PENNSYLVANIA TURNPIKE COMMISSION

Similar documents
PENNSYLVANIA TURNPIKE COMMISSION

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

BUSINESS AND SUPPLIER DIVERSITY POLICY # 7.10

New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together

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

REQUEST FOR PROPOSALS

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

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

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

Statewide On-Call Bridge Design. Request for Proposal

Construction Management/Construction Inspection Services

REQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO /05. Ref: General Engineering Services

Chapter 18. Quality Assurance and Quality Control

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

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

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Conflict of Interest Language

Department of Public Works Division of Engineering. Nassau County, New York

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

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

Dates/Times: p.m. Pacific Time.

NEW JERSEY DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE GOAL SUBMISSION FEDERAL FISCAL YEARS 2017 THROUGH 2019

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

Metropolitan Washington Airports Authority. Request for Qualifications Information (RFQI) RFQI No C084. for

CITY OF MODESTO REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGEMENT SERVICES FOR STATE ROUTE 99 AND PELANDALE AVENUE INTERCHANGE RECONSTRUCTION PROJECT

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

Ohio Department of Transportation DBE/EDGE Consultant Contracting Procedures Implementation of Contract Specific Development Goal Procedures

SECTION 6.2: CONTRACT MANAGER

SUPPLEMENTAL ECMS ADVANCED INFORMATION JULY 14, 2016 (ALL WORK TO BE COMPLETED TO APPEAR IN THE PROPOSAL)

DESIGN-BUILD PROCUREMENT AND ADMINISTRATION

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK SERVICES SUPPLEMENTAL INFORMATION PACKAGE

REQUEST FOR PROPOSALS (RFP) MUNICIPAL TRAFFIC ENGINEERING SERVICES. Borough of Phoenixville. May 17, 2016

ALTERNATIVE PROJECT DELIVERY DIVISION

Subject: Statement of Qualifications for Public Safety Building Design

County Engineer - Adams County

REQUEST FOR PROFESSIONAL SERVICES

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013

APPENDIX A. Consultant Solicitation for Fiscal Year for Four As-Needed Environmental Services Contracts. Issue Date: January 10, 2014

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

VDOT. Virginia Department of Transportation REQUEST FOR PROPOSALS A DESIGN-BUILD PROJECT. Route 29 Bridge over Little Rocky Run

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

Capital Construction DATE: 9/7/2017

NC State University OESAD GUIDELINES Contract Year

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

Both envelopes must have the following information in the lower left hand corner:

OHIO DEPARTMENT OF TRANSPORTATION MENTOR/PROTÉGÉ PROGRAM

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

Request For Proposal Of Printing and Design Services. Marketing Department

$600,000,000 $500,000,000 $400,000,000 $300,000,000 $200,000,000 $100,000,000

EXHIBIT "A" CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES FOR. Project Description

IOWA DEPARTMENT OF TRANSPORTATION. Request for Proposal

Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

PROCUREMENT GUIDE DOING BUSINESS WITH THE COMMONWEALTH. The Commonwealth of Pennsylvania Department of General Services Bureau of Procurement

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

Commonwealth of Virginia

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES

REQUEST FOR PROPOSAL

La Grange Public Library Request for Proposal Executive Search Firm

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

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

AMENDMENT TO SPECIAL CONDITIONS MBE/WBE UTILIZATION PLAN

MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK

I-91 Viaduct Public Information Briefing

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

REQUEST FOR PROPOSALS

AGENDA ITEM NO. June 6, 2017

MBE ATTACHMENT -1B WAIVER GUIDANCE

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

Special Inspections Instructions

CEI Services Transit Bus Stop Infrastructure

Georgia Department of Transportation Railroad Coordination Submission Checklist

REQUEST FOR PROPOSALS

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

REQUEST FOR QUALIFICATIONS

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

Request for Proposal (RFP 13-02)

REQUEST FOR QUALIFICATIONS FOR Design-Build Services for the

EJCDC Contract Documents for America s Infrastructure Buy online at

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

$96, $116, annually plus benefits Employee pays up to 7% of salary/wage toward CalPERS retirement plan

REQUEST FOR PROPOSALS TO PROVIDE PLANNING, RECOMMENDATIONS, AND CONTRACT DOCUMENTS FOR PIPELINE INSPECTION AND CONDITION ASSESSMENT FOR THE

REQUEST FOR QUALIFICATIONS (RFQ) For Engineering Services Institute for Marine Mammal Studies (IMMS)

COUNTY OF SUFFOLK STEVEN BELLONE SUFFOLK COUNTY EXECUTIVE DEPARTMENT OF PUBLIC WORKS

CLARIFICATIONS, CHANGES AND ADDITIONS TO THE BID DOCUMENTS

AVIATION AUTHORITY POLICY

SECTION CONTRACTOR QUALITY CONTROL

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal Program

600 - Phase C Intermediate Review Checklist for the Architect- Engineer

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

Quality Counts! Qualifications Based Selection (QBS)

Sanitary Sewer System Upgrades. Multiple Pump Stations Prescott Road to Greenwell Springs Road (Area NFW-C-0010)

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT

House Doctor Consulting Services Application Package

Transcription:

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING OR CONSTRUCTION MANAGEMENT FIRM Construction Inspection / Project Management Services Six Lane Widening, Mileposts 326-333 Montgomery County Reference No. 4-070 The Pennsylvania Turnpike Commission will retain an Engineering or Construction Management firm for services on the widening and reconstruction of seven (7) miles of limited access highway on existing alignment between Valley Forge Interchange (Exit 326) and Norristown Interchange (Exit 333) in Montgomery County. The agreement would include services during both the design and construction phases. The design phase would include tasks relating to design constructibility where appropriate, bidability reviews, project scheduling, meeting attendance and bid packaging. Construction phase tasks would include construction inspection, management, administration and documentation services. The selected firm will be expected to provide extensive coordination efforts between the various construction contracts and impacted utilities during the construction phase. Construction of this Project is anticipated to include four construction sections at a total estimated cost of approximately $116,000,000.00. The project is anticipated to consist of two bituminous superpave roadway and bridge construction sections, and two separate bridge sections for the work involving the State Route 202 and Flint Hill Road structures. The bridges will be constructed with steel, with the exception of one being a prestressed concrete structure. Their foundations will be built upon spread footings, H-piles and caissons. Numerous culverts will be rehabilitated and widened throughout the project. Various retaining walls and sound walls will also be constructed as needed. A wetland mitigation site will be developed in the vicinity of the Norristown Interchange. Other contract work will include roadway lighting improvements at the Valley Forge Interchange and the installation of fiber optic conduit throughout the length of the project for future IT and communication lines. The Consultant Agreement is anticipated to start in May 2004 and terminate in March 2008. Actual construction is anticipated to start in the late Summer of 2004 and continue through December 2007. Final Design is currently underway on all four of the project sections. Based on the current sequence of the construction letting schedule, we anticipated that the selected firm will provide a staff of approximately fourteen (14) full time on-site construction inspection personnel, with sufficient office personnel, managers, engineers, scheduler, technicians, and clerical staff to support the field functions. Due to the geology of the area and the potential for encountering sinkholes, a field geotechnical representative is required for the construction phase. This individual should be familiar with construction practices and the subsurface conditions encountered in this portion of the state. The firm will be required to set up a construction management office near the site. The selected firm is expected to participate in the remaining design and project development meetings. The selected firm will be required to attend the prebid meetings and preconstruction conferences, write all project correspondence, and review and approve contractor s submissions. In addition, the selected firm will be required to keep records utilizing the Turnpike s Construction Documentation System (CDS) to document the construction progress. The selected firm will also be expected to prepare current and final

estimates for payment to contractors, prepare change orders, conduct monthly job conferences, monitor monthly progress, provide liaison with affected utilities and railroads, communities and the press, conduct semifinal and final inspections, and determine the final quantities for each contract item. The Construction Management team will also be expected to handle public relation activities for the project, which would include but may not limited to, development and maintenance of a project web site, press conferences, answering customer questions, informational brochures, and other duties as required. Effected agency coordination prior to and during construction and full-time environmental monitoring will also be required. Project close out activities, including as-built notation and electronic scanning of the project drawings, and merging and purging of office and field files, will be required. It should be noted that the PTC anticipates assigning its field inspection personnel to this project as an addition to the Selected Firm s staff or in lieu of CM s inspection staff on a temporary or permanent basis throughout the life of this project. The Selected Firm will be required to make any and all accommodations for our personnel. Eighty percent (80%) of the inspection staff assigned to this Commission constructed project must meet the following Requirements: 1. Be certified by the National Institute for Certification in Engineering Technologies, (NICET) as a Transportation Engineering Technician - Construction Level 2 or higher. 2. Be registered as a professional engineer by the Commonwealth of Pennsylvania with one (1) year highway inspection experience acceptable to the Commission. 3. Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with two (2) years of highway inspection experience acceptable to the Commission. 4. Hold a Bachelor of Science Degree in Civil Engineering or Civil Engineering Technology with two (2) years of highway inspection experience acceptable to the Commission. 5. Hold an Associate Degree in Civil Engineering Technology with three (3) years of highway inspection experience acceptable to the Commission. The remaining twenty percent (20%) assigned to this project shall meet the following education and experience requirements: Education - Graduation from High School or equivalent certification or formal training. Completion of a training program in construction inspection approved by the Commission may be substituted for High School graduation. Experience - One (1) year of experience in construction inspection or workmanship which requires reading and interpreting construction plans and specifications, or one (1) year of experience in a variety of assignments involving the testing of materials used in highway or similar construction projects. A two (2) to four (4) year engineering college degree may be substituted for one (1) year of experience. The Commission will consider the following factors during the evaluation of the firms submitting Statements of Interest for this project:

a. Specialized experience and technical competence of prime consultant and subconsultants. The Team must clearly demonstrate an ability to coordinate multiple construction contracts, and manage large-scale public works projects. b. Past record of performance with respect to cost control, work quality ability to meet schedules and previous experience on similar projects. The consultant should identify similar projects that have been completed by that firm as the prime, the magnitude of the project, and the client. c. The specific experience and number of individuals who constitute the firm. d. Workload of the prime consultant and subconsultants for all Pennsylvania Department of Transportation and Pennsylvania Turnpike Commission projects. e. Other factors, if any, specific to the project. Address these items and any necessary further details in a brief yet comprehensive manner in the statement of interest. Firms expressing interest in this project must agree to ensure that Disadvantaged Business Enterprise (DBE) firms as defined in the Transportation Equity Act for the 21 st Century (TEA-21) and currently certified by the Department of Transportation shall have the maximum opportunity to participate in any subcontracting or furnishing supplies or services approved under Form 442, Section 1.10(a). The act requires that firms owned and controlled by women (WBEs) be included, as a presumptive group, within the definition of Disadvantaged Business Enterprise (DBE). The goal of DBE participation in this contract will be 12%. Responding firms shall make good faith efforts to meet the DBE goal using DBEs (as they are defined prior to the Act), WBEs or combinations thereof. Proposed DBE firms must be certified at the time of submission of the Statement of Interest. If the selected firm fails to meet the established goal, it shall be required to demonstrate its good faith efforts to attain the goal. If further information is desired concerning DBE/MBE/WBE participation, direct inquiries to the Contracts Administration Department, Pennsylvania Turnpike Commission at the above address, or by calling (717) 939-9551 Ext. 4241. Questions and inquiries concerning this Project should be directed to Mr. Matthew J. Wagner, P.E., at (717) 939-9551, Ext. 5210, or by email at mwagner@paturnpike.com. Contractual questions should be directed to Mr. George M. Hatalowich at (717) 986 8737; or by e-mail at ghatalow@paturnpike.com. GENERAL REQUIREMENTS AND INFORMATION Firms interested in providing the above work and services are invited to submit a Statement of Interest with the required information. The Statements of Interest must include the following: 1. One page transmittal letter clearly identifying the project reference number, brief description of the project from the advertisement, the firm s federal identification number, the firm s legal name, contact person or project manager, address of corporate office and project office. (If the firm has multiple offices, the location of the office performing the work must be identified). 2. A three (3)-page statement of interest on the advertised project. Each firm should demonstrate their ability to perform the specific requirements indicated for this project and

provide explanation of the technical approach, stressing the Team s ability to coordinate several construction contracts that were designed by different design consultants. 3. An organization chart for the Project, identifying key personnel and any subconsultants and their roles. Any deviation from the subconsultant's listed in the statement of interest will require written approval from the Commission. 4. Tabulation or listing of workload for the prime consultant and all subconsultants for all Pennsylvania Department of Transportation and Pennsylvania Turnpike Commission projects. Do not graphically represent the firm s workload. 5. A Consultant Qualification Package similar to the one submitted to the Pennsylvania Department of Transportation for the current year or one that is best suited for this project. A copy of the Consultant Qualification Package printed directly from PaDOT s ECMS website is acceptable. The Consultant Qualification Package should contain at a minimum the following information for the prime consultant and all subconsultants and attached to the back of the statement of interest (subs to follow primes): ECMS General Information and Project Experience Forms or Standard Form (SF) 254 - Architect-Engineer and Related Services Questionnaire in its entirety, either not more than one (1) year old as of the date of the advertisement. Resumes of key personnel expected to be involved in the project. (Limit to two (2) 8 1/2 x 11 pages, per person). Only resumes of key personnel should be included. Copy of the firm s registration to do business in the Commonwealth as provided by the Department of State for firms with out-of-state headquarters or corporations not incorporated in Pennsylvania. A copy of the Department s DBE/WBE Certification, if applicable. If a Joint Venture responds to a project advertisement, the Commission will not accept separate statements of interest from joint venture constituents. A firm will not be permitted to submit a statement of interest on more than one (1) joint venture for the same project reference number. Also, a firm that responds to a project as a prime may not be included as a designated subconsultant to another firm that responds to the same project advertisement. Multiple responses under any of the forgoing situations will cause the rejection of all responses of the firm or firms involved. This does not preclude a firm from being set forth as a designated subconsultant to more than one prime consultant responding to the project advertisement. Firms interested in performing the above services are invited to submit one (1) copy of a statement of interest and required information to Mr. George M. Hatalowich, Manager, Contract Administration at the PA Turnpike Commission Administration Building located at 700 South Eisenhower Boulevard, Middletown, PA 17057 (Street address). Our mailing Address is P. O. Box 67676, Harrisburg, PA 17106-7676. The statement of interest and required information must be received by 12:00 PM (noon), Local Time, Friday, January 16, 2004. Any statements of interest received after this date and time will be time-stamped and returned.

Based on an evaluation of acceptable statements of interest received in response to these solicitations, one (1) firm will be selected for this contract. The order of preference will be established for the purpose of negotiating an agreement with the highest ranked firm established by the Technical Review Committee and approved by the Commission. Technical Proposals will not be requested prior to the establishment of the final ranking. The Commission may revise a published advertisement. If the Commission revises a published advertisement less than ten days before the Statement of Interest due date, the due date will be extended to maintain the minimum ten-day advertisement duration if the revision alters the project scope or selection criteria. Firms are responsible to monitor advertisements to assure the Statement of Interest complies with any changes in the published advertisement. The Commission reserves the right to reject all statements of interest, to cancel solicitation requested under this notice, and/or to re-advertise solicitation for the work and services. Mitchell Rubin Chairperson