PENNSYLVANIA TURNPIKE COMMISSION. Reference No. E-056

Similar documents
PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION

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

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING OR CONSTRUCTION MANAGEMENT FIRM

January 19, To Whom It May Concern:

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

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

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

Request For Qualifications

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

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

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

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

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

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

Implementation. Implementation through Programs and Services. Capital Improvements within Cambria County

The Town will manage the project, administer funding and review project material.

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

3 Year On-Call Contract - Threatened and Endangered Species Services

Request for Qualifications

BRF-009-9(73) IA 9 Black Hawk Bridge

SR-86/AVENUE 50 NEW INTERCHANGE PROJECT

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

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

REQUEST FOR PROPOSALS

2017 Statewide On-Call Design Request for Proposal

Subject: Request for Proposal Route 99 Interchanges at Hammett Road and Kiernan Avenue

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES FOR THE

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

VDOT. Virginia Department of Transportation REQUEST FOR QUALIFICATIONS A DESIGN-BUILD PROJECT

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

VDOT. Virginia Department of Transportation REQUEST FOR QUALIFICATIONS A DESIGN-BUILD PROJECT

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

QUALIFICATIONS BASED SELECTION (QBS)

BUSINESS OWNERS UPDATE MEETING

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

Background. B. Issuing Office

REQUEST FOR PROPOSALS

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

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

REQUEST FOR LETTERS OF INTEREST

ENVIRONMENTAL SERVICES REQUEST FOR QUALIFICATIONS FOR THE FOLLOWING PROJECT. Nicholson Drive (LA 30) Segment #1 Lee/Brightside to South Gourrier

On-call Geotechnical Consultant

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

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

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

CITY OF JOPLIN, MISSOURI

REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS

QUALIFICATIONS BASED SELECTION FOR PROFESSIONAL SERVICES GUIDELINES FOR QUALIFICATION STATEMENTS INDEPENDENCE, OHIO JANUARY 2014 PREPARED BY:

City of Defiance Construction Management & Observation Services

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

APPENDIX A PROGRAMMATIC AGREEMENT FOR MINOR TRANSPORTATION PROJECTS

anew York City Transit (NYCT)

RFP for Bicycle/Pedestrian Scoping Study Page 1

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR RIGHT OF WAY RE MONUMENTATION SERVICES FOR HIGHWAY DEPARTMENT

Turnpike Mitigation Program Application

2018 Pipelines Engineering Services Boerne Stage Road, West Avenue, and Highway 90 & General McMullen

Would like the list of RFQ respondents in order to contact for teaming.

REQUEST FOR QUALIFICATIONS (RFQ) FOR DESIGN ENGINEERING SERVICES FOR TOWN CENTER STORMWATER IMPROVEMENTS

State Project No. XXXXXX City Project No. c401807

Request for Qualifications (RFQ) Environmental and Permitting Services

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

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

L e t t e r o f I n t e r e s t : S t r u c t u r e s D e s i g n ( B r i d g e ) - S t a t e w i d e

REQUEST FOR PROPOSALS Town of Brattleboro, VT

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

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

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT. Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina

2016 Bridge Inspections Border Bridges

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

ACTION TRANSMITTAL No

STATE of IOWA CRUDE and BIOFUEL RAIL TRANSPORTATION STUDY

CITY OF SPOKANE VALLEY Request for Council Action

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

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY STRATEGIC PLAN SERVICES

CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

REQUEST FOR REQUEST FOR PROPOSAL (RFP) GIBSON ROAD PROJECT TOWN OF EASTON 1060 EASTON VALLEY ROAD EASTON, NH DATE FEBRUARY 1, 2016

REQUEST FOR INFORMATION

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

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Request for Qualifications Construction Manager at Risk Contract

CITY OF MADISON, ALABAMA

ATTACHMENT A STATEMENT OF WORK Request for Quotes (RFQ) PennDOT Specific Traffic Signal Training Solicitation Number:

TIM S FARM AND FORESTRY REQUEST FOR LETTERS OF INTEREST US 421 INTERCHANGE AND ACCESS ROAD

Addison County Regional Planning Commission 14 Seminary Street Middlebury, VT Phone: Fax:

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

Transcription:

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING FIRM Southern Beltway Project U. S. Route 22 to Interstate 79 Section 55A2 West of S.R.4011 to S.R. 4012 Washington County, Pennsylvania Reference No. E-056 The Pennsylvania Turnpike Commission will retain an engineering firm to provide final design services for the development of a section of limited access highway on new alignment between US Route 22 and I-79. The Southern Beltway will utilize All Electronic Tolling (AET) for toll collection. Design Field View (DFV) Plans (dated March, 2009)have been prepared by another consultant and approved by all regulatory agencies. These plans will be the basis of final design for this section. Additionally several tracts of land have been acquired by the Commission for the sole purpose of this project. This design section is located in Robinson, Mt. Pleasant, and Cecil Townships in Washington County, and includes the completion of a new interchange. The interchange will include the design of a new diamond interchange and a new connector road from PA Route 980 to Fort Cherry road (SR 4037)/Noblestown Road (SR 4012) intersection through the proposed new interchange. This contract also involves the design of two sets of dual mainline structures. The first set will span the new connector road within the interchange. The other set will span Noblestown Road (SR 4037), Robinson Run, Johns Avenue (SR 4012), and the Panhandle Trail, both the Montour Trail and switchback Montour Trail to the Panhandle Trail. Three additional structures are the connector road over the Montour Trail near PA 980, the connector road over the Panhandle Trail, and the connector road over Robinson Run. Also included is an extension of an existing culvert carrying an unnamed tributary to Robinson Run under SR 4012 at SR 4037 and three new culverts under the connector road. A portion of the Montour Trail will be realigned due to the connector road. Additionally, coordination between both the Montour Trail Council and Washington County for the Panhandle Trail will be part of this project. This project impacts the McDonalds Sportsman Association; coordination includes using a certified NRA representative to minimize and mitigate impacts to both the rifle range and the 3D Archery Range. This final design section is rural with some residential areas. It begins to the west of Quicksilver Road (SR 4011) and ends at the mainline crossing of SR 4012. Multiple construction contracts may be developed from this final design section by combining adjacent sections into numerous smaller construction contracts. The length of this section is approximately 13,850 feet. Tasks required include, but are not limited to: Project Management; Scheduling; Design Review and Special Purpose Meetings; Highway and local road Design; Coordination with consultants involved in other design sections; Public Involvement; Coordination with Various Agencies and

Special Interest Groups; Mapping; Field Surveys; Preparation of Final Type, Size, and Location Plans; Structural/Bridge Design; Seismic Analysis; Foundation Reports; Soils and Geological Investigations and Engineering; Utility Coordination; Right-of-Way Coordination; Environmental Permits and Tracking; E&S/Storm Water Management; Roadway Design; Interchange Geometrics; Cross Sections; Drainage - Hydraulic Computations; Contour Grading and Drainage Plan; Pavement Design; Pavement Marking and Delineator Plans; Roadside Development Plan; Lighting; Noise Barrier Analysis; Noise Barrier Design; Traffic Signal Plans; Traffic Control Plan; Right-of-Way Plans; Value Engineering; Assemble Final Bridge Plans and Roadway Plans and Final Drafting; Quantities; Tabulations; Construction Cost Estimates; Special Provisions; Contract Document Preparation; and Permits. 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 project office(s). (If the firm has multiple offices, the location of the office performing the work must be identified). 2. A five (5)-page (maximum) Statement 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 including the roles of each subconsultant and the extent that each subconsultant will be utilized. 3. An organization chart for the Project, identifying key personnel and identifying all subconsultants and their specific assignments. Any deviation from the subconsultants 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 PennDOT s ECMS website is acceptable. 6. A listing of all Pennsylvania offices and number of employees in or based out of Pennsylvania offices as well as the address of the firm s Headquarters. 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) 254/255 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 three (3) 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 firm s DBE/MBE/WBE Certification, if applicable. The Turnpike Commission is committed to the inclusion of disadvantaged, minority, and woman firms in contracting opportunities. The minimum participation level for DBE/MBE/WBEs in this contract will be 12%. Responding firms shall clearly identify in the Statement of Interest the DBE/MBE/WBE firms expected to participate in this contract and shall indicate the intent to maintain the minimum participation level throughout the life of the contract. Proposed DBE/MBE/WBE firms must be certified by the Pennsylvania Unified Certification Program (www.paucp.com) at the time of the submission of the Statement of Interest. Please note that the selected consultant, its subconsultants, and affiliated companies, cannot bid on any portion of the construction for this project. For additional guidance regarding Engineering Involvement Restrictions, see PennDOT Publication 93, Section 1.5. 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. The following factors are listed in order of importance and will be considered by the Commission during the evaluation of the firms submitting Statements of Interest for this project: a. Firm s understanding of the anticipated project specific issues and challenges. b. Firm s experience working on major roadway and bridge construction projects including traffic control, right-of-way impacts, storm water design, and environmental permitting. The firm should identify similar projects that have been completed as well as the magnitude and client. c. Project Manager s experience and the experience of the key staff with similar projects and how the design team, including subconsultants, will be managed to ensure quality project submissions that meet all established dates.

d. Firm s ability and reasonableness of firm s strategy to ensure a quality product. Provide discussion on the proposed team s QA/QC program and how the prime consultant will ensure the accuracy and completeness of all deliverables. e. Past record of performance on similar projects with respect to budget control, work quality, and ability to meet schedules. Address these items and any necessary further details in a brief yet comprehensive manner in the statement of interest. Questions and inquiries concerning this Project should be directed to Mr. P. Gregory Bednar, P.E., at (724) 755-5182, or by email at gbednar@paturnpike.com. Contractual questions should be directed to Mr. Donald S. Klingensmith at (717) 920-7585; or by e-mail at dklingen@paturnpike.com. Firms interested in performing the above services are invited to submit three (3) copies of a Statement of Interest and required information to Mr. Donald S. Klingensmith, P.E., Director of Contracts Administration, at the PA Turnpike Commission Administration Building. Our ground address for overnight/next-day deliveries is 700 South Eisenhower Boulevard, Middletown, PA 17057. Our mailing address for U.S. Mail is P. O. Box 67676, Harrisburg, PA 17106-7676. Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Contracts Administration Department by the time listed below for submission. Firms mailing a Statement of Interest should allow sufficient delivery time to ensure timely receipt of their Statement of Interest. The Statement of Interest and required information must be received by the Contracts Administration Department by 12:00 PM (noon), Local Time, Thursday, August, 22, 2013. Any Statements of Interest received after this date and time will be time-stamped and returned. A Statement of Interest submission that includes or considers a firm s cost as a factor will be disqualified. Based on an evaluation of acceptable Statements of Interest received in response to this solicitation, one firm will be selected by the Commission from this advertisement. Technical Proposals will not be requested before the selection. Statements of Interest will be reviewed, evaluated, and rated by a Technical Evaluation Team (TET) of qualified personnel based on the evaluation criteria listed above. The TET will present the evaluations to the Professional Services Procurement Committee (PSPC). The PSPC will review the TET s evaluation and provide the Commission with the firm(s) determined to be highly recommended for this assignment. The Commission will select the most highly qualified firm for the assignment or the firm whose proposal is determined to be most advantageous to the Commission by considering the TET s evaluation and the PSPC s determination as to each firm s rating. In making the PSPC s determination and the Commission s decision, additional selection factors may be considered taking into account the estimated value, scope, complexity and professional nature of the services to be rendered and any other relevant circumstances. Additional selection factors may include, when applicable, the following: geographic location and proximity of the firm, firm s Pennsylvania presence or utilization of Pennsylvania employees for the assignment; equitable distribution of work; diversity inclusion; and any other relevant factors as determined as appropriate by the Commission.

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. Funding for this project and selection of a firm (or execution of an Agreement) for this assignment are dependent upon the passage of new transportation funding legislation. William K. Lieberman Chairman