hour count) Certified Traffic T24 0.5% Design Speed 55 mph Legal Speed 55 mph B. Design Standard ODOT Per L&D Manual if current ADT<400 use current ADT If not ODOT, Local must submit to ODOT for review and approval. Include an attachment to scope of services C. Project Description Purpose and Need: Replace deteriorated existing box beam bridge. The existing structure was built in Project Description: Replace deteriorated existing box beam bridge with a new box beam structure. Extend existing RCP 30 culvert located 250' east of bridge. Total project work length will be 500'. Prior studies / plan (identify): None Estimated Project Length: (begin pavement to end pavement deduct suspend length) Work Length: (including project length & approach work) 500 feet Alignment: Existing Relocated 500 feet Page 1 of 10

5 Remarks: Profile: Existing New Logical Termini: (w/explanation) SIDE ROADS: Yes No General Description of Work: Alignment of Cross Road: New Combination Existing Remarks: Profile of Cross Road: New Combination Salvage Remarks: Roadway Studies Required: Yes No Remarks: Bikeways: Yes No Aesthetics: Yes No D. Typical Sections Existing: Width: Pavement 19 feet Graded Shoulder 3' Treated Shoulder Turf R/W 60 feet Bridge: face to face of rails 24 feet or toe to toe of parapets Curbs Yes No Curb ramps Yes No Sidewalks Yes No Comment Guardrail Yes No Type 4 Page 2 of 10

6 Signals: Yes No Warrants: Number of Intersections: Names of Intersections: Turn Lanes: Yes No Warrants: Number of Intersections: Names of Intersections: Proposed: Width: Pavement 22 feet Graded Shoulder 4' Treated Shoulder 4' Bridge: face to face of rails 32 feet or toe to toe of parapets Median: Yes No Type Curbs: Yes No Type Curb Ramps: Yes No Comment Sidewalks: Yes No Comment Guardrail: Yes No Type MGS Signals: Yes No Warrants: Number of Intersections: Names of Intersections: Turn Lanes: Yes No Warrants: Number of Intersections: Names of Intersections: Page 3 of 10

7 E. Right-of-Way Right-of-Way Plan: Yes No Approximate Number of Parcels: Known relocations: Yes No Encroachments: Yes No Railroad Involvement: Yes No Railroad Name: Encroachments: Medina County to address (if any) 3 (To be acquired by MCE prior to R/W certification) Airway Highway Clearance: Yes No Remarks Airport Name Note: Provide a footprint of proposed and existing right of way limits as soon as available to District Env. Coordinator and District Real Estate Administrator. Caution: Environmental needs to be clear prior to the beginning of right of way acquisition. A Local, utilizing their own monies, assumes many risks by proceeding with acquisition prior to environmental being cleared. These risks include purchasing r/w that may never be used for the project and purchasing a site that contains the need for a hazardous waste cleanup. F. Utilities Aerial: Phone Yes No Name of Company Frontier Cablevision Yes No Name of Company Time Warner Power Yes No Name of Company Lorain-Medina REA Buried: Phone Yes No Name of Company Cablevision Yes No Name of Company Power Yes No Name of Company Gas Yes No Name of Company Columbia Pipelines: Yes No Name of Company Water Yes No Private Public Sanitary Sewer Yes No Private Public Storm Sewer Yes No Private Public Other Comments Page 4 of 10

8 The Consultant is to locate and identify all existing and foreseeable future utilities (public or private; on or over the project limits) in accordance with Section of the Ohio Revised Code. To locate existing utilities, the Consultant shall contact the following One-Call centers and provide the District 3 Utilities Coordinator with the appropriate reference numbers: Oho Utilities Protection Service: Oil and Gas Producers Underground Protection Services: A listing of all utility companies within the project limits shall be included in the Stage 2 submittal. This listing must include all underground, aerial, private and public (City or County owned) facilities. The Consultant shall contact the District 3 Utilities Coordinator for the correct addresses, telephone numbers and company contacts. Stage 2 plan submittals must include all underground utilities on the Plan/Profile and appropriate Cross Section Sheets. Preliminary cross sections must be included to show the effect of the proposed construction on all existing utilities. Aerial and underground utility relocations may require additional right of way beyond the existing right of way limits. These existing utilities, proposed utility relocations and approximate right of way needs must be reflected in the Conceptual Right of Way Plan. The Consultant will submit a complete full size copy of all Stage Submittals and Final plans to all affected utility companies at the time submittals are sent to District 3. The Consultant will submit a copy of plans and/or details in electronic form, as well as prints, to the utility companies located within the project limits, and will copy the Utility Coordinator on all correspondence with the utility companies. The Local Agency will write the project utility note and Exhibit B and submit to the Utility Coordinator for approval; they will also supply the Utility Coordinator with copies of approved utility company relocation plans. The Utility Note and Exhibit B are a part of the Right-of-Way Certification supplied by the Local Agency at the PS&E Submission. The Consultant will follow procedures for all utility relocation as per ODOT s Utilities Manual and the Ohio Revised Code. G. Structure Requirements Yes No Existing Structure information: Structure type: Box Beam Sufficiency Rating: 40.7 SD General Appraisal 3A Bridge No. 5 Structure File No Crossing East Branch Black River Bridge O/A length: Number of Spans 1 73 feet Eligible for the National Historical Register Yes No Page 5 of 10

9 Proposed Structure: New Structure: Yes No Rehabilitate Existing Bridge By: Project Length (Including Bridge): 500 feet Alignment: Existing Relocated Profile: Existing Relocated Feathered: Structure width: 32 feet face to face of rail Structure type: Box Beam Number of spans: One Beam Type: Concrete Box Steel Other Design Considerations / Explanation of Change in Line/Grade: Include the extention of culvert No. 6 located 250 feet east of Bridge No. 5 in the project at project cost. Approach pavement to be repaired/resurfaced at project cost. Roadway Width: Guardrail Type: 11 ft lanes and 5 ft paved shoulders on structure, taper to meet existing pavement. TST rail on structure, MGS on roadway Fence: Yes No Height/Configuration: Sidewalks: Yes No Width: Subsurface Investigation: Yes No Soil Profile: H. Design Exception(s) required Yes No Possible Explain: I. Traffic Control Signing: Yes No Remarks Striping: Yes No Remarks CMS 642 Paint Lighting: Yes No Remarks Signals: Yes No Remarks RPM s: Yes No Remarks Page 6 of 10

10 J. Maintenance of Traffic Detour Yes Part Width Remarks: (detailed) Bridge will be closed and traffic will be detoured. Maintenance of Pedestrian Traffic: Yes No Remarks Maintenance of Railroad Traffic: Yes No Remarks K. Driveways Yes No Type Asphalt L. Project Funding Method of Funding (Type of Funding) 95% State Funds and 5% Medina County Project Cost Estimate Construction: $895,500 CE: $89,500 Quantity splits needed in plans to differentiate funding participation: Yes No Coordination with Concurrent Projects Required: Yes No Cost Estimates: State Funds % Split Local Funds % Split Total PE RIGHT OF WAY UTILITIES CONSTRUCTION $850, % $44, % $895, CONST ENGINEERING $85, % $4, % $89, TOTAL $935, % $49, % $985, Page 7 of 10

11 M. Environmental (State Funds) CRS MED-CR PID# DATE 12/22/14 Not required Required Responsibility/Comments Tentative CE Level 1 Purpose and Need Statement Section 106 Request for Review MCE Cultural Resource - Phase 1 Cultural Resource - Phase II Section 4(f) Evaluation Ecological Memorandum of Agreement Ecological Survey Level 1 Section 9/Section 10 Stream 404 NWP/RGP Army Corps of Engineers 404 PCN Army Corps of Engineers 404 Individual Permit USACE 401 OEPA Cert Application MCE (Coordination with ODNR/USFWS, as appropriate, to be performed as part of the 404 NWP coordination by the USACE) Floodplain Permit MCE Coast Guard Coordination Scenic River Coordination Farmland Screening or FCIR Public Involvement Public Meeting/Hearing ESA Screening ESA Phase I/Phase II/Remediation Noise Analysis Asbestos Inspection MCE Consultant Any Other Known Environmental Concerns (ex. historic properties on National Register, wetlands, underground storage tanks, stream relocation): No Page 8 of 10

12 N. Roles / Responsibilities Construction plan development: Specification Development Bidding and Contracting LPA Agreement: Form and preliminary legislation: Advertising and award of contract: Construction inspection: R/W plan development: R/W acquisition / appraisals: Utility relocation: Medina County Engineer Consultant Medina County Engineer Consultant Medina County Engineer ODOT ODOT Medina County Engineer Medina County Engineer Medina County Engineer Consultant Medina County Engineer By Utility Companies, if needed O. Field Review Date: 12/5/14 REPRESENTATIVES PRESENT: Name Company Phone Chris Brown ODOT chris.brown@dot.state.oh.us David Szabo MED CO ENG dszabo@medinaco.org Andy Conrad MED CO ENG aconrad@medinaco.org Other Design Considerations / Comments from the field review: Page 9 of 10

13 P. COMMITMENT DATES ODOT-let Local-let Reservoir ACTIVITY DATE LPA Scope of Services Document Complete 12/31/14 Authorized Design Consultant Stage 2 Submitted 06/01/18 Stage 2 Complete Final R/W Plans Submitted 09/01/18 Final R/W Plans Approved Environmental Document Approved Local certifies R/W and Environmental clearance to Dist. 10/23/19 Local submits PS&E package to District * District certifies R/W and Utility Clearance Final Plans Competed for Bidding 12/01/18 Specification completed and submitted to MCE 02/01/19 District Environmental Clearance Form Plan Package to C. O. Sale Date 01/29/20 Award Date 03/11/20 Local submits bid results to District Begin Construction 04/22/20 Complete Construction 10/07/20 Page 10 of 10

14 Consultant Selection Rating Form Project: Shaw Road CH 99 for PID:98717 Programmatic Selections Project Type: Bridge Rep. District: 3 Selection Committee Members: Firm Name: Category Total Value Scoring Criteria Score Management & Team Project Manager 10 See Note 1, Exhibit 1 Strength/Experience of Assigned Staff including Subconsultants Firm's Current Workload/ Availability of Personnel 25 See Note 2, Exhibit 1 10 See Note 4, Exhibit 1 Consultant's Past Performance 30 See Note 3, Exhibit 1 Project Approach 25 Total 100

15 Exhibit 1 - Consultant Selection Rating Form Notes 1. The proposed project manager for each consultant shall be ranked, with the highest ranked project manager receiving the greatest number of points, and lower ranked project managers receiving commensurately lower scores. The rankings and scores should be based on each project manager s experience on similar projects and past performance for the LPA and other agencies. The selection committee may contact ODOT and outside agencies if necessary. Any subfactors identified should be weighed heavily in the differential scoring. Differential scoring should consider the relative importance of the project manager s role in the success of a given project. The project manager s role in a simple project may be less important than for a complex project, and differential scoring should reflect this, with higher differentials assigned to projects that require a larger role for the project manager. 2. The experience and strength of the assigned staff, including subconsultant staff, should be ranked and scored as noted for Number 1 above, with higher differential scores assigned on more difficult projects. Any subfactors identified in the project notification should be weighed heavily in the differential scoring. As above, other agencies may be contacted. 3. The consultants' past performance on similar projects shall be ranked and scored on a relative, differential scoring type basis, with the highest ranked consultant receiving a commensurately greater number of points. The selection team should consider ODOT CES performance ratings if available, and consult other agencies as appropriate. The differential scoring should consider the complexity of the project and any subfactors identified in the project notification. 4. The consultant's workload and availability of qualified personnel, equipment and facilities shall be ranked and scored on a relative, differential scoring type basis. The selection team shall consider an equitable distribution of work to similarly qualified firms.