PENNSYLVANIA TURNPIKE COMMISSION

Similar documents
PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION. Reference No. E-056

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING OR CONSTRUCTION MANAGEMENT FIRM

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING OR CONSTRUCTION INSPECTION FIRM. Open-End Construction Inspection Services for

Request for Proposal For Construction Manager at Risk Services for the STEM Building

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Architectural & Engineering (A&E) Procurement Requirements Help Guide

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Request For Qualifications

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE

REQUEST FOR PROPOSALS (RFP) FIRE STATION FEASIBILITY STUDY. Borough of Phoenixville. July 15, 2016

Request for Qualifications

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

anew York City Transit (NYCT)

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL / ENGINEERING SERVICES JPS HEALTH NETWORK RESPONSES DUE: Wednesday, September 30, :00 P.M.

ARCHITECTURAL/ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS

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

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

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

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Request for Qualifications Construction Manager at Risk Contract

ARCHITECTURAL SERVICES COLLEGEWIDE

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

January 19, To Whom It May Concern:

Attention Design Firms

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS FOR:

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

Attention Design Firms

REQUEST FOR QUALIFICATIONS

Consultant Focus. Nov. 20, :45pm-5:30pm

Redevelopment Authority of Allegheny County

4:00 p.m. on May 6, 2016

San Mateo County Project Development Unit. Issued: August 4, 2017 Responses due: September 1, 2017 at 2:30 pm. Sam Lin, Manager

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

L1354, CENTRAL HEATING PLANT UPGRADE, LOGAN INTERNATIONAL AIRPORT, EAST

CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS. ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater

Request for Proposal. And Specifications For. Professional Design Services for. The New School of Business Administration WSU Project No.

Upper Darby Township 100 Garrett Rd. Upper Darby, PA 19082

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Knights Ferry Elementary School District

REQUEST FOR LETTERS OF INTEREST

Request for Qualifications DRPA Solar Photovoltaic Systems

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR QUALIFICATIONS

2017 Statewide On-Call Design Request for Proposal

Attention Design Firms

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications Architectural Analysis Programming and Planning for the Clear Creek County Courts Wing Remodel Project Georgetown, Colorado

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

Request for Proposals (RFP) An Alternative Fuels Assessment & Feasibility Study

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

University of California, Merced Central Plant/Telecommunications Reliability Upgrade

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Etna Riverfront Park and Trail: Design and Engineering RFP

The University of Tennessee REQUEST FOR QUALIFICATIONS (RFQ)

CAYUGA COUNTY, NEW YORK REQUEST FOR QUALIFICATIONS STERLING NATURE CENTER CONCEPTUAL DESIGN & DESIGN SERVICES. Issue Date: March 27, 2018

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

Town of Apex U 5118 AF, Operational Improvements & Sidewalk on Kelly Road

REQUEST FOR PROPOSALS

Design Build Phase II Service Center Project

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

REQUEST FOR PROPOSALS for the Development of Sidewalk Inventory for the DVRPC Region

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

SECOND REQUEST FOR PROPOSALS. for

PHILADELPHIA ENERGY AUTHORITY

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014)

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

STUDY AND ARCHITECTURAL DESIGN SERVICES

REQUEST FOR PROPOSALS

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

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

Request for Qualifications

Transcription:

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL FIRM RELOCATION OF PLYMOUTH MEETING MAINTENANCE FACILITIES Plymouth Township, Montgomery County, PA Reference No. 4-078 The Pennsylvania Turnpike Commission will receive letters of interest from Architectural firms to provide architectural design and construction services for the relocation of the Plymouth Meeting Maintenance Facilities to an unimproved site at approximate milepost 332.5 on the Pennsylvania Turnpike in Plymouth Township, Montgomery County. New facilities meeting the needs of both the Plymouth Meeting Maintenance Section and District 4 Maintenance Operations will be designed and constructed at the new location. Services from the Architectural Firm include, but are not limited to: preliminary design, final design, production of construction documents suitable for public competitive bidding, review of project submittal and construction phase services. Requested services may include design of the demolition for the existing facilities at the Plymouth Meeting Maintenance site at Milepost 333.59 Westbound on the Pennsylvania Turnpike, also in Plymouth Township, Montgomery County. Plymouth Meeting Maintenance Facility Existing Conditions The existing campus (at Milepost 333.59 Westbound) includes a two-story 20,245 square foot Maintenance facility, a 3,632 square foot salt dome, a 2,952 square foot District Trades building, a 725 square foot District Trades storage building, a 1,200 square foot three-sided CMU salt storage building, and several small storage sheds. Gas, diesel, and propane fleet fueling is also located on the site. Various site yard storage also exists on this 9-acre +/- parcel. The intention is to vacate this site entirely, relocate to new facilities at Milepost 332.5, and then demolish the existing structures. New Maintenance Facility Preliminary Program Section Maintenance This element includes a complement of approximately 30 personnel whose function is to maintain a 25-mile section of the Commission s roadway. Facility requirements include office space, various storage spaces, vehicle repair space, industrial drive through vehicle wash, lunchroom, restrooms, locker rooms, server/communications room, mechanical and electrical spaces. The estimated square footage for these requirements is 20,000 square feet. Also required are a salt storage, anti-skid storage, and mixing facility (estimate 17,000 square feet), calcium chloride storage and dispensing equipment (est. 500 square feet), and a three-sided covered storage building (est. 1,200 square feet). Gas, diesel, and propane fleet fueling stations are required: one for gas and diesel (est.720 square feet) and one for propane (est.350 square feet). The final requirement is an unheated vehicle storage building for all fleet trucks and equipment estimated at 21,000 square feet.

Site Requirements for Section Maintenance These requirements include an open storage yard of approximately 3,000 square yards, a vehicle impound lot of approximately 1,100 square yards, and approximately 16,000 square yards of pavement including parking for 40 vehicles. District Maintenance/Stores This element consists of a complement of 20 people that manage the maintenance for a 75-mile section of roadway and facilities. The warehousing function stores and supplies the three section maintenance facilities in the district. Requirements for the district element include office space, warehouse space, trades shops for electrical, carpentry, plumbing and welding, garage space, conference space and restroom space. The total area for these requirements is estimated at 18,000 square feet. This requirement includes the re-use and renovation of an existing 7,500 square foot pre-engineered metal building for the trades shops. Site Requirements for District Maintenance/Stores These requirements include an open storage yard of about 4,000 square yards and parking for 20 vehicles. Land is being acquired to accommodate this program. Contract Requirements The contract involves all aspects of preliminary and final design for the described preliminary program. A preliminary task list includes master site planning; facility programming and architecture, mechanical, electrical, and plumbing design; site civil engineering design including surveying, utilities, erosion and sedimentation control plans; traffic control design; and landscape architecture. Information required to obtain all permits is part of the contract. Administration includes coordination with the project team, municipalities, Department of Labor and Industry, etc., design meetings, constructability reviews and contract document preparation. Third party construction estimating will be required throughout the design process. Construction administration includes attendance at the pre-bid and final inspection meetings, regular construction meetings, and shop drawing and submittal review. Firms submitting are required to be accredited in sustainable design. The new campus site will be designed using the criteria set forth by the United States Green Building Council for Leadership in Energy and Environmental Design (LEED) certification. Responding firms should demonstrate their experience in development or renovation of facilities similar to the maintenance facility buildings on the Turnpike system including all elements of the preliminary task list. The construction contract is currently programmed for an estimated cost of $15,000,000.00 The Commission will consider the following factors during the evaluation of the firms submitting Letters of Interest for this project: a. Specialized experience and technical competence of prime consultant and subconsultants. The Team must clearly demonstrate an ability to analyze available data to make decisions and develop plans to complete the project in a timely and cost effective manner.

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. LEED certification of design professionals on staff. f. 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. The Turnpike Commission is committed to the inclusion of disadvantaged, minority, and woman firms (DBE/MBE/WBE) in contracting opportunities. The minimum participation level for DBE/MBE/WBEs in this contract will be 10%. Responding firms shall clearly identify DBE/MBE/WBE firms, expected to participate in this contract, in their statement of interest. If the selected firm does not meet the minimum requirement for DBE/MBE/WBE participation, they will be required to demonstrate good faith efforts to achieve the required level. Proposed DBE/MBE/WBE firms must be certified at the time the selected Team executes a contract with the Commission. Certified means a firm certified by the Pa Department of General Services or PaUCP which includes the following agencies: Allegheny County, Office of Minority, Women and Disadvantaged Business Enterprises; City of Philadelphia, Minority Business Enterprise Council; Pennsylvania Department of Transportation, Bureau of Equal Opportunity; Port Authority of Allegheny County, Office of Equal Opportunity; Southeast Pennsylvania Transportation Authority, Small & Disadvantaged Business Utilization Department. If further information is desired concerning DBE/MBE/WBE participation, direct inquiries to the Commission s Contract Administration Department at (717) 939-9551, extension 4241. Questions and inquiries concerning this Project should be directed to Ms. Maureen Guttman, at 717-939-9551, extension 3690, or by e-mail at mguttman@paturnpike.com. Direct contractual questions 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 expression of interest on the advertised project. Each firm should demonstrate their ability to perform the specific requirements indicated for each project and provide explanation of the technical approach. 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) The Consultant Qualification Packages should be kept as brief as possible. Only include pertinent information as it relates to the following: ECMS General Information and Project Experience Forms or Standard Form (SF) 254 or 330 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. A firm that responds to this solicitation as a prime may not be included as a designated subconsultant to another firm that responds to the same solicitation. 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 of Contract Administration, at the PA Turnpike Commission Administration Building located at 700 South Eisenhower Boulevard, Middletown, PA 17057. Our mailing Address is P. O. Box 67676, Harrisburg, PA 17106-7676. Please note that use of U.S. Mail delivery does not guarantee delivery to this address by the time listed below for submission. Firms mailing proposals should allow sufficient delivery time to ensure timely receipt of their proposals. The statement of interest and required information must be received by 12:00 PM (noon), Local Time, Friday, March 31, 2006. 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