SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

Similar documents
PIEDMONT TRIAD AIRPORT AUTHORITY

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT

Request for Qualifications Statements

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

REQUEST FOR QUALIFICATIONS/EXPERIENCE STATEMENTS

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS

MARYLAND STADIUM AUTHORITY

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR QUALIFICATIONS

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services


August 31, To Whom It May Concern:

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services

Subject: Statement of Qualifications for Public Safety Building Design

REQUEST FOR PROPOSALS

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

REQUEST FOR QUALIFICATIONS

MARYLAND STADIUM AUTHORITY

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

PROFESSIONAL CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

Kerrville-Kerr County Airport Board Request for Design/Build Qualifications for Aircraft Hangar

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR QUOTES FOR FINANCIAL SYSTEM SELECTION ISSUING OFFICE. Pennsylvania Turnpike Commission. Financial Reporting & Systems

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

THE NUCLEUS INNOVATION AND RESEARCH PARK PARKING GARAGE

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

LOWER MANHATTAN DEVELOPMENT CORPORATION

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

Ohio Public Employees Retirement System. Request for Proposal

A REQUEST FOR PROPOSALS (RFP) for. ATCOG Aerial Imagery Project February 19, 2017

REQUEST FOR PROPOSAL EXECUTIVE SEARCH FIRM

REQUEST FOR QUALIFICATIONS AND PROPOSALS

PENNSYLVANIA TURNPIKE COMMISSION

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

PENNSYLVANIA TURNPIKE COMMISSION

Request for Proposals: Tax Increment Financing District Application Services Response Date: December 11, 2009, 2:00 PM

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS FOR ON-CALL CIVIL ENGINEERING CONSULTING SERVICES MANCHESTER-BOSTON REGIONAL AIRPORT MANCHESTER, NH FY

REQUEST FOR QUALIFICATIONS. Consulting Engineering Services

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

UNIFIED FACILITIES GUIDE SPECIFICATIONS

REQUEST FOR QUALIFICATIONS ADDENDUM. Rail feasibility-level revenue and cost forecast, and legal regulatory draft

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

Amity School District 4J

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

Town of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements

TABLE OF CONTENTS FOR THE REQUEST FOR STATEMENTS OF QUALIFICATION FOR RIGHT OF WAY SURVEYING SERVICES INTERNATIONAL BRIDE TRADE CORRIDOR

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR QUALIFICATIONS. Rail feasibility-level alignment, revenue and cost forecast, and regulatory draft

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

PENNSYLVANIA TURNPIKE COMMISSION

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

For Golf Course Architectural Services

REQUEST FOR QUALIFICATIONS (RFQ-18084) CONSTRUCTION MANAGEMENT AT RISK (CMAR) SERVICES STATEMENT OF QUALIFICATIONS (SOQ)

LOWER MANHATTAN DEVELOPMENT CORPORATION

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

Request for Proposals for Enterprise Resource Planning System Replacement Consultants Mariposa County, CA

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

Ipswich Public Schools

Chapter 4 State Requirements for Educational Facilities Section 4.1

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax

Document B101 TM. Standard Form of Agreement Between Owner and Architect

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

TASK 1 Interchange Justification for US 52 in Lawrence County, Ohio

Owner s Representative SCOPE OF SERVICES

REQUEST FOR PROPOSAL FOR. CONSTRUCTION MANAGER and DESIGN TEAM FOR. Downtown Preservation Project URBAN RE DEVELOPMENT AUTHORITY OF PITTSBURGH

City of Somers Point 1 West New Jersey Avenue Somers Point, NJ Notice of Solicitation for Requests for Proposals Public Relations Services

STATEMENTS OF QUALIFICATIONS ARE DUE NO LATER THAN 5:00 P.M. FRIDAY, JUNE 23, 2017

DRAFT ITEM GP-100 ITEM GP-100 CONTRACTOR QUALITY CONTROL PROGRAM 1.1 GENERAL

REQUEST FOR PROPOSALS

Town of Shelburne, Vermont U.S. Route 7 and Falls Road Sidewalk Installation STP BP14(5) and STP SDWK(24)

Request for Qualifications Information (RFQI) No C146. Mechanical, Electrical, Plumbing and Fire Protection Engineering Design Services

REQUEST FOR PROPOSAL (RFP) AS NEEDED ENGINEERING DESIGN SERVICES FOR 2019, 2020 & 2021

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

150/ G Versus 150/ H Contractor Quality Control Program

INSTRUCTIONS TO BIDDERS

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT at RISK SERVICES FOR THE BECKER COUNTY JAIL DETROIT LAKES, MN

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

CITY OF BLACK DIAMOND REQUEST FOR PROPOSALS FOR CONTRACTED CITY LEGAL SERVICES

Transcription:

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional Airport Authority Harrisburg International Airport One Terminal Drive, Suite 300 Middletown, PA 17057 March 2016

Table of Contents Section Page Number I. Introduction 2 II. Scope of Services Summary 2 III. Federal AIP/BOA Participation in Project Funding 2 IV. Use of Sub consultants 2 V. Selection Process 2 VI. Selection Criteria 3 VII. Submittal Requirements 3 A. Format and Content.. 3 B. Equal Employment Opportunity and Disadvantaged Business Enterprise (DBE) Participation 4 C. Submittal Deadline 4 VIII. Miscellaneous. 5 IX. Full Scope of Services Statement.. 5-1 -

I. INTRODUCTION The Susquehanna Area Regional Airport Authority (SARAA), owner of Harrisburg International Airport (HIA) invites interested firms to submit Statements of Qualifications (SOQ) to provide construction management services for the Rehabilitation of Runway 13-31 at Harrisburg International Airport, a Commercial Service Airport certificated for operations under Part 139 of the Federal Aviation Regulations. II. SCOPE OF SERVICES SUMMARY The scope of work is generally described as providing oversight of construction activities including providing a full-time qualified Resident Project Representative(s), establishing a document control system, monitoring construction progress, implementing a quality assurance program, providing and coordinating acceptance testing, preparing progress reports, verifying quantities, reviewing pay applications, attending inspections and coordinating project close-out activities. See Section IX for the full scope of services. III. AIP/BOA PARTICIPATION IN PROJECT FUNDING SARAA anticipates that the selected consultant will perform the described services in support of the Runway 13-31 Rehabilitation Project, which will be funded with Federal Airport Improvement Program (AIP) and Pennsylvania Bureau of Aviation (BOA) grant participation. IV. USE OF SUBCONSULTANTS SARAA expects that consultants responding to this RFQ may assemble a team of sub-consultants that provide an adequate range of resources to undertake the variety of assignments described in the Scope of Services, or they may supply those services in-house. The resources and capabilities of each member of the sub-consultant team must be described in the SOQ. The proposed team of subconsultants will be reviewed by SARAA during the selection process. Once a consultant team has been selected to begin contract negotiations, prime consultants will be required to obtain written approval from SARAA for any changes to the sub-consultant team before negotiations can be completed. SARAA reserves the right to reject any proposed sub-consultant and to request that the selected prime consultant review other candidate firms for a particular area of responsibility. V. SELECTION PROCESS The procedure to be used in this selection process is described in the following steps: Step 1: Review SOQ s from consultants responding to the Request for Qualifications. Step 2: SARAA will review the information contained in the SOQ and evaluate the consultant s ability to satisfy requirements for providing the requested services. SARAA will develop a short list of consultants on the basis of the SOQ only; there will be no interview process during the initial selection of consultants. SARAA will notify those consultants not selected for the short-list. - 2 -

Step 3: SARAA will issue a Request for Proposals (RFP) to the consultants on the short list. SARAA will receive the consultants proposals. Based upon the information received in the response to the RFPs and RFQs, SARAA will evaluate and rank the consultants in order of best qualified. SARAA may, at its sole discretion, conduct formal interviews. Step 4: SARAA will initiate negotiations with the first ranked consultant. If negotiations are successful, SARAA will enter into an agreement with the consultant. If a mutually satisfactory contract cannot be negotiated with the first-ranked consultant the negotiations will be terminated, and negotiations will be initiated with the secondranked consultant. The process will be repeated until a satisfactory agreement has been reached with a qualified consultant. SARAA, at its sole discretion, reserves the right to reject any SOQ for any reason. VI. SELECTION CRITERIA The selection process will follow the guidelines set forth in Federal Aviation Administration (FAA) Advisory Circular Number 150/5100-14E, Change 1, "Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects". The evaluation criteria to be used in selecting and ranking consultants include, but are not limited to, the items listed below. Particular emphasis will be placed on firms' proven ability to accomplish the tasks requested in a quick, efficient, cost effective, and responsible manner. 1. Capability to perform all or most aspects of the project and recent experience in Part 139 airport projects comparable to the proposed task. 2. Key personnel s professional qualifications and experience and availability for the proposed project; their reputation and professional integrity and competence; and their knowledge of FAA regulations, policies, and procedures. 3. Capability to meet schedules or deadlines. 3. Quality of projects previously undertaken and capability to complete projects without having major cost escalations or overruns. 4. Qualifications and experience of sub-consultants regularly engaged by the consultant under consideration. 5. Capability of a branch office that will do the work to perform independently of the home office, or conversely, its capability to obtain necessary support from the home office. 6. Ability to furnish qualified inspection and testing personnel. 8. Understanding of the project s potential challenges and the Sponsor s special concerns. - 3 -

9. Degree of interest shown in undertaking the project and their familiarity with and proximity to the geographic location of the project. 10. Current workload and existing commitments. 11. Evidence documenting that the consultant has met DBE goals, or documentation that the consultant has made adequate good faith efforts to meet DBE goals. 12. Responsiveness to RFQ format and instructions. All parties competing for the work are advised that the work may be accomplished over the course of a single, or multiple, grant projects. VII. SUBMITTAL REQUIREMENTS A. Format and Content To be considered for evaluation, the length of submittals shall not exceed 18 pages of data developed for responding to this RFQ (one-sided, double-spaced, and type no smaller than a 12 font size). This limitation does not include index sheets, general promotion data, a brief transmittal letter, or required attachments such as disadvantaged business enterprise (DBE) certification forms. Submittals must address the following topics within the 18 data pages: 1. Executive Summary: The Statement of Qualifications shall be prefaced by an Executive Summary of three pages or less, which gives in brief concise terms, a summation of the submittal. 2. Description of Firm: Provide a general description of the firm including such information as services offered, number of employees, office location, and years in business, etc. 3. Organization and Management: Provide a graphic and narrative description of the administrative structure proposed for managing the services contract, specifically outlining major responsibilities and areas of expertise. The overall project manager and key staff members must be identified and brief resumes provided. Resumes of firm principals are not required unless they are proposed as active, integral members of the project team. Principals should, however, be listed on the organizational diagram in relation to the project team. 4. Firm Project Experience: Provide experience summaries for past projects which demonstrate experience and ability to undertake the proposed project. All projects listed in this section must have been completed by the firm using current employees. List the names of such key employees with each project. Do not include projects for which key project personnel are no longer employed by the firm. Projects for which experience was gained by individuals during previous employment should be indicated in the next section. - 4 -

For each qualifying project, include the following information in tabular form: project name, location, client, total contract amount (and firm amount, if different), principal-incharge, day-to-day technical project manager, key staff, date completed, client reference (name, position and phone number) and brief narrative description of the project. A tabular summary or other format may be used. 5.. Individual Project Experience (Optional Section): This section must follow the same general format as the firm experience summaries, but is reserved for projects for which experience was obtained while individuals were employed elsewhere. For each qualifying project, include a brief narrative description and the following tabular information: Project name, location, client, current employees who had key management or staff roles, employer during the project, and a client reference. The material presented in the SOQ to address the above topics, is expected to clearly reflect qualifications that demonstrate the consultant s knowledge and experience in services for U.S. airports. B. Equal Employment Opportunity and Disadvantaged Business Enterprise (DBE) Participation Any contract awarded as a result of this Request for Qualifications is expected to be funded in part by Grants from the United States Department of Transportation, Federal Aviation Administration (FAA) and the Pennsylvania Department of Transportation, Bureau of Aviation (BOA). This procurement will be subject to regulations required by the FAA and BOA with regard to minority participation. Describe your program for the direct involvement of DBE in the ownership, management, or operation of your business. If you or a subcontractor is a certified DBE, indicate the source of your certification. C. Submittal Deadline 1. Three (3) hard copies and one electronic copy of the SOQ must be submitted to Mr. David Spaulding, Deputy Director for Engineering and Planning, Susquehanna Area Regional Airport Authority. Mailing Address Harrisburg International Airport One Terminal Drive, Suite 300 Middletown, PA 17057 Delivery Address same Phone: 717/948-3900 Fax: 717/948-3516 SOQ s shall be submitted in a sealed package marked Statement of Qualifications, HIA Runway 13-31. Submittals must be received no later than 2:00 PM, EDST, on Thursday, April 14, 2016. - 5 -

Only timely received submittals meeting the requirements of this Request for Qualifications will be considered. No submittal will be considered or accepted which is submitted by a Consultant that is in default under the terms of any existing agreement with SARAA or which has failed to perform its obligations faithfully under any previous agreement with the Susquehanna Area Regional Airport Authority. Submittals shall be signed by an authorized representative of the Consultant. 2. It is believed that this request contains all the information about this RFQ that is needed to prepare an adequate response. However, any questions or requests for information that may arise must be submitted in writing to David Spaulding at the address noted above by 4:00 PM EDST on Friday, April 1, 2016. Responses, where deemed appropriate, will be in writing and copies will be posted on the SARAA website at http://www.flyhia.com. Please refrain from discussions of any matters related to this RFQ with any member of SARAA's Board of Directors or staff, except for Mr. David Spaulding, Deputy Director for Engineering and Planning, or the Executive Director, Mr. Timothy Edwards, or the Deputy Executive Director, Mr. Marshall Stevens. VIII. MISCELLANEOUS 1. A cost proposal is expressly excluded from this submittal. 2. This RFQ is not to be construed as a contract or a commitment of any kind, nor does it commit SARAA to pay for any costs incurred in the preparation of a submission or of any costs incurred prior to the execution of a formal contract. 3. SARAA reserves the sole right to: (1) evaluate submittals; (2) waive any irregularities therein; (3) request supplemental or additional information as deemed necessary; (4) contact others to verify information provided in the submittal; or (5) reject any and all submittals(s), should it be deemed in the best interest of SARAA. 4. There will be no debriefings by SARAA staff to unsuccessful submitters until after the RFQ/RFP process has been completed and the successful consultant is under agreement. Any debriefings will be at SARAA s sole discretion. IX. FULL SCOPE OF SERVICES STATEMENT CONSTRUCTION MANAGEMENT SCOPE OF SERVICES SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY PROJECT TITLE: Rehabilitate Runway 13-31 LOCATION: Harrisburg International Airport (KMDT) PROJECT DESCRIPTION: The project will rehabilitate the runway pavement to extend the pavement life and reduce life cycle maintenance costs. Project scope includes removal of trees off-airport, restoration of a golf course where trees were removed, construction of a temporary connector taxiway, pavement rehabilitation, replacement of runway centerline lights, electrical vault upgrades, - 6 -

improvements to the Surface Movement Guidance Control System, replacement of the in-pavement surface condition sensor system, pavement grooving, pavement marking, removal of the temporary taxiway, and other miscellaneous work to complete the project. The project will occur over multiple years from 2016 through 2019. SCOPE OF SERVICES REQUIRED GENERAL: The scope of services is generally described as providing oversight of construction activities including providing a full-time qualified Resident Project Representative(s), establishing a document control system, monitoring and coordinating construction progress, implementing a quality assurance program, providing and coordinating acceptance testing, preparing progress reports, verifying quantities, reviewing pay applications, reviewing certified payrolls, reviewing DBE and EEO Forms, attending inspections and coordinating project close-out activities. ARTICLE A PROJECT MANAGEMENT The Construction Manager (CM) will coordinate and control the entire construction program for the runway rehabilitation project. The construction manager will assemble and maintain a team of engineers and construction inspection personnel to perform the construction management function. The CM will provide general coordination between the Sponsor, the FAA, the Design Engineer and the contractor. The CM will coordinate the pre-construction conference, record meeting minutes, and develop a contact list for the project. The pre-construction conference will address project scope, work hours, construction safety on airports, contract communication / coordination, project schedule / milestones, plans and specifications, utility coordination, quantity measurement, payment, change requests and other items. The CM will make periodic visits to the construction site to monitor progress of the work and the CM s resident staff. The CM will monitor the budget performance of the CM staff and ensure that man-hours are managed efficiently and effectively so that sufficient CM services are available throughout the life of the project. ARTICLE B DOCUMENT CONTROL The CM will implement a document control system to track Submittals, Request for Information, schedules, letters, other communications, and other project documentation. The system should be a modern software application having general industry acceptance. ARTICLE C SUBMITTALS The CM will process submittals made by the contractor, entering them into the document control system and either referring them to the Design Engineer or responding to those Submittals that are directly related to construction operations. ARTICLE D REQUESTS FOR INFORMATION (RFI) The CM and the CM staff will receive RFIs from the contractor, enter the RFI into the document control system and ensure that the RFI is brought to the attention of the project team member - 7 -

responsible to respond to the RFI. The CM will track the RFI and ensure that a timely response is provided to the contractor. ARTICLE E - PROJECT COORDINATION AND OVERSIGHT The CM will supervise and coordinate the engineering team s efforts to monitor the contractor s performance and compliance with the contract plans and specifications. The CM will coordinate the contractor s work with Airport Operations to ensure minimal disruption to on-going airport activities. The CM s staff will inspect the progress of the contractor s work daily and determine if the work is complying with the contract documents. The CM will make periodic site visits to observe the contractor s work and the performance of the CM staff. The CM or CM s staff will promptly notify the contractor of any non-compliance and ensure that corrective action is initiated. The CM and CM staff will monitor the project schedule to ensure that the work is progressing as planned and not to adversely affecting airport operations. ARTICLE F - QUALITY ASSURANCE AND ACCEPTANCE TESTING The CM will conduct quality assurance testing to determine the contractor s compliance with contract specifications. Where required by the contract documents and specifications, the CM will conduct acceptance testing to include for asphalt production and laydown operations. The CM or subcontracted testing firm will monitor asphalt plant operations and take production samples for testing. The CM will also take possession of pavement cores cut by the contractor and conduct testing for density, flow, voids and stability in accordance with the contract documents and project specifications. The CM or sub-contracted testing firm will calculate the Percent-Within-Limits (PWLs) for each day s production. The CM will provide all test reports at the conclusion of the project in electronic format, and also prepare a Summary of Testing for both quality assurance tests performed and acceptance tests performed during the project. ARTICLE G DEVELOP CHANGE ORDERS AND PENDING CHANGE ORDERS If during the course of the project, the contractor, the CM or the Design Engineer identify a need to make modifications to the work in the field that required changes to contract plans or specifications, the CM will initiate a Pending Change Order (PCO) and also assemble all related back-up and substantiating documentation. If after consultation with the Sponsor and FAA, it is determined that a modification is necessary, the CM will prepare a Change Directive or Change Order as appropriate. ARTICLE H RESIDENT PROJECT ENGINEER AND/OR REPRESENTATIVES 1. Resident Project Representative (RPR) - The Construction Manager will provide a qualified RPR team to observe that the construction is carried out in reasonable conformity with the contract documents and in accordance with the customary practices of professional engineers and consultants. The RPR will be available for both full-time and part-time construction observation services during the duration of the project as required by the nature of the ongoing construction activities. - 8 -

a. For planning purposes, it should be assumed that there will be a lead RPR who is a qualified engineer or experienced resident engineer who will be assisted by other experienced engineers, construction inspectors or sub-consultants, as required to accomplish the project scope of work. b. The RPR will be the Construction Manager s primary contact between the Design Engineer, their sub-consultants and the contractor during the course of construction. The RPR will be available to meet with the representatives of the contractor, Sponsor, the FAA, the state, and other interested parties at the project location. The RPR will coordinate and supervise the sub-consultants and personnel who are performing on-site testing, surveying, or other project related services. c. The RPR will monitor and coordinate the construction progress; will coordinate with the Sponsor, the Design Engineer, and Airport Operations; will provide construction oversight to ensure that the work is proceeding according to the construction contract documents; and will notify the engineer if problems, disputes, or changes arise during the course of construction. d. The RPR will coordinate daily with the contractor and Airport Operations to coordinate the day s work and to plan for the following day s work. e. The RPR will conduct weekly progress meetings that include participation by all stakeholders to include the Sponsor, contractor, Design Engineer, Airport Operations, FAA Technical Operations staff, and as appropriate FAA Airports District Office, PennDOT Bureau of Aviation and others. The RPR will ensure that meeting minutes are written and that a three week look-ahead schedule is distributed at each meeting. f. The RPR will monitor contractor compliance with the Construction Safety Phasing Plan approved for the project and require corrective action if non-compliance is observed. g. Weekly, the RPR will prepare the Construction Progress and Inspection Report, FAA Form 5370-1. h. The RPR will prepare and maintain cost estimates and construction quantity estimates for use in monitoring the progress of the work and for use in reviewing contractor monthly payment requests. The RPR will prepare daily reports of the construction activities that are observed and will submit the reports to the Design Engineer and Sponsor as required for review. i. The RPR will conduct Federal periodic wage rate surveys with the contractor s personnel and their subcontractor(s) personnel to ensure compliance with the U.S. Department of Labor regulations for federally funded construction projects. The RPR will submit the wage rate survey records to the Sponsor for review. j. The RPR will assist sub-consultants and the Design Engineer with construction surveying to identify the limits of work, to determine elevations and grades, to locate physical features discovered during the course of construction, and to calculate quantities of materials either removed or utilized on the project. The construction survey data will be - 9 -

incorporated into the record drawings at the completion of the project. The Design Engineer will provide the RPR with CADD support to plot the results of the construction survey data and to generate electronic drawings, sketches, and details at the request of the RPR to facilitate the construction. k. The RPR will maintain a set of red-line drawings to document changes made in the field during the course of construction. This set of red-lines will be in addition to the set of redlines maintained by the contractor. Periodically, the RPR will meet with the contractor to compare the two sets of red-line drawings. l. The RPR will develop a preliminary punch list with the contractor, attend the Substantial Completion Inspection, develop a final punch list, monitor correction of the uncompleted or defective work items and attend the Final Completion Inspection. ARTICLE I PROJECT CLOSE-OUT The Construction Manager will monitor close-out of the project and ensure that all required contract documentation is collected and submitted as required to the Design Engineer or Sponsor to include Operation and Maintenance Manuals, Warrantees, red-line drawings, final payment application, Consent to Surety to Final Payment, Contractor Affidavit, Contractor Release, all daily construction records, test reports, project photographs and other project documentation. - 10 -