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 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

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR LETTERS OF INTEREST

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

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

City of Defiance Construction Management & Observation Services

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

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

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

REQUEST FOR PROPOSALS

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

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

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

2017 Statewide On-Call Design Request for Proposal

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

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

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

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

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

Request for Qualifications Construction Manager at Risk Contract

2016 Bridge Inspections Border Bridges

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

FLORIDA DEPARTMENT OF TRANSPORTATION

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

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

anew York City Transit (NYCT)

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

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

Request For Qualifications

QUALIFICATIONS BASED SELECTION (QBS)

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

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

REQUEST FOR PROPOSALS

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

State Project No. XXXXXX City Project No. c401807

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

CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

ARCHITECTURAL/ENGINEERING SERVICES

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

REQUEST FOR PROPOSAL Milling Services

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

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

Procedures for Local Public Agency Project Administration (Revised 5/2014)

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

MINNESOTA STATE COLLEGES AND UNIVERSITIES

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

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

AMENDMENT TO ADVERTISED CONTRACT

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

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

CITY OF INGLEWOOD Residential Sound Insulation Program

I-80/I- 380 Systems Interchange Reconstruction Construction Manager/General Engineering Consultant Services

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

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

CITY OF JOPLIN, MISSOURI

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

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT PARALLEL THIMBLE SHOAL TUNNEL REQUEST FOR QUALIFICATIONS #PTST-15-1

Contract No Project No C

January 19, To Whom It May Concern:

EXHIBIT "A" CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES FOR INSPECTION STAFF

Request for Qualifications

REQUEST FOR PROPOSALS

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

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

2016 I-74 General Engineering Consultant Services

Proposals Solicited by: Town of Bloomsburg 301 East Second Street Bloomsburg, PA 17815

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal 2017/19 Program

SR-86/AVENUE 50 NEW INTERCHANGE PROJECT

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

Chester County Vision Partnership Grant Program January 2017

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

CONTRACTING AND PURCHASING

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

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

ADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Request for Proposals for Construction Manager at Risk Watertown Community Center

Attention Design Firms

SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES PROJECT DEVELOPMENT AND ENVIRONMENT STUDY AND DESIGN

Chabot-Las Positas Community College District

On-call Geotechnical Consultant

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

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

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES

Transcription:

PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING OR CONSTRUCTION MANAGEMENT FIRM Construction Inspection / Project Management Services Roadway and Bridge Reconstruction, Mileposts 202-210 Cumberland County Reference No. 3 221 Revisions made on 7-6-11 In Italics and Underlined The Pennsylvania Turnpike Commission will retain an Engineering or Construction Management firm to provide Construction Inspection / Project Management services and as-directed Pre-construction Services for roadway and bridge reconstruction projects between mileposts 202 and 210 in Cumberland County, Pennsylvania. The agreement will include services during both the design and construction phases. The design phase will include tasks relating to design constructibility where appropriate, bidability reviews, project scheduling, meeting attendance and bid packaging. Construction phase tasks will include construction inspection, management, administration, documentation and project close out services. Construction of this section is anticipated to include two mainline construction contracts at a total estimated cost of approximately $125,000,000.00. The first construction contract is the design-bid-build reconstruction and widening of the Turnpike mainline from Milepost 206.9 to 210.9 and is anticipated to begin construction in the spring of 2013 with a completion date of fall 2014. Final contract bid documents are currently being prepared for this project which is anticipated to be bid as a full depth PCC pavement. The second construction contract is the design-bid-build reconstruction and widening of the Turnpike mainline from Milepost 201.7 to 206.9 and is anticipated to begin construction in the spring 2015 with a completion date of fall 2016. Final design for this project is anticipated to begin in the summer of 2011 and is anticipated to be bid as a full depth bituminous pavement. The mainline projects will include the replacement and/or widening of mainline bridges and culverts at various locations throughout the project limits. In addition, the projects may include various types of retaining walls. The following is a listing of the mainline structure replacement and widening work included in these two projects: MP 202-206 1. B-945, MP 202.58, Culvert Extension Newburg Run 2. B-946, MP 203.53, Culvert Extension Peebles Run 3. B-947, MP 204.01, Culvert Extension Tributary to Peebles Run

4. B-948, MP 204.35, Culvert Extension Tributary to Peebles Run 5. B-949, MP 204.69, Culvert Extension Tributary to Peebles Run 6. B-415, MP 205.43, Bridge Replacement Over SR 0997 (this bridge may be replaced with an overhead structure to the west of the existing location and may or may not be let as an Early Action contract.) 7. B-317, MP 205.43, Bridge Replacement SR 0997 over Bore Mill Run (If B-415 is replaced with an overhead structure, this would most likely be a culvert or series of culverts under the new alignment) 8. B-301, MP 205.69, Bridge Replacement Over Bore Mill Run 9. B-201, MP 206.18, Culvert Extension Three Square Hollow Run 10. B-568, MP 206.25, Bridge Replacement Over SR 4007 MP 206 210 1. B-952, MP 206.60, Culvert Extension Trib to Three Square Hollow Run 2. B-955, MP 207.34, Culvert Extension Trib to Three Square Hollow Run 3. B-569, MP 207.36, Bridge Replacement Over T-388 4. B-202, MP 208.71, Culvert Extension Brandy Run 5. B-570, MP 208.94, Bridge Replacement Over SR 4006 6. B-203, MP 209.94, Culvert Extension Whiskey Run 7. B-403, MP 209.98, Bridge Replacement Over SR 4013 The Consultant Agreement is anticipated to start in October 2011 and terminate in March 2017. We anticipate that the selected firm will provide a staff of approximately twelve (12) to fifteen (15) full time on-site construction inspection personnel consisting of a resident level inspector, CDS technician and a varying number of additional inspectors, contingent upon the contractor s work activities. Additional inspection personnel may be required to cover multiple shifts by the contractor. The selected firm is expected to participate in the remaining design and project development meetings and provide constructability reviews, schedule reviews and similar preconstruction tasks as-directed. During the construction phase, the selected firm will be required to attend the prebid meetings and preconstruction conferences, write all project correspondence, and review and approve selected contractors 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, communities and the press, conduct semifinal and final inspections, and determine the final quantities for each contract item. Effected agency coordination prior to and during construction may also be required. Project close-out activities, including as-built notation, and merging and purging of office and field files, will be required. The selected firm will be required to invoice in an electronic PDF format. The firm will also be required to submit a QA plan for their services and provide a quarterly report on this function. The Commission currently utilizes Autodesk Constructware software as a web based project management collaboration system for some of its projects. The selected firm

will be required to use this system, with training and software access provided by the Please note that the selected consultant, its subconsultants, and affiliated companies, cannot bid on any portion of the construction for this project. It should be noted that the PTC may assign its field inspection personnel to this project as an addition to the selected firm s staff or in lieu of selected firm s inspection staff on a temporary or permanent basis throughout the life of this project. The selected firm will be required to make the field office trailer and equipment available for use by the Commission s personnel. Eighty percent (80%) of the inspection staff assigned to this Commission construction project must meet any one of 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 3. Be certified as an Engineer-in-Training by the Commonwealth of Pennsylvania with two (2) years of highway inspection experience acceptable to the 4. Hold a Bachelor of Science Degree in Civil Engineering or Civil Engineering Technology with two (2) years of highway inspection experience acceptable to 5. Hold an Associate Degree in Civil Engineering Technology with three (3) years of highway inspection experience acceptable to the 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. 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. A periodic report will be required to document the qualifications of the inspectors working on the project.

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. The team s experience managing and inspecting multiple large-scale staged roadway and bridge construction projects with major traffic control considerations. The consultant should identify similar projects that have been completed by that firm as the prime, the magnitude of the project, and the client. b. The past record of performance on similar projects with respect to cost control, work quality, ability to meet schedules, and effectiveness of your QA program. c. The specific abilities, experience, and qualifications of the proposed construction management and inspection staff. d. The firm or individual experience with concrete roadway paving inspection. e. List the workload of the prime consultant and subconsultants for all Pennsylvania Department of Transportation and Pennsylvania Turnpike Commission projects. 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. 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. Donald S. Klingensmith at (717) 939-9551, ext. 5850; or by e-mail at dklingen@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). In addition, identify the CADD format to be used on the project. 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 subconsultant's listed in the statement of interest will require written approval from the 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 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 firm s DBE/MBE/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.

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 10%. 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 Department of General Services (www.dgs.state.pa.us) or the Pennsylvania Unified Certification Program (www.paucp.com) at the time of the submission of the Statement of Interest. Firms interested in performing the above services are invited to submit one (1) copy of a statement of interest and required information to Mr. Donald S. Klingensmith, P.E., Manager 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, etc does not guarantee delivery to this address 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 12:00 PM (noon), Local Time, Tuesday, July 26, 2011. 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 this solicitation, the Commission will select one (1) firm for the purpose of negotiating an agreement. Technical Proposals will not be requested before the selection. 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. William K. Lieberman Chairperson